Loading...
HomeMy WebLinkAboutFI Road & Stormwater Improvement ProjectWILLIAM M. DUFFY TOWN ATTORNEY bill.duffy@town.southold.ny.us STEPHEN F. KIELY ASSISTANT TOWNATTORNEY stephen.kiely@town.southold.ny.us LORI M. HULSE ASSISTANT TOWN ATTORNEY lori.hulse@town.southold.ny.us SCOTT A. RUSSELL Supervisor Town Hall Annex, 54375 Route 25 P.O. Box 1179 Southold, New York 11971-0959 Telephone (631) 765-1939 Facsimile (631) 765-6639 OFFICE OF THE TOWN ATTORNEY TOWN OF SOUTHOLD RECEIVED May 20, 2015 VIA FEDERAL EXPRESS M AY 2 0 2015 Chris Abbott, Esq. Southold Town Clerk Smith, Finkelstein, Lundberg, Isler and Yakaboski, LLP 456 Griffing Avenue Riverhead, NY 11901 RE: Cashin Associates, P.C. v. Town of Southold Index No. 13-03760 Dear Chris: Enclosed please find an original Stipulation of Settlement and General Release, both of which have been executed by Supervisor Russell in connection with the above -referenced matter. Also enclosed is the Town's check in the sum of $9,333.34 representing the settlement payment as well as a copy of the Town Board's Resolution No. 2015-475, adopted on May 19, 2015, approving same. Kindly provide our office with a copy of the fully executed Stipulation of Settlement when available. If you have any questions regarding the enclosed, please do not hesitate to call me. Thank you for your attention. Very truly yours, Wi iam M. Duffy Town Attorney WMD/lk Enclosures cc: Elizabeth A. Neville, Town Clerk To all to Wbom tbeoe 3preoentss obaU tome or map Concern, Rnotu That The TOWN OF SOUTHOLD, with principle offices at 53095 Main Road, Southold, New York, 11971 as RELEASOR, in consideration of the sum of Ten Dollars ($10.00) received from CASHIN ASSOCIATES P.C. as RELEASEE, receipt whereof is hereby acknowledged, releases and discharges the RELEASEE,RELEASEE'S heirs, executors, administrators, successors, insurer and assigns from all actions, causes of action, suits, debts, dues, sums of money, accounts, reckonings, bonds, bills, specialties, covenants, contracts, controversies, agreements, promises, variances, trespasses, damages, judgments, extents, executions, claims, and demands whatsoever, in law, admiralty or equity, which against the RELEASEE, the RELEASOR, RELEASOR'S heirs, executors, administrators, successors and assigns ever had, now have or 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 this RELEASE with respect only to any and all claims that were asserted, or that could have been asserted in the action brought against the Defendants in the Supreme Court, Suffolk County, State of New York, under Index Number 03760/2013, filed on February 5, 2013, as well as any other claims that could at that time have been asserted by Defendant against Plaintiff arising from the Plaintiff s conduct alleged in said Action. The words "RELEASOR" and "RELEASEE" include all releasors and all releasees under the RELEASE. This RELEASE may not be changed orally. .Izt Whereof, the RELEASOR has hereunto set RELEASOR'S hand and seal on the day of 3Jtt preattte of �. co State of New York, Countyof ( �` ss.: ACKNOWLEDGEMENT RP -309-a (Do not use outside New York State) On / c# t 2� d 0 !S` before me, the undersigned, personally appeared personally known to me or proved to me on the basis of satisfactory evidence to be the individual(k) whose nameN) is (aye) subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in hisAles4ho4 capacity(4so, and that by his signature(&) on the instrument, the individual(s), or the person upon behalf of which the individual( acted, executed the instrument. (signatur and office of divid king acknowledgment) If the party making payment is not the same as the party released, delete words "as RELEASEE" and add names of par�ties/released after the word "discharges. 4/0 /7-V " / l+b/C `2 it/ 0ZT1vGl Z - -7o zF- SUPREME COURT OF THE STATE OF NEW _YORK COUNTY OF SUFFOLK ----------------------------------------------------------------- -X CASHIN ASSOCIATES, P.C, Index No. 13-03760 Plaintiff, - against - TOWN OF SOUTHOLD, Defendant. -------------------------------------------------------------------X TOWN OF SOUTHOLD, Third Party Index No. 770092/14 Third Party Plaintiff, -against- FISHERS ISLAND WATER WORKS CORP., Third Party Defendant. --------------------------------=----------------------------------X FISHERS ISLAND WATER WORKS CORP., Fourth Party Index No. 770170/14 Fourth Party Plainitff, -against- CORAZZINI ASPHAULT, INC., Fourth Party Defendant. ----------------------------------------------------------------------- X STIPULATION OF SETTLEMENT IT IS HEREBY STIPULATED AND AGREED, by and between the undersigned parties,. of the above -entitled action as follows: WHEREAS, the plaintiff, Cashin Associates, P.C. ("Cashin"), commenced an action by I summons and complaint against the defendant, Town of Southold ("Southold") in which Cashin sought damages from Southold for an alleged breach of contract by Southold by failing to pay Cashin for certain engineering, design, and other consulting services rendered by Cashin in connection with a roadway and design improvement project on Fishers Island, New York. In the summons and complaint Cashin sought $42,829.86 plus costs, disbursements, and reasonable attorneys fees from Southold; and WHEREAS, the defendant Southold served an answer denying the plaintiffs allegations and claims and asserting certain affirmative defenses; and WHEREAS, the defendant Southold commenced a third party action by third party summons and third party complaint against Fishers Island Water Works ("Fishers Island") in which it was alleged that in the event Southold was found liable to Cashin, such liability would be based solely upon Fishers Island's wrongful actions, negligence, and breach of duties in erroneously marking out the location of underground water mains; which resulted in a breached water main and additional costs and .expenses to Cashin and the Town; and WHEREAS, the third party defendant Fishers Island served an answer denying the third party plaintiff s allegations and claims and asserting certain affirmative defenses and counterclaims and third party plaintiff Southold served an answer to third -party defendant counterclaim denying the counterclaims; and WHEREAS, the third party defendant commenced a fourth party action by fourth party summons and fourth party complaint against-Corazzini Asphault, Inc. ("Corazzini") in which it was alleged that any damages suffered by Cashin were suffered in whole or in part based upon the negligence of Corazzini and demanding judgment over and against Corazzini for any damages that may be recovered against Fishers Island; and WHEREAS, the fourth party.defendant Corazzini served an answer denying the fourth party plaintiff s allegations and claims and asserting certain affirmative defenses. NOW, the parties desire to settle the action in accordance with the following terms; 2 1. All of plaintiffs claims asserted in the complaint are hereby settled for a total payment of $28,000.00 (the "Settlement Amount"). 2. Payment of the Settlement Amount shall be apportioned between Southold, Fisher's Island, and Corrazini in the following manner: a. Southold shall pay the sum of Nine Thousand Three Hundred Thirty Three and 34/100 Dollars ($9,333.34), such sum to be paid by check payable to "Sinnreich, Kosakoff & Messina, as attorneys for Cashin Associates, P.C."; b. Fisher's Island shall pay the sum of Nine Thousand Three Hundred Thirty Three and 33/100 Dollars ($9,333.33), such sum to be paid by check payable to "Sinnreich, Kosakoff & Messina, as attorneys for Cashin Associates, P.C."; C. Corrazini shall pay the sum of Nine Thousand Three Hundred Thirty Three and 33/100 Dollars ($9,333.33), such sum to be paid by check payable to "Sinnreich, Kosakoff & Messina, as attorneys for Cashin Associates, P.C."; 3. Payment of the Settlement Amount shall be made by each party in the following time and manner: a. Southold shall deliver its share of the Settlement Amount to plaintiff s counsel located at 267 Carleton Avenue, Suite 301, Central Islip, New York 1.1722 within ten days of the Town Board Meetingauthorizing payment thereof. All parties acknowledge that in order for Southold to authorize and deliver payment of its share of the settlement amount, counsel for Southold must receive a copy of this &ipulation of Settlement, fully executed by Cashin, Fishers Island, and Corazzini, before the close of business on the Thursday preceeding the next scheduled Town Board Meeting. The next four scheduled Town Board Meetings are: April 21, 2015; May 5, 2015; May 19, 2015; and June 2, 2015. 3 b. Fisher's Island and Corazzini shall deliver their share of the Settlement Amount to plaintiff s counsel located at 267 Carleton Avenue, Suite 301, Central Islip, New York 11722 within twenty one (2 1) days of their execution of this stipulation of settlement. 4. Counsel for plaintiff shall hold the sums received from each party in escrow until such time as counsel has received payment from Southold, Fisher's Island, and Corrazini in the total amount of Twenty Eight Thousand Dollars ($28,000.00). Should any party fail to provide their share of the agreed upon Settlement Amount in the time or manner provided herein, this agreement shall be rendered null and void and plaintiff's counsel agrees to return any sums it has received from any party pursuant to this agreement. 6. Simultaneously with the execution of this agreement, counsel for the parties agree to each execute a Stipulation of Discontinuance with prejudice and without costs and disbursements to any party.. The Stipulation of Discontinuance shall be held in escrow by the attorney for Cashin until such time as it has received payment in full from Southold, Fishers Island, and Corazzini. It is understood and agreed that payment in full means final settlement of a check by the payor bank. 7. Counsel for plaintiffs agrees to file the Stipulation of Discontinuance with the Clerk of the Supreme Court of Suffolk County within seven (7) days of final settlement of all checks by the payors' banks. 8. The parties represent and warrant that they are signing this agreement on their behalf and have not sold, assigned, transferred, conveyed, or otherwise disposed of any claim or demand, or any portion of or interest in any claim or demand, relating to any matter covered 4 hereby. The parties further represent and warrant that they have read this agreement in its entirety and reviewed it with its counsel, and fully understand and agree to its terms. 9. The parties agree that this Stipulation may be signed in counterparts, and facsimile, email, or scanned.signatures shall be deemed originals. Dated: Cashin Associates, P.C. 2015 Dated: a, V 2015 Town of Southold By: . t%9- Z. �# 4� Scott Russell, Supervisor A Dated: , 2015 Fishers Island Water Works By: Chris Finan Ashley Hall, Esq. Sinnreich Kosakoff & Messina, LLP Attorneys for Cashin Associates, P.C. 267 Carleton Avenue —Suite 301 Central Islip, New York 11722 Christopher B. Abbott, Esq. Smith, Finkelstein, Lundberg, Isler & Yakaboski, LLP Attorneys for Town of Southold 456 Griffing Avenue Riverhead, New York 11901 Martin Adler, Esq. Sclar Adler LLP Attorneys for Fishers Island Water Works 120 West 45th Street, Suite 605 New York, New York 10036 Dated: , 2015 CORAZZINI ASPHALT, INC. I/S/H/A CORAZZINI ASPHAULT, INC. Richard Corazzini Chief Executive Officer STATE OF NEW YORK ) } ss.. COUNTY OF SUFFOLK } Kenneth R. Lange, Esq. Goldberg Segalla LLP Attorneys for Corazzini Asphalt Inc. 200 Garden City Plaza—Suite 520 Garden City, New York 11530 On the day of in the year 2015, before me, the undersigned, personally appeared SCOTT RUSSEpersonally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity (ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. STATE OF NEW YORK } ) ss.. COUNTY OF SUFFOLK } Notary P Ii Sv /V� L/ -7014- 6-"Mm r6-"Mm &-Xr 5t2-3400 On the day of in the year 2015 before me, the undersigned, personally appeared personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged td me that he/she/they executed the same in his/her/their capacity (ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. Notary Public STATE OF NEW YORK } } ss.. COUNTY OF } On the day of in the year 2015 before me, the undersigned, CHR personally appearedIS FINAN, personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity (ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. Notary Public STATE OF NEW YORK } } ss.. COUNTY OF } On the day of in the year 2015 before me, the undersigned, personally appeared RICHARD CORAZZINI, personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity (ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. Notary Public 7 ��fIU(tt YyOj * yya� RESOLUTION 2015-475 ADOPTED DOC ID: 10853 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2015-475 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MAY 19,2015: RESOLVED that the Town Board of the Town of Southold hereby authorizes the settlement of the litigation entitled "Cashin Associates, P.C. v. Town of Southold, et al.", and further authorizes payment in the sum of $9,333.34 to Plaintiff in full settlement of all claims asserted against the Town of Southold; and be it further RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Supervisor Scott A. Russell to execute the Stipulation of Settlement and General Release in connection with said settlement, subject to the approval of the Town Attorney, the proceeds of which will be funded by the Fishers Island Roads/Drainage fund, H.5110.2.400.200. 0��4?- 2?�, Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Robert Ghosio, Councilman SECONDER: Louisa P. Evans, Justice AYES: Ghosio, Dinizio Jr, Ruland, Doherty, Evans, Russell , . . . `------^ `—'---'— '—~---~ —'----~ ^-----~ ..................... `----'-'^ ..................... ...................... TOWN OF SO[/Z77OLD | VENDOR 0Ie361 GI»NnzEzca, xDoxuKoFF & 05/I9/2015 CHECK I24907 � FUND & ACCOUNT P.O.# INVOICE DESCRIPTION AMOUNT H .5110.2.400.200 051215 SETTLEMENT PYMT-CASHIN 9,333.34 TOTAL 9,333..34 1 ELIZABETH A. NEVILLE, MMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS OF MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Richard Corazzini Corazzini Asphalt PO Box 1281 Cutchogue, NY 11935 Dear Sir: OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD July 26, 2011 Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax(631)765-6145 Telephone (631) 765-1800 southoldtown.northfork.net Enclosed please find your bid bond/check no. 060310 dated May 25, 2010. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Encs. .D 1 . V. M1 �D Postage $ N Certlfietl Fee �7Ori t� I (�- Total e a Fees 0 c o M1 r PO Box No. IN Complete Items 1, 2, and 3. Also complete.. A. Item 4 If Restricted Delivery is desired. X ■ Print your name and address on the reverse so that we can return the card to you. IN Attach this card to the back of the mailpiece, or on the front if space permits. 1. Article Addressed tp %C.6(.+8 l.Ovc z z ins Cot' zt:' vj t Y sp%Q-V} I.O. 1�,. )c 1 J61 C.%A% &Ve Ny I X935 IIOZ POVIO D. Is deliv H YES, 0 Agent f pftd Name) I C. Defe or c 1WYWz-V -7110,)t cress d ra. flan Hem 1? f 0 Yes delhay address below: 0 No a. 3avlce type IDCwWedMall 0 Bprew Mall 0 Regwa 0 Retum Reoelpt for Merchandise 0 Insured Mail 0 C.O.D. 4. Restricted DelivW Pft Fee) 0 Yes 2. Article(rwst rfrom 7007 0710 0003 2876 2903 (transfer from service labeq . PS Form 3811, February 2004 Domestic Return Receipt 102595-02W-1590 Postal Service,., CERTIFIED MAIL,. RECEIPT 1■U.S. (Domestic Mail only; No insurance coverage Provided) ' For delivery information visit our website at www.usps.com:n: .D 1 . V. M1 �D Postage $ N Certlfietl Fee �7Ori t� I (�- Total e a Fees 0 c o M1 r PO Box No. IN Complete Items 1, 2, and 3. Also complete.. A. Item 4 If Restricted Delivery is desired. X ■ Print your name and address on the reverse so that we can return the card to you. IN Attach this card to the back of the mailpiece, or on the front if space permits. 1. Article Addressed tp %C.6(.+8 l.Ovc z z ins Cot' zt:' vj t Y sp%Q-V} I.O. 1�,. )c 1 J61 C.%A% &Ve Ny I X935 IIOZ POVIO D. Is deliv H YES, 0 Agent f pftd Name) I C. Defe or c 1WYWz-V -7110,)t cress d ra. flan Hem 1? f 0 Yes delhay address below: 0 No a. 3avlce type IDCwWedMall 0 Bprew Mall 0 Regwa 0 Retum Reoelpt for Merchandise 0 Insured Mail 0 C.O.D. 4. Restricted DelivW Pft Fee) 0 Yes 2. Article(rwst rfrom 7007 0710 0003 2876 2903 (transfer from service labeq . PS Form 3811, February 2004 Domestic Return Receipt 102595-02W-1590 Ul ru a 0 N ra 171 ri O O O O rL O D' O O M1 ■ Complete items 1, 2, and 3. Also complete item 4 if Restricted Delivery is desired. ■ Print your name and address on the reverse so that we can return the card to you. ■ Attach this card to the back of the mailpiece, or on the front if space permits. 1. Article Addressed to: '11M25 Q- —le -1/1 Te vvy Cock: ryJ t`i oke ox-% 810 West Ma �h Cilret4 �veTlneaA N� II101 A. sgnapfre 0 Agent X 1'l eaa.e. Name) I C. Date of Delivery D. Is delivery address different from item 1? U Yes If YES, enter delivery address below: ❑ No 3. Service Type ®'Certified Mail 0 Express Mall 0 Registered 0 Return Receipt for Merchandise 0 Insured Mail 0 C.O.D. 4. Restricted Delivery? (Entre Fee) 0 yes 2. Article Number 7009 0820 0001 7820 6125 (Pansfer from service label) PS Form 3811, February 2004 Domestic Return Receipt 102595-02-m-1540 I rt, .. r M C3 C., % U ru to Postage r, Certified Q ri C3 Pe ern Recei p(Entlorsement Req C3 Restricted Delive Fe C3 (Entlorsement Req red) ru .0 Total Postage a Fee 0 Er ro \ 1 p Street, Apt. No.; C3M1 or PO Bax No..1� ................ ■ Complete items 1, 2, and 3. Also complete item 4 if Restricted Delivery is desired. ■ Print your name and address on the reverse so that we can return the card to you. ■ Attach this card to the back of the mailpiece, or on the front if space permits. 1. Article Addressed to: - JaY+ncs VITay �!W �Ilaulh� t LIWAX%PinJc a 15 1- Io.Y,c1Je>-s �o.�l Mysfic- CT O(o-66S A. Postmark Here ❑ Agent Of Is delivery address d' t from item l? U Yes If YES, enter delivery ddress below: ❑ No 3. Service Type ®'Certified Mail ❑ Express Mail ❑ Registered ❑ Return Receipt for Merchandise ❑ Insured Mail ❑ C.O.D. 4. Restricted Delivery? (Extra Fee) ❑ Yes 2. Article Number 7009 0820 0001 7820 6132 (liens/er /rom service label) PS Form 3811, February 2004 Domestic Return Receipt 102595-02-M-1540 i' m C3 ru to rti rq 0 0 0 0 N E3 e f To D' CJ rreeq Apr. No., ry �l---- PS Form :,r August ,,. See Reverse1 ■ Complete items 1, 2, and 3. Also complete item 4 if Restricted Delivery is desired. ■ Print your name and address on the reverse so that we can return the card to you. ■ Attach this card to the back of the mailpiece, or on the front if space permits. 1. Article Addressed to: M't�a,e� 7w�4o, 1750 Nt,4 Ilrc�ti,,aal m�+n5da12 X14 11135 A. Signature (� p X 714 �V , 11 Agent I f '�'�, ❑ Addressee B. Received by ( Printed Name) C. Date.of Delivery rv. D. Is delivery address differentem 1? 0 Yes If YES, enter delivery ad1 :j 0 No 3. Service Type 13"er iliied Mail 0 Express Mall 0 Registered 0 Return Receipt for Merchandise ❑ Insured Mail 0 C.O.D. 4. Restricted Delivery? (Extra Fee) 0 Yes 2. Article Number 7009 0820 0001 7820 6118 (transfer 6om service label) PS Form 3811, February 2004 Domestic Return Receipt 10259502-10-1540 ELIZABETH A. NEVILLE, RMC, CMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 30, 2010 Joel Itzkowitz Construction Consultants 36 East 2"d Street Riverhead, NY 11901 Dear Mr. Itzkowitz: Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net This office has been informed that the following bid bond/check can be released: Animal Shelter bid. Enclosed please find your bid bond dated March 15, 2007. Thank you for your Very truly yours, a`,L� Lynda M Rudder Deputy Town Clerk Encs. ELIZABETH A. NEVILLE, RMC, CMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 30, 2010 William H. Mauff W.H.M. Plumbing & Heating Contractors, Inc 6H Enterprise Drive East Setauket, NY 11733 Dear Mr. Mauff: Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax(631)765-6145 Telephone (631) 765-1500 southoldtown. northfork. net This office has been informed that the following bid bond/check can be released: Animal Shelter bid. Enclosed please find your bid bond dated March 19, 2007. Thank you for your Very truly yours, 4"t.m4-Si.- Lynda M Rudder Deputy Town Clerk Encs. ELIZABETH A. NEVILLE, RMC, CMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER James Hewgland Commander Electric Inc 500 Johnson Avenue PO Box 526 Bohemia, NY 11716 Dear Mr. Hewgland: OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 30, 2010 Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1500 southoldtown.northfork.net This office has been informed that the following bid bond/check can be released: Animal Shelter Enclosed please find your bid bond/check no. 001211032 dated January 26, 2006. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Encs. ELIZABETH A. NEVILLE, RMC, CMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Richard Corazzini Corazzini Asphalt PO Box 1281 Cutchogue, NY 11935 Dear Mr. Corazzini: OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 30, 2010 Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net Congratulations. At the regular Town Board meeting held on July 27, 2010, the Town Board accepted the bid of Corazzini Asphalt for the Fishers Island Road & Stormwater Improvement. A certified copy of the resolution is enclosed. The bid bond will be returned to you at the end of the contract. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. ELIZABETH A. NEVILLE, RMC, CMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 30, 2010 James Wray B & W Paving & Landscaping 215 Flanders Road Mystic, CT 06355 Dear Mr. Wray: Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax(631)765-6145 Telephone (631) 765-1800 southoldtown.northfork.net At the regular Town Board meeting held on July 27, 2010, the Town Board accepted the bid of Corazzini Asphalt, Inc. for Fishers Island Road & Stormwater Improvements. A certified copy of the resolution is enclosed. Your bid bond is being returned to you. Thank you for your bid. Very truly yours, I\, -�("&'1'1 V _ Lynda M Rudder Deputy Town Clerk Ens. ELIZABETH A. NEVILLE, RMC, CMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 30, 2010 James C. Terry Terry Contracting & Materials 840 West Main Street Riverhead, NY 11901 Dear Mr. Terry: Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax(631)765-6145 Telephone (631) 765-1800 southoldtown.northfork.net At the regular Town Board meeting held on July 27, 2010, the Town Board accepted the bid of Corazzini Asphalt, Inc. for Fishers Island Road & Stormwater Improvements. A certified copy of the resolution is enclosed. Your bid bond is being returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. ELIZABETH A. NEVILLE, RMC, CMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 30, 2010 Michael Trotta Posillico Civil 1750 New Highway Farmingdale, NY 11735 Dear Mr. Trotta: Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1500 southoldtown.northfork.net At the regular Town Board meeting held on July 27, 2010, the Town Board accepted the bid of Corazzini Asphalt, Inc. for Fishers Island Road & Stormwater Improvements. A certified copy of the resolution is enclosed. Your bid bond is being returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. �WFA, RESOLUTION 2010-559 ADOPTED DOC ID: 6050 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2010-559 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JULY 27, 2010: RESOLVED that the Town Board of the Town of Southold hereby accents the bid of Corazzini Asphalt Inc. for the amount of $867,065 for the Fishers Island Road and Stormwater Improvement Project. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED (UNANIMOUS] MOVER: William Roland, Councilman SECONDER: Vincent Orlando, Councilman AYES: Ruland, Orlando, Talbot, Krupski Jr., Evans, Russell RESOLUTION 2010-560 ADOPTED DOC ID: 6056 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2010-560 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JULY 27,2010: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Supervisor Scott A. Russell to execute an Agreement between the Town of Southold and Corazzini Asphalt Inc. to provide road improvement asphalt and drainage services in connection with the Fishers Island Road and Stormwater Improvement Project, at a cost of $867,065, subject to the approval of the Town Attorney, Budget Line H.5110.2.400.200. �Q fir. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Vincent Orlando, Councilman SECONDER: Albert Krupski Jr., Councilman AYES: Ruland, Orlando, Talbot, Krupski Jr., Evans, Russell RESOLUTION 2010-567 ADOPTED DOC ID: 6055 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2010-567 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JULY 27,2010: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Suaervisor Scott A. RuscP11 r., PPPP.,In -- A ______ wn Cashin Associates P.C. to proviand de construction management services n in width the Fishers Island Road and Stormwater Improvement Project, in accordance with their Proposal dated June 7, 2010, at a cost not to exceed $87,500, subject to the approval of the Town Attorney, Budget Line 14.5110.2.400.200. a4. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED ]UNANIMOUS] MOVER: Louisa P. Evans, Justice SECONDER: Christopher Talbot, Councilman AYES: Ruland, Orlando, Talbot, Krupski Jr., Evans, Russell RESOLUTION 2010-632 ADOPTED DOC ID: 6118 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2010-632 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON AUGUST 10, 2010: RESOLVED that the Town Board of the Town of Southold hereby approves Chance Order #1 to the Fishers Island Road and Stormwater Improvement Pro'ect Contract with Corazzini Asphalt, Inc in the amount of $64 797 00, subject to the approval of the Town Engineer and fown Attorney. CQ. n.2. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED 15 TO 01 MOVER: Vincent Orlando, Councilman SECONDER: Albert Krupski Jr., Councilman AYES: Ruland, Orlando, Talbot, Krupski Jr., Russell ABSTAIN: Louisa P. Evans Cashin Associates, P.C. Engineering . Planning . Construction Management Hauppauge, NY. Miami, FL 1200 Veterans Memorial Highway Hauppauge, New York 11 7BE3 Phone: (631) 346-7600 . Fax: (631) 34B-7601 LETTER OF TRANSMITTAL TO: Jamie Richter, RA Town Engineer Southold Town Hall DATE: May 17, 2010 PROJECT: Fishers Island Road and Stormwater Improvement P.O. Box 1179 Project 53095 Main Road Southold, NY 11971 RE: Specification and Plan Submittal WE ARE SENDING YOU VIA: ❑ Shop Drawings ❑ Submittals Hand Delivery ❑ Prints ® Plans ❑Documents ® Specifications ❑ Change Order ❑ Report ❑ Samples ® Other COPIES NUMBER DATE DESCRIPTION 5 20 Full Size Plots 5 219 S ecification Bid Books THESE ARE TRANSMITTED AS CHECKED BELOW: ® For Your Use ❑ For Review and Comment ❑ For Approval Jamie, ❑ As Requested ❑ Revise and Resubmit ❑ For Execution ❑ Approved as Submitted ❑ Approved as Noted ❑ Not Approved Enclosed please find 5 sets of bid books and 5 full size plan sets. We are prepared to submit additional copies of the plans and specifications as necessary. Thanks, COPY TO: CA# 0113.100 SIGNED: John Schreck, Vice Preside If enclosures are not as noted, kindly notify Cashin Associates, P.C. at once. RBI -US 6/4/2010 6:06:43 PM PAGE 2/002 Fax Server Reed Construction Data - Research Fax:1 /800-467-2860 Email: ERP@ReedBusiness.com To: ELIZABETH NEVILLE Date: Jun 4 2010 8:03PM Re: Request for Post Bid Results Per your request, I am sending this fax to you in order to obtain post bid information for the project(s) listed below. Please include the base low bid information for the three low bidders, their bid amount and indicate if the contract has been awarded and to whom. Also how many bids were received?. RCD ProjectlD: 1001198557 Project Title: EASTON AREA JOINT SEWER AUTHORITY TREATMENT PLANT Invitation Number: Bid Date/Time: 04/06/2010, 11:00 AM RCD ProjectlD: 1001239709 Project Title: SOUTHOLD FISHERS ISLAND ROAD STORM WATER IMPROVEMENT Invitation Number: Bid Date/Time: 06/03/2010, 10:00 AM Please email the requested information to ERP@reedbusiness.com or fax to 1/800-467-2860. So that we may accurately reference the low bidders and/or awarded contractor, please include the contractors' telephone numbers and also reference the RCD Project ID on the fax or email. Thank you for your time. Sincerely, RCD Research Reed Construction Data '?. ? 0 /?& RBI—US 6/4/2010 6:06:43 PM PAGE 1/002 Fax Server Reed Business Informatiom, Facsimile Transmission To: To Whom it May Concern Company: Fax: 16317656145 Phone: From: East Region Public (RBI -US) Fax: 1 303 265-3529 Phone: E-mail: eastregionpublic@reedbusiness.com NOTES: Reed Construction Data - Requesting Post Bid Results PRATT BROTHERS, INC. 45 SOUTH FOURTH STREET • BAY SHORE, NY 11706-1210 • (631) 667-6800 5575 12772 012772 510 26I 050610 05/06/1 50.0 0.0 0. 0.0 0.0 50.00 r � I I VEN DOR NO. 5575 PREVJOU� BALANCE NET AMOUNT 50.0 o.o o.o o.o o.00 50.00 INVITATION TO BID: NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING PROJECT: FISHERS ISLAND ROAD & STORM WATER IMPROVEMENT PROJECT Definite specifications may be obtained at the Southold Town Clerks Office beginning 10:00 AM on May 6d', 2010. 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, 3rd June 2010. Day Month Year All specifications are provided herein: drawings to be attached. ALL VENDERS MUST SUBMIT BIDS IN A SEALED ENVELOPE: PLEASE PRINT ON FACE OF ENVELOPE: 1.) NAME AND ADDRESS OF BIDDER 2.) BID NAME ALL BIDS MUST BE ACCOMPANIED BY A 5% BID SECURITY It is the Bidder's responsibility to read the attached Bid Specification, Instruction to. Bidders and General Conditions, which outline bidding rules by the Town of Southold. Upon Submission of Bid, it is understood that the Bidder has read, fully understands and will comply with said GENERAL CONDITIONS, and specification requirements. The Town of Southold requires that this document be returned in tact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of this Bid Document for your records. A non-refundable fee of $ 50 will be charged for Plans & Specifications. Payment can be made by either Money Order, Cash or Check (Made Payable to the Town of Southold). The Town of Southold welcomes & encourages all minority and women -owned businesses to participate in the bidding process. 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 informality, and 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. Please advise if you intend to bid or not. Dated: May 4, 2010 BY ORDER OF THE SOUTHOLD TOWN BOARD By: Elizabeth A. Neville Southold Town Clerk INVITATION TO BID: NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING PROJECT: FISHERS ISLAND ROAD & STORM WATER IMPROVEMENT PROJECT Definite specifications may be obtained at the Southold Town Clerks Office beginning 10:00 AM on May 6th, 2010. 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, 3rd June 2010. Day Month Year All specifications are provided herein: drawings to be attached. ALL VENDERS MUST SUBMIT BIDS IN ASEALED ENVELOPE: PLEASE PRINT ON FACE OF ENVELOPE: 1.) NAME AND ADDRESS OF BIDDER 2.) BID NAME ALL BIDS MUST BE ACCOMPANIED BY A 5% BID SECURITY It is the Bidder's responsibility to read the attached Bid Specification, Instruction to Bidders and General Conditions, which outline bidding rules by the Town of Southold. Upon Submission of Bid, it is understood that the Bidder has read, fully understands and will comply with said GENERAL CONDITIONS, and specification requirements. The Town of Southold requires that this document be returned in tact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of this Bid Document for your records. A non-refundable fee of $ 50 will be charged for Plans & Specifications. Payment can be made by either Money Order, Cash or Check (Made Payable to the Town of Southold). The Town of Southold welcomes & encourages all minority and women -owned businesses to participate in the bidding process. 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 informality, and 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. Please advise if you intend to bid or not. Dated: May 4, 2010 BY ORDER OF THE SOUTHOLD TOWN BOARD By: Elizabeth A. Neville Southold Town Clerk INVITATION TO BID: NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING PROJECT: FISHERS ISLAND ROAD & STORM WATER IMPROVEMENT PROJECT Definite specifications may be obtained at the Southold Town Clerks Office beginning 10:00 AM on May 6th, 2010. 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, 3`d June 2010. Day Month Year All specifications are provided herein: drawings to be attached. ALL VENDERS MUST SUBMIT BIDS IN A SEALED ENVELOPE: PLEASE PRINT ON FACE OF ENVELOPE: 1.) NAME AND ADDRESS OF BIDDER 2.) BID NAME ALL BIDS MUST BE ACCOMPANIED BY A 5% BID SECURITY It is the Bidder's responsibility to read the attached Bid Specification, Instruction to Bidders and General Conditions, which outline bidding rules by the Town of Southold. Upon Submission of Bid, it is understood that the Bidder has read, fully understands and will comply with said GENERAL CONDITIONS, and specification requirements. The Town of Southold requires that this document be returned in tact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of this Bid Document for your records. A non-refundable fee of $ 50 will be charged for Plans & Specifications. Payment can be made by either Money Order, Cash or Check (Made Payable to the Town of Southold). The Town of Southold welcomes & encourages all minority and women -owned businesses to participate in the bidding process. 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 informality, and 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. Please advise if you intend to bid or not. Dated: May 4, 2010 BY ORDER OF THE SOUTHOLD TOWN BOARD By: Elizabeth A. Neville Southold Town Clerk BI—COUNTY---tractors rs eog�oee CONSTRUCTION CORP. �/ 21 Commercial Blvd. • Medford, New York 11763 • (631) 732-0800 • FAX # (631) 732-1103 May 6, 2010 Town of Southold 53095 Main Road Southold, NY 11971 Attention: Town Clerk Reference: Fishers Island Road & Storm Water Improvement Project Bid Due: 6/03/10 I am forwarding a check in the amount of $50.00 to cover the cost of plans and specifications for the above referenced project. A prepaid FedEx Airbill along with an envelope are also enclosed for your use in forwarding these documents to our office at your earliest convenience. I can make arrangements for a FedEx pickup if necessary. Thanking you in advance for your attention to this request. Very truly yours, BI -COUNTY CONSTRUCTION CORP. Colleen Conroy Enc. (D �� ' ELIZABETH A. NEVILLE, RMC, CMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER OF SOUlyo�yy IyCOUNVI OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net 2010 FI Road & Stormwater Improvement Project Bid Opening 6/3/10 10:00 A.M. Corazzini Asphalt PO Box 1281 Cutchogue, NY 11935 Richard Corazzini 631-734-5600 B & W Paving & Landscaping 215 Flanders Road Mystic, CT 06355 James Wray 860-572-9942 Terry Contracting & Materials 840 West Main Street Riverhead, NY 11901 James C. Terry 631-727-0170 Posillico Civil 1750 New Highway Farmingdale, NY 11735 Michael Trotta 631-249-1872 A B C 267,475.00 527,312.00 867,065.00 197,740.00 593,960.00 1,087,640.00 245,450.00 629,800.00 1,283,250.00 292,400.00 651,630.00 1,194,600.00 Town of Southold FISHERS ISLAND ROAD AND STORMWATER IMPROVEMENT PROJECT PROPOSAL PACKAGE BID OPENS: JUNE 39 2010 @ 10:00 A.M. REMINDER NOTE! ! ! : VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! PP -1 'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. 0 Notarized Affidavit of Non -Collusion as required by NYS Law. A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. As per specifications, the TOWN OF SOUTHOLD requires a current insurance certificate, with the TOWN OF SOUTHOLD listed as additional insured, to be on file in the Town Clerk's Office. You will be given ten (10) business days from notice of award to supply this form or the bid will be rescinded. El Vendor Information Sheet and Address Record Form. El Assumed Name Certification. Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. PP -2 VENDOR NAME: Posillico Civil, Inc. VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID #: /I- /5cZ903 d, OR SOCIAL SECURITY #: DATE OF ORGANIZATION: lgq(o IF APPLICABLE: DATE FILED: STATE FILED: If a non -publicly owned Corporation: Posillico Civil, Inc. CORPORATION NAME: LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) LIST OFFICERS AND DIRECTORS: NAME TITLE If a partnership: PARTNERSHIP NAME: _ LIST PARTNERS NAMES: PP -3 LIST OF PRINCIPAL OFFICERS: *MICHAEL J. POSILLICO EXECUTIVE VICE PRESIDENT, DIRECTOR OF STRATEGIC BUSINESS DEVELOPMENT 9 FOX MEADOW COURT, WOODBURY, NY 11797 *JOSEPH K. POSILLICO, CEO/PRESIDENT 418 EAST 59TH STREET, NEW YORK, NY *PAUL F. POSILLICO SENIOR VICE PRESIDENT, FINANCE & ADMINISTRATION, TREASURER, SECRETARY 15 BEAUX ARTS LANE, HUNTINGTON, NY *JOSEPH D. POSILLICO, I1I, SENIOR VICE PRESIDENT- FIELD OPERATIONS 241 JENNINGS RD., COLD SPRING HARBOR, NY 11723 THOMAS SPATAFORA, VICE PRESIDENT - SALES 23 DUNCAN LANE, HUNTINGTON, NY 11743 MICHAEL J. TROTTA, VICE PRESIDENT - ESTIMATING 218 EDGEWATER AVENUE, BAYPORT FRED W. LOCHER, VICE PRESIDENT - PURCHASING CANTERBURY AVE., SAYVILLE, NY ANTHONY C. EVANGELISTA, P.E., VICE PRESIDENT - ENGINEERING 4 BEVERLY PLACE, MASSAPEQUA, NY CHARLES A. FORTE, JR., VICE PRESIDENT - FIELD OPERATIONS 1 FLOWER HILL COURT, HUNTINGTON, NY FRANK FRANZINI, VICE PRESIDENT - HUMAN RESOURCES 647 WOODLAND DRIVE, SOUTH HEMPSTEAD, NY 11550 JOSEPH SHEEHAN, P.E., VICE PRESIDENT - NYC OPERATIONS 101 JOHNSON ROAD SCARSDALE, NY 10583 MICHAEL BUONCORE, CHIEF FINANCIAL OFFICER 21 TONY DRIVE, KINGS PARK, NY 11754 * MEMBERS OF BOARD OF DIRECTORS / SHAREHOLDERS WITH INTEREST EXCEEDING 5% ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: ADDRESS: CONTACT: TELEPHONE: E-MAIL: ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: FAX: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: CONTACT: PP -4 FAX: E-MAIL: Posillico VENDOR NAME: Civil, Inc. ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Town Clerk. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows - please mark appropriate box: Insurance Certificate as requested is attached 1-1 I certify that I can supply insurance as specified if awarded the bid El Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER AUTHORIZED SIGNATURE PP -5 AFFIDAVIT OF NON -COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my fern is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The person signing this bid, under the penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS ,2 M OC. Signature & Company Position yp NOTARY: DAY OF 9N_ 20 / M U Type Name & Company Position ! 11 i r01 4t i -7- ,1 , ! -f-� _ VP o Company Name POSiiiiCo Civil, Inc. P Y NOTARY PUBLIC Date Signed 9tt., 0 , '40"o Federal l.D.Number 11-J50g03Z_ PP -6 OW9�?( WALTER TAGLEE Notary Public, State of New York No. OITA4871579 Qualified in Suffolk County Commission Expires September 22, 2021 PROPOSAL FORM FISHERS ISLAND ROAD AND STORMWATER IMPROVEMENT PROJECT VENDOR NAME: PostLLrCO CIVIL, WC. 1750 New-Wig-hway VENDOR ADDRESS: Farmingdale, NY 11735 TELEPHONE NUMBER: 63f 104,1$2A FAX: iogf V4—ffl gg The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. The Town Board reserves the right to award this Contract to the lowest qualified bidder and to reject and declare invalid any or all bids deemed not in the best interest of the Owner. In awarding this Contract, the Town is not bound by the quantities stated in the Proposal Form. It is emphasized that the quantities are approximations only. No guarantee is made for any quantities stated nor is a guarantee made for the total bid or alternate bid item. Such total bid or alternate bid items are for the purpose of guidance in awarding the Contract only. Payment shall be on the basis of actual work done at the unit prices quoted. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please write N/A below): Addendum No. Dated WW AUTHORIZED SIGNATURE 14 PRINT NAME TITLE MICHAEL J. TRO TTA €RIgENT ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OFA L) ss.: On the& -day of in the year 2010 before me, the undersigned, personally appeared, /lkchave/7..-r fe , personally known tome or proved tome on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. WALTER TAGLE Notary Public, State of New York No. 01 TA4871579 Qualified in Suffolk County Commission Expires September 22, 200 I9d:1 SPECIAL BID PROPOSAL FORM INSTRUCTIONS The attached Bid Proposal Form consists of three (3) individual Schedules of Prices, identified as Bid "A", Bid 'B" and Bid "C". The approximate quantities indicated for Bid "A" correspond to the area identified as Area "1" on the Contract Plans. The approximate quantities indicated for Bid "B" correspond to the areas identified as Area "1" and Area "2" on the Contract Plans. The approximate quantities indicated for Bid "C" correspond to the areas identified as Area "1", Area "2" and Area "3" on the Contract Plans. Bidders are required to submit bids for each of the three (3) bids in order to be considered responsive to this bid solicitation. Bidders are also required to fill out the summary sheet at the end of the Bid Proposal indicating the bid totals for each of the three (3) bids. The Town Board reserves the right to award this Contract to the lowest qualified bidder on Bid "A", Bid "B" or Bid "C" and to reject and declare invalid any or all bids deemed not in the best interest of the Town. PP -9 Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID "A" May 2010 ITEM ESTIMATED QUANTITY PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS CLEARING AND GRUBBING 1 1 LS For.,f Dollars Cents UNCLASSIFIED EXCAVATION IJ coo oc) 1 1,2 600 7c) 2B 150 CY For -tcgo D tars Cents SMOOTH INTERIOR CORRUGATED POLYETHYLENE PIPE 14PLS-15 80 LF // For - D ars Cents 156 OU SMOOTH INTERIOR CORRUGATED SLOTTED POLYETHYLENE PIPE 14PLS-S- 240 LF 15 n For a. e Dollars U Cents ASPHALT CONCRETE - TOP AND BINDER COURSES 105 oo 51FX 350 TON For � 4- -yt,�j Dollars Cents 15S av 54 v au PP -10-A- 1 Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement project SCHEDULE OF PRICES - BID "A" May 2010 PP -10-A-2 ESTIMATED ]PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID ITEM QUANTITY PRICES WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS ASPHALTIC TACK COAT 71-T 1,600 SY For a— Dollars Cents MAINTENANCE AND PROTECTION OF TRAFFIC 76 1 LS For I/gip - DWIars Cents STONE SWALE ion/ I 06> 80-X 150 SY For ars Cents CEMENT CONCRETE CURB co ov 97* 200 LF _ For CX-- Oollak Cents 00 av LEACHING BASINS 100 7 EA For Dollars Cents Fddd a) 00 PP -10-A-2 Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement project. SCHEDULE OF PRICES — BID `°A" May 2010 ITEM ESTIMATED QUANTITY PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS I CENTS CATCH BASINS -ROUND 102-B 1 EA For.. Dollars Cents CONCRETE SIDEWALKS AND RAMPS Ob O 105 20 SY !„ `�v� 'K t) For (� Dollars Cents TOPSOIL AND SEEDING ON PREPARED AREAS 1 - 0c) 123TSX 900 SY For Dollars Cents SAWCUTTING PAVEMENT AND SIDEWALK / 00 1147o6 oU 205 70 LF /�r_ `` Fo/ t.c�d1w-. Dollars Cents MDS ED -IN-PLACE RECYCLED BASE COURSE '0 OCA 500SS 2,100 SY For , QL �IA_i7 * contingency item 3'7 SbnO Dollars Cents PP -10-A- 3 Town of Southold Fishers Island Road and Stormwater Improvement Project CA# of 13.100 SCHEDULE OF PRICES — BID "A" May zolo TOTAL GROSS BID FOR BID "A": C) () TOTAL GROSS BID FOR BID "A" MUST BE WRITTEN IN WORDS: In case of discrepancy between the amount shown in figures and the amount shown in words, the amount shown in words will govern, and will be used as the unit price to determine correct extensions of the amount bid. As necessary, the Total Gross Bid will be corrected in accordance with the foregoing. The Town of Southold reserves the right to increase, decrease, or eliminate any or all items prior to or after award of the bid. It is emphasized that the quantities are approximations only. No guarantee is made for quantities stated nor is a guarantee made for the total bid. Such total is for the purpose of guidance in awarding the Contract only. Payment shall be made on the basis of actual work done at the unit and/or lump sum prices quoted. PP -10-A- 4 Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID`B" May 2010 ITEM ESTIMATED QUANTITY PIUCE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS CLEARING AND GRUBBING 1 1 LS For . lrc z A dll d p_.A_ao' -K 1 Dollars Cents 00 00 0 UNCLASSIFIED EXCAVATION 2B 200 CY For —0 ollars Cents O SMOOTH INTERIOR CORRUGATED POLYETHYLENE PIPE 14PLS-15 80 LF Fors fit` �lrt c� �DollaU Cents- Od ()U SMOOTH INTERIOR CORRUGATED SLOTTED POLYETHYLENE PIPE 14PLS-S- 240 IF 15 / For._, ,{ a `�{.t� 44,�� 4-Cc�.t� q+- 'YW Dollars Cents 105 00 d U ASPHALT CONCRETE - TOP AND BINDER COURSES 51FX 1,600 TON For. Ae '-ie�'1' O //�/� (" r) a5G fjQ O(� Dollars Cents Town of Southold CA# 0113.100 SCHEDULE OF PRICES - BID `B" Fishers Island Road and Stormwater Improvement Project May 2010 PP -10—B-2 ESTIMATED PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID ITEM QUANTITY PRICES WRITTEN IN WORDS DOLLARS CENTS DOLLARS I CENTS ASPHALTIC TACK COAT 71-T 8,400 SY For e*, - Dollars Cents /00840 00 MAINTENANCE AND PROTECTION OF TRAFFIC 76 1 LS For Do lars Cents oU p STONE SWALE 80-X 150 SY For _ ih o v Do6m Cents JO 00 on 00 CEMENT CONCRETE CURB 97 300 LF For 11 Cents 35 00 1 lo i5ao 00 LEACHING BASINS 100 7 EAY000 00For_ Nt f. OLA �— M llars Cents U00 OU PP -10—B-2 Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID`B" May 2010 ESTIMATED PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS ITEM QUANTITY PRICES WRITTEN IN WORDS CATCH BASINS - RECTANGULAR 102-A 1 EA For \94tU J Dollars Cents -17 000 aco) 70non o v CATCH BASINS - ROUND 102-B 1 EA For 9` ollars Cents So 0 0 6 �So a o ALTERING DRAINAGE STRUCTURES 103 7 EA D For 4:� 9` 7 Dollars Cents C50,0 Go vv CLEAN EXISTING DRAINAGE STRUCTURES 104B 5 EA For 9 Dollars U Cents ov CONCRETE SIDEWALKS AND RAMPS 105 600 SY For 9`" ZL�C9— ollars Cents 66 pU �6" Coe) OU Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID`B" May 2010 PP -10—B-4 ESTIMATED PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS ITEM QUANTITY PRICES WRITTEN IN WORDS TOPSOIL AND SEEDING ON PREPARED AREAS 123TSX 1,050 SY Dollars Cents /0 SAWCUTTING PAVEMENT AND SIDEWALK 205 500 LF For Y-- '+-� Dollars Cents 3 o /.,So 0 on MIKED-IN-PLACE RECYCLED BASE COURSE 50OSS 8,500 SY � For 41- v' Dollars Cents THERMOPLASTIC REFLECTOR2ED PAVEMENT MARKINGS 6855 9,000 LF For F Dollars a Cents aoo oa PP -10—B-4 Town of Southold Fishers Island Road and Stormwater Improvement Project CA# 0113.100 SCHEDULE OF PRICES - BID `B" May 2010 TOTAL GROSS BID FOR BID `B": $ 6,54 TOTAL GROSS BID FOR BID `B" MUST BE WRITTEN IN WORDS: In case of discrepancy between the amount shown in figures and the amount shown in words, the amount shown in words will govern, and will be used as the unit price to determine correct extensions of the amount bid. As necessary, the Total Gross Bid will be corrected in accordance with the foregoing. The Town of Southold reserves the right to increase, decrease, or eliminate any or all items prior to or after award of the bid. It is emphasized that the quantities are approximations only. No guarantee is made for quantities stated nor is a guarantee made for the total bid. Such total is for the purpose of guidance in awarding the Contract only. Payment shall be made on the basis of actual work done at the unit and/or lump sum prices quoted. :)_ 0_ 4�_1q Town of Southold CAii 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID "C" May 2010 PP -10-C-1 ESTIMATED PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS ITEM QUANTITY PRICES WRITTEN IN WORDS CLEARING AND GRUBBING 1 1 LS _ For T A ¢ �� Dollars Cents �000 o -10 00-(2— 00 UNCLASSIFIED EXCAVATION 2B 300 CY Dollars Cents go 00 &Y000do SMOOTH INTERIOR CORRUGATED POLYETHYLENE PIPE 14PLS-15 80 LF / ye•'A_,., � For_ �'t'� " �A--r�-- 4- -XtD D4#ars Cents q4100 0o SMOOTH INTERIOR CORRUGATED SLOTTED POLYETHYLENE PIPE 14PLS-S- 240 LF 15 For P �i uu�_ 9L Dollars Cents 105 U OC.4 0 oU ASPHALT CONCRETE - TOP AND BINDER COURSES 51FX 3,800 TON For 4 Dollars Cents /(p D OO PP -10-C-1 Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID "C" May nolo ITEM ESTIMATED QUANTITY PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS ASPHALTIC TACK COAT 71-T 19,500 SY For � Dollars Cents MAINTENANCE AND PROTECTION OF TRAFFIC 76 1 IS Dollars Cents cm � (30/3o /tgo ncn co STONE SWALE 80-X 150 SY For `y- - -O ollazs Cents �� o0 CEMENT CONCRETE CURB 97 350 LF 41Z1 For Z1,q �'O Dothirs Cents LEACHING BASINS 100 7 EA For&�tQ �Lti Dollars Cents D Ob PP -10—C-2 Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID "C" May 2010 PP -10–C-3 ESTIMATED PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS ITEM QUANTITY PRICES WRITTEN IN WORDS CATCH BASINS - RECTANGULAR 102-A 1 EA n For �I U� / q w t_7 Dollars Cents 00 CATCH BASINS - ROUND 102-B 1 EA For. 1 Q� DMlars Cents 00 5 00 ALTERING DRAINAGE STRUCTURES 103 8 EA n � For�#�t.v, Dollars Cents Jroo � o CLEAN EXISTING DRAINAGE STRUCTURES 104B 6 EA Dollars UCents v CONCRETE SIDEWALKS AND RAMPS 105 780 SY For gF— llars Cents DU oU PP -10–C-3 Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID "C" May 2010 PP -10—C-4 ESTIMATED PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID ITEM QUANTITY PRICES WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS TOPSOIL AND SEEDING ON PREPARED AREAS 123TSX 5,800 SY For. Dollars Cents coo 90 SAINCUTTING PAVEMENT AND SIDEWALK 205 600 LF For ` A ) a- �, Dollars Cents /0 d MDCED-IN-PLACE RECYCLED BASE COURSE 50OSS 20,000 SY For Dollars U U Cents JVD /7 THERMOPLASTIC REFLECTORIZED PAVEMENT MARKINGS 6855 19,500 LF For_ �t- Dollars Cents d %D A2 &60 100 PP -10—C-4 Town of Southold Fishers Island Road and Stormwater Improvement Project CA# 0113.100 SCHEDULE OF PRICES — BID "C" May 2010 TOTAL GROSS BID FOR BIT! "C": $ �% y 6,0 0, TOTAL GROSS BID FOR BID "C" MUST BE WRITTEN IN WORDS: In case of discrepancy between the amount shown in figures and the amount shown in words, the amount shown in words will govern, and will be used as the unit price to determine correct extensions of the amount bid. As necessary, the Total Gross Bid will be corrected in accordance with the foregoing. The Town of Southold reserves the right to increase, decrease, or eliminate any or all items prior to or after award of the bid. It is emphasized that the quantities are approximations only. No guarantee is made for quantities stated nor is a guarantee made for the total bid. Such total is for the purpose of guidance in awarding the Contract only. Payment shall be made on the basis of actual work done at the unit and/or lump sum prices quoted. PP -10—C-5 Town of Southold Fishers Island Road and Stormwater Improvement Project CAN 0113.100 SUMMARY OF BIDS May 2010 TOTAL GROSS BID FOR BID °`A": $ R �IUU TOTAL GROSS BID FOR BID "A" MUST BE WRITTEN IN WORDS: TOTAL GROSS BID FOR BID `B": $ (05)IO& W • 00 TOTAL GROSS BID FOR 1111)"B" MUST BE WRITTEN IN WORDS: TOTAL GROSS BID FOR BID "C": $ 1, 19 (f, (o U O .00 TOTAL GROSS BID FOR BID "C" MUST BE WRITTEN IN WORDS: The Town of Southold reserves the right to increase, decrease, or eliminate any or all items prior to or after award of the bid. PP-10—ABC- 1 -?Vl Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY: POSIIlicO Civil, Inc.A Corporation A Partnership or Entity FIRM NAME: An Individual PRINCIPAL OFFICE: ll�n vEW Hl6uu ___ 1TI1 PRINCIPAL OFFICERS: - n �— BACKGROUND TITLE NAME ADDRESS PROFESSION/IRADE 1. How many years has your organization been in business under its present business name? / r/ 2. You normally perform what percent of the work with your own forces? 1�% List trades that you organization normally performs below: kzL�4 �'c L10-1 01� 3Haveyou ever to complete any work awarded to you? NO . If so, note where and why. 4. Are there any claims, judgments, arbitration proceedings or suits pending or . outstanding against your firm or its officers? If yes, please provide details. V QS -1 1750 NEW HIGHWAY • FARMINGDALE, NY 11735 PHONE 631-390-5730 • FAX 631-752-0780 • E-MAIL JP3QPOSILLICOGROOP.COM JOSEPH D WORK EXPERIENCE POSILLICO III 2004 -Present Posillico Civil, Inc. Farmingdale, NY Senior Vice -President Field Operations Civil, Environmental, Drilling, Materials, Consulting & Development • Manage company Safety Department and Risk Management program across all business disciplines. • Supervise and mentor General Supervisors, Area Managers and Shop Manager. • Oversees all equipment and vehicle purchases. Reviews and manages job and equipment costs for projects across all business disciplines. 2001 -2004 J. D. Posillico, Inc. Farmingdale, NY General Supervisor Various Municipal and Private Jobs • Head Company Safety Program and Monitor Insurance Claims. • Coordinated all Labor and Equipment between all jobs. • Equipment Rentals, Purchases, Maintenance, and Repairs. • Monitor job Cost, Payments, and Purchasing. 1997-2001 J. D. Posillico, Inc. Farmingdale, NY Project Manager Rehabilitation of LIE (Exits 57-64, Holbrook, NY) -2 Contracts • NYSDOT Project Estimate $150 Million. • Job Start up, Order all Equipment and Materials. • Coordinated work with Suppliers and Subcontractors. 1993- 1997 J. D. Posillico, Inc. Farmingdale, NY Project Engineer/Supervisor Rehabilitation of Route 25(jericho Turnpike, Syosset, NY) ---3 Contracts 3 Contracts with NYSDOT totaling $25 Million. Ordered materials, Payroll, Payments, EEO Requirements, Job Quantities. Ail Certifications and Submittals to NYSDOT. Rehabilitation of Route 27(Sunrise Highway, Massapequa, NY) • NYSDOT Project Estimate: $9 Million. • Safety, Payment, Payroll, Job Cost, Quantity Review, and Payment. • Planning, and Scheduling of manpower and equipment. FTITTCATION CERTIFICATIONS MEMBERSHIPS Rehabilitation of LdE (Exits 47-49, Plainview, NY) NYSDOT Project Estimate: $42 Million. 1992- 1993 Downtown Eatery Montauk, NY Manager Rehabilitation, Set up, and Operation of 40 Seat Restaurant Scheduling, Payroll, Ordering, and Banking. 1987-1991 Lehigh University Bethlehem, FA B.S., Civil Engineering Specialty classes in Environmental and Transportation Engineering. . OSHA 30 hour • Hazmat 40 hour . CPR • Defensive Driving • Leadership Training • Scuba • AGC • LICA . GCA • DFI • ADSE JOSEPH K. POSILLICO EXPERIENCE Posillico Civil, Inc. / Posillico Environmental, Inc. Farmingdale, NY CEO/President September 2007 — Present Posillico Environmental, Inc. Farmingdale, NY CEO/ President September 2007 - Present Provide leadership to position the company's at the forefront of the industry. Oversee development and management of the organization's annual strategic plan to advance the company's mission and objectives to promote revenue, profitability and growth as an organization. Oversee company operations to insure safety, efficiency, quality, service and cost effective management of resources. Posillico Civil, Inc./Posillico Environmental, Inc. Farmingdale, NY President January 2004 — September 2007 Oversee project management and estimating functions of organization, across all divisions. Represent the company in negotiations with private and public corporations and clients. Lead organization management staff meetings and company -wide informational meetings and communications. PosiWco Civil, Inc./Posillico Environmental, Inc. Farmingdale, NY Secretary April 1987 — January 2004 Responsibilities include estimating and coordinating bids for public works projects, seeking out project opportunities with private frons and providing price quotations/negotiations, handling claims and change orders for ongoing and completed projects, management of engineering department staff personnel, provides engineering support. In charge of two construction projects for the Port Authority of New York/New Jersey at JFK International Airport. Projects involved relocated existing sanitary sewer and water facilities, installation and removal of steel sheet piling, dewatering, construction of a 30' -deep sanitary sewer lift station, and installation of underground tanks. Projects required intense planning and staging to minimize interruptions to airport operations, which included a comprehensive safety program to protect both employees and the general public. POSILLICO, JOSEPH In charge of two construction projects for the New York State Dept. of Transportation. Projects involved the reconstruction of Route 495 in Huntington, N.Y. ($10.8 million) and the construction of Route 878 in Inwood, N.Y. ($25.7 million). Responsibilities included project scheduling, field supervision, project engineering, and negotiating change orders. The project included constructing a bridge over the LIRR, and installing over 16,000 If of underground sanitary and drainage pipe, 3,600 If concrete box culvert, and 6,700 if 48" water main piping and appurtenances. EXXON Co. Terminal Superintendent May 1985 - March 1987 In charge of the operation of Exxon Co., USA's Everett, MA. Oil transfer facility. Responsibilities included supervising 8 supervisory and 30 union employees, stewardship over a $5 million dollar per year operating and expense budget, coordinating plant maintenance and repair, participating in labor negotiations, and insuring compliance with federal and local environmental regulations. Operations at the facility included the handling of over 10 million barrels of petroleum products per year, with shipment/receipt of this product via barge, pipeline, and tank truck. Terminal Supervisor November 1983 - February 1987 In charge of Exxon's oil transfer facility in Oceanside, N.Y. Also actively involved in developing and implement ting a comprehensive safety program for the approximately 125 employees at Exxon's six oil terminals in the New York Metropolitan area. Construction & Maintenance Engineer August 1981 - October 1983 • Responsible for overseeing the construction and modernization of Exxon's retail stations on Long Island, N.Y., including replacing underground tanks, installing vapor recovery systems, testing underground tanks, cleaning up oil lost from leaking underground tanks, routine maintenance and ensuring compliance with local safety and environmental regulations. EDUCATION ST. JOHNS 1NIVERSI11 JTAp,.r_pYCA, NY 1982-1983 Completed graduate school courses in Management, Finance and Business Law VILLANOVA UNIVERSITY VILLANOVA, PA 1977-1981 • Bachelor of Civil Engineering (magna cum laude) • Member of the Chi Epsilon and Tau Beta Phi National Honor Societies MICHAEL J. POSILLICO SUMMARY OF OUALIFICATIONS Mr. Posillico has varied experience in a multitude of civil engineering, environmental and development projects. He has worked with many government agencies and owners in conjunction with the construction, development and remediation of many projects including the NYSDOT, NYSDEC, NYCDEP, USEPA and many other regional municipal agencies. In the past several years he has combined this expertise to promote the clean up and redevelopment of some of the most contaminated projects in our region. EXPERIENCE • From 2005 to present Mr. Posillico has formed 2 new companies, Posillico Development LLC, an organization formed to integrate operations, pool resources and strategically invest in property development and Posillico Consulting, LLC a multi disciplined Brownsfield redevelopment property management and development consulting service. He also expanded Posillico Environmental's marine and mechanical capabilities, which now encompass dredging, synthetic bulkhead installation, sanitary treatment plant construction and refurbishment. Mr. Posillico also lead a re -branding effort for the "Posillico" companies to improve their recognition under one brand and being dedicated to setting the standard for excellence in the construction industry for getting complex projects completed safely, on time and on budget. • From 2000 to 2004 Mr. Posillico has focused further on the re -development of environmentally challenged properties in addition to overseeing major projects in Posillico Environmental, Inc. Major projects include the partnership in Glen Isle Development, a 50 -acre national brownsfield waterfront redevelopment site, redevelopment of the former Cibro Fuel Oil Terminal in Island Park, NY and the clean up of the former GTE/Sylvania site in Hicksville, NY. • From 1997 to 2000 Mr. Posillico has worked on further expansion of thermally treated contaminated soil and dredge spoil recycling into a product known as "Poscrete". He has also worked on a number of significant environmental projects including recently completed dredging of Lake Capri in West Islip, NY, which involved difficult environmental dredging and processing of sediments and solids with a temporary processing plant In addition, Mr. Posit co worked on the development of a remedial SVE system at Northville's Holtsville terminal and affected area with ERM Northeast. • From 1993 to 1996 Mr. Posillico expanded Blue Water Environmental, Inc. into other specialized remedial projects including an expansive tunnel clean-up project for the Brooklyn Navy Yard Development Corp., shallow soil mixing of hazardous wastes for the NYSDEC at Dzus Fasteners in West Islip, NY, and the handling and disposal of dredge sediments from the installation of a cooling tunnel outfall at the Brooklyn Navy Yard. • From 1991 to 1993 the majority of Mr. Posillico's efforts were directed to developing a permit with the NYSDEC to thermally treat and recycle petroleum -contaminated soils at Posillico Brothers Asphalt in Farmingdale, N.Y. (Posillico Materials, LLC) During this time period Michael founded and developed the Blue Water Environmental, Inc. petroleum contaminated soil business which is now known as Posillico Environmental, Inc. • From 1988 to 1991 Mr. Posillico was the Project Manager for reconstruction of the Northern State and Meadowbrook Parkway interchange and the reconstruction of the intersection of Old Country Road and Glen Cove Road. The total value of both projects was over 70 million dollars, which involved complex bridge reconstruction and highway detour routing. • From 1985 to 1988 Mr. Posillico was the Project Supervisor for NYSDOT. Nighttime reconstruction of the Long Island Expressway, exits 52-57 and exits 32-39. (10 million dollars), the reconstruction of Route 106/107 and the North Service Road in Syosset, NY. (4 million dollars, the reconstruction of the force main and sewer system, Halesite, NY. (2 million dollars) AFFILIATION____ Mr. Posillico and his partners formed The Posillico Group Foundation in 2004 donating their time and money to many regional charitable organizations. Mr. Posillico has served numerous charitable and foundation boards including Farmingdale State College Foundation where he served as Foundation President. Mr. Posillico is currently an honorary member of this foundation. He currently sits on the Board of Vision Long Island, a regional consortium of professional advocates that promotes "smart growth' in our region, focusing on improving housing, environmental, transportation and economic development. rTIRRF.NT nFFTCF TITLES • Posillico Environmental, Inc. — Executive Vice President, Chairman of the Board • Posillico Civil, Inc. — Executive Vice President • SUNY Famvngdale College Foundation — Honorary Member • Vision Long Island — Board Member • Posillico Development, LLC — Managing Partner • Posillico Consulting, LLC — Managing Partner nnI I(-ATi(-1N 1984 Clemson UniveryzPv Ckmson, SC • B.S., Civil Engineering (Member of Chi Epsilon National Civil Engineering Honor Society) PAGE 2 IICHAEL j. POSILLICO PAUL F. POSILLICO EXPERIENCE: Posillico Civil, Inc. Senior Vice President — Finance and Administration — Secretary, Treasurer Farmingdale, NY 2002 — Present • Responsible for cost control and supervision of financial analysis, cash management budgeting, forecasting management for all business divisions. • Posdlico Bros. Asphalt General Manager responsible for oversight of quality control, everyday business functions of Hot Mix Asphalt plant. • Prepares marketing operation plans to ensure company growth and expansion of business divisions. • Involved in positive relations with local Labor Unions. Estimator/Project Manager 1998- 2002 Broadway Mall Construction Hicksville. New York • Site work contract of $1,400,000 for reconstruction at the mall. • Developed project schedules, handled all change order and billings. • Set up of purchase orders and subcontract agreements. East Hampton Alport Overlay and Widening • Rehabilitation of the East Hampton Airport Runways while maintaining airport operations. - Project Estimate: $2,700,000 Worked with airport management and consulting engineer daily to ensure complete site safety. Coordinated work and project subcontractors and suppliers. Tracked project quantities daily. J D Posillico Inc Engineering Department • Perform take -offs and estimates for NYSDOT, NYSDEC, and private projects. • Final close out of numerous projects. • Handle job submittals and billings for multiple projects. Assistant Supervisor 1992-1994 Southem State Parkway Rehabilitation • Ordered Materials and handled all required submittals to NSYDOT. • Calculated and tracked all job quantities and reviewed monthly estimates. • Assistcd in scheduling of crews and subcontractors. Page 1 Paul F. Posillico CURRENT OFFICER POSITIONS: Posdhco Civil, Inc. — Senior Vice President— Finance and Administration, Treasurer, Secretary Posillico Environmental, Inc. — Senior Vice President Finance and Administration, Treasurer, Secretary Posilbco Materials, LLC — General Manager PROFESSIONAL MEMBERSHIPS: • The Associated General Contractors of New York - Region 10 Director • Long Island Contractors' Association -Board of Director EDUCATION: Clemson University Clemson, SC 1994-1997 B.S., Civil Engineering Specialty classes in Environmental Engineering, Coastal Engineering, and Transportation Design. Paul F. Posillico Page 2 CURRENT OFFICER POSITIONS: Posillico Civil, Inc. — Senior Vice President — Finance and Administration, Treasurer, Secrtary Posillico Environmental, Inc. — Senior Vice President Finance andAdministration, Treasurer, Secretary Posillico Materials, LLC — General Manager PROFESSIONAL MEMBERSHIPS: • The Associated General Contractors of New York - Region 10 Director • Long Island Contractors' Association - Board of Director EDUCATION: Clemson University Clemson, SC 1994 —1997 B.S., Civil Engineering Specialty classes in Environmental Engineering, Coastal Engineering, and Transportation Design. Paul F. Posillico Page 2 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes, please provide details. 9 6. List the major construction projects your organization has underway at this date: Name of. Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone # Telephone # Amount Complete Comnletion 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone # Telephone# Amount Comnletion % of Work QS -2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Capacity 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? rr/I a� 5 10. Bank References: '15-60—, `537-�roct6 4011 Oct. � . OeIV Ili, Nei 11747 i2ronir�e {-�,Ilc�b�e �wsi�eSS�IC. �Pee�-Qis$- ((�7 ��sa • �Sv-5 11. Trade Association Membership: t-oncr A 1Coy1 �C (1-7 7 L6&) W,7- v, -t36 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations? if yes, when? what was the outcome of the investigation? QS -3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF &W W qoa ) COUNTY OF g duly sworn deposes and says that he is the—d ,y of contractor and that answers to the foregoing questions and all statements therein contained are true and correct. MICHAEL J. TROTTA VICE PRESIDENT (Signature person who signed bid) Sworn to before me this—Sela day of k LTER ate N Notary Public NotaryN0.l01TA4s71599w rk Commission Expiration Date: Qualified in Suffolk County Cornmission Expires September 22, 20 L) QS -4 POSILLICO CIVIL, INC. AND AFFILIATES COMBINED AND CONSOLIDATED FINANCIAL STATEMENTS DECEMBER 31, 2009 POSILLICO CIVIL, INC. AND AFFILIATES CONTENTS Paqe Independent Auditors' Report Combined and Consolidated Financial Statements Combined and Consolidated Balance Sheet at December 31, 2009 2 Combined and Consolidated Statement of Income and Retained Earnings and Members' Equity for the Year Ended December 31, 2009 3 Combined and Consolidated Statement of Cash Flows for the Year Ended December 31, 2009 4-5 Notes to Combined and Consolidated Financial Statements 6-23 Grassi & Co., CPAs, P.C. Independent Firm Associated with Moore Stephens International LTD INDEPENDENT AUDITORS' REPORT To The Stockholders and Board of Directors Posillico Civil, Inc. and Affiliates Farmingdale, New York We have audited the accompanying combined and consolidated balance sheet of Posillico Civil, Inc. and Affiliates at December 31, 2009, and the related combined and consolidated statements of income and retained earnings and members' equity and cash flows for the year then ended. These combined and consolidated financial statements are the responsibility of the Company's management. Our responsibility is the express an opinion on these combined and consolidated financial statements based on our audit. We conducted our audit in accordance with auditing standards generally accepted in the United States of America. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the combined and consolidated financial statements are free of material misstatement. An audit includes examining, on a test basis, evidence supporting the amounts and disclosures in the combined and consolidated financial statements. An audit also includes assessing the accounting principles used and significant estimates made by management, as well as evaluating the overall combined and consolidated financial statement presentation. We believe that our audit provides a reasonable basis for our opinion. In our opinion, the combined and consolidated financial statements referred to above present fairly, in all material respects, the financial position of Posillico Civil, Inc. and Affiliates as of December 31, 2009, and the results of its operations and cash flows for the year then ended, in conformity with accounting principles generally accepted in the United States of America. GRASSI & CO., CPAs, P.C. Jericho, New York April 30, 2010 1- 50 Jericho Quadrangle Jericho, New York 11753 (516) 256-3500 ■ Fax (516) 256-3510 New Jersey and North Carolina www.grassicpassom POSILLICO CIVIL, INC. AND AFFILIATES COMBINED AND CONSOLIDATED BALANCE SHEET DECEMBER 31. 2009 ASSETS CURRENTASSETS Cash $ 7,652,051 Restricted cash 1,067,495 Marketable securities - available for sale 179,783 Accounts receivable 822,454 Contract receivables 31,611,154 Costs and estimated earnings in excess of billings on uncompleted contracts 1,291,125 Inventory 299,259 Equity in joint ventures 1,269,533 Advances to affiliates 250,842 Prepaid and refundable income taxes 77,894 Prepaid expenses and other current assets 496,539 Total Current Assets 45,018,129 PROPERTY AND EQUIPMENT 22,069,365 OTHER ASSETS: Security deposits 14,214 Closing costs, net of accumulated amortization of $36,752 147,501 Other investments 1,397,080 1,558,795 $ 68,646,289 The accompanying notes are an integral part of this combined and consolidated financial statement. -2- LIABILITIES AND STOCKHOLDERS' EQUITY CURRENT LIABILITIES Current maturities of long-term debt $ 2,864,674 Accounts payable 15,347,485 Billings in excess of costs and estimated earnings on uncompleted contracts 4,893,525 Income taxes payable - current 3,659 - deferred 50,000 Advances from stockholders 2,465,864 Advances from affiliates 357,903 Accrued expenses and other current liabilities 3,823,899 Total Current Liabilities 29,807,009 LONG-TERM LIABILITIES: Long-term debt, less current maturities 13,523,612 Security deposits payable 47,734 Other liabilities 20,109 13, 591,455 COMMITMENTS AND CONTINGENCIES STOCKHOLDERS'EQUITY: Posillico Civil, Inc. and Affiliates Stockholders' Equity: Common stock, no par value, 700 shares authorized, 355 3/4 shares issued and outstanding 246,033 Retained earnings and members' equity 27,311,590 27,557,623 Less: Treasury stock 3,500,000 Total Posillico Civil, Inc. and Affiliates Stockholders' Equity 24,057,623 Noncontrolling interest in affiliate 1,190,202 Total Stockholders' Equity 25,247,825 $ 68,646,289 POSILLICO CIVIL, INC. AND AFFILIATES COMBINED AND CONSOLIDATED STATEMENT OF INCOME AND RETAINED EARNINGS AND MEMBERS' EQUITY FOR THE YEAR ENDED DECEMBER 31, 2009 REVENUES $ 144,462,202 COSTS 129,479,015 GROSS PROFIT 14,983,187 GENERAL AND ADMINISTRATIVE EXPENSES 9,853,968 INCOME FROM OPERATIONS 5,129,219 OTHER INCOME (EXPENSE): Interest income 142,656 I nterest expense (1,206,951) Miscellaneous income 111,691 Loss on sale of property and equipment (7,638) Loss from investment in LLC (155,779) Insurance settlement 277,175 Rental income - net 280,230 Total Other Expense (558,616) INCOME BEFORE PROVISION FOR INCOME TAXES 4,570,603 PROVISION FOR INCOME TAXES 109,064 INCOME BEFORE ADJUSTMENT FOR NONCONTROLLING INTEREST 4,461,539 NONCONTROLLING INTEREST (73,048) NET INCOME 4,388,491 RETAINED EARNINGS AND MEMBERS' EQUITY, BEGINNING OF YEAR 25,334,253 29,722,744 LESS: DISTRIBUTIONS TO STOCKHOLDERS 2,411,154 RETAINED EARNINGS AND MEMBERS' EQUITY, END OF YEAR $ 27,311,590 The accompanying notes are an integral part of this combined and consolidated financial statement. -3- POSILLICO CIVIL, INC. AND AFFILIATES COMBINED AND CONSOLIDATED STATEMENT OF CASH FLOWS FOR THE YEAR ENDED DECEMBER 31, 2009 CASH FLOWS FROM OPERATING ACTIVITIES: (122,721,827) Cash received from customers $ 140,389,512 Distributions from joint venture 1,750,000 Interest received 142,656 Rental income received 266,022 Insurance settlement received 277,175 Miscellaneous income received 111,691 Cash Provided By Operating Activities 142,937,056 Cash paid for contract costs (122,721,827) Cash paid for general and administrative costs (9,265,681) Contributions to joint venture (770,000) Interest paid (1,467,337) Income taxes paid (25,316) Cash Disbursed For Operating Activities (134,250,161) NET CASH PROVIDED BY OPERATING ACTIVITIES 8,686,895 CASH FLOWS FROM INVESTING ACTIVITIES: Distribution from investment in LLC 113,789 Proceeds from sale of property and equipment 834,250 Repayment of advances to affiliates - net 84,951 Decrease in restricted cash 47,644 Cash Provided By Investing Activities 1,080,634 Purchase of property and equipment (913,487) Purchase of marketable securities (179,783 Cash Disbursed For Investing Activities (1,093,270) NET CASH USED IN INVESTING ACTIVITIES (12,636) CASH FLOWS FROM FINANCING ACTIVITIES: Principal payments of long-term borrowings (5,033,133) Repayments of advances from stockholders - net (102,880) Distribution to members (1,200,000) Distributions to stockholders (1,411,154) NET CASH USED IN FINANCING ACTIVITIES (7,747,167 NET INCREASE IN CASH 927,092 CASH, BEGINNING OF YEAR 6,724,959 CASH, END OF YEAR $ 7,652,051 The accompanying notes are an integral part of this combined and consolidated financial statement. A- POSILLICO CIVIL, INC. AND AFFILIATES COMBINED AND CONSOLIDATED STATEMENT OF CASH FLOWS (CONT -D.) FOR THE YEAR ENDED DECEMBER 31, 2009 RECONCILIATION OF NET INCOME TO NET CASH PROVIDED BY OPERATING ACTIVITIES' NET INCOME $ 4,388,491 ADJUSTMENTS TO RECONCILE NET INCOME TO NET CASH PROVIDED BY OPERATING ACTIVITIES: Bad debt expense 375,650 Depreciation and amortization 2,595,690 Loss on sale of property and equipment 7,638 Loss from investment in LLC 155,779 Noncontrolling interest 73,048 Changes in Assets (Increase) Decrease: (232,200) Accounts receivable (433,460) Contract receivables 5,468,653 Costs and estimated earnings in excess of billings on 4,298,404 uncompleted contracts 3,252,166 Land underdevelopment (2,713) Inventory 103,194 Equity in joint ventures 848,828 Prepaid and refundable income taxes 78,895 Prepaid expenses and other current assets 187,965 Closing costs 10,116 Changes in Liabilities Increase (Decrease) Accounts payable (6,720,112) Billings in excess of costs and estimated earnings on uncompleted contracts (1,857,571) Income taxes payable - current (3,130) - deferred 10,000 Deferred revenue (232,200) Accrued expenses and other current liabilities 394,176 Security deposits payable (14,208) Total Adjustments 4,298,404 NET CASH PROVIDED BY OPERATING ACTIVITIES $ 8,686,895 SCHEDULE OF NON-CASH INVESTING AND FINANCING ACTIVITIES' Property and equipment acquired through long-term financing $ 1,128,694 Distribution of LLC interest to stockholders $ 210,990 The accompanying notes are an integral part of this combined and consolidated financial statement. -5- POSILLICO CIVIL, INC. AND AFFILIATES NOTES TO COMBINED AND CONSOLIDATED FINANCIAL STATEMENTS Note 1 - Summary of Significant Accounting Policies Principles of Combination and Consolidation The combined and consolidated financial statements include the accounts of Posillico Civil, Inc. ("Civil"), its affiliate, Posillico Environmental, Inc. ("Environmental"), Environmental's wholly-owned subsidiary, Babylon Cove Development, LLC ("Babylon Cove"), LIE Rental, Inc. ("LIE"), Posillico Materials, LLC ("Materials"), and 1750 New Highway, LLC (1750) (collectively "the Companies'). 1750 is consolidated into Civil and this consolidated entity is combined with Environmental, LIE and Materials. All significant intercompany balances and transactions have been eliminated. Business Activity Civil serves as a general contractor specializing in bridge, road, and sewer reconstruction projects for governmental and institutional owners. Construction work is performed under unit -price, fixed-price, and time and material contracts. These contracts are undertaken by the company or in partnership with other contractors through joint ventures. The length of the company's contracts varies but typically ranges from one to three years. Construction work is typically performed in the New York metropolitan area. Environmental serves as a general contractor and is primarily engaged in providing environmental remediation services in the New York metropolitan area. Construction work is generally performed under fixed-price, unit -price, and time and material contracts. The length of the company's contracts varies but typically ranges from one to two years. Babylon Cove was organized in the State of New York as a limited liability company. Babylon Cove is wholly-owned by Environmental. Babylon Cove was formed to acquire land for development and for the construction of 22 townhouses. LIE was organized in the State of New York as a corporation. LIE was formed to rent equipment to affiliated and non-affiliated entities. Materials was reorganized as a limited liability company on May 1, 1995. Materials manufactures asphalt for sale to contractors and also earns fees from the recycling of construction materials or contaminated soil. Materials enters into these transactions with affiliated and unaffiliated entities. 1750 was organized in the State of New York as a limited liability company. 1750 rents office facilities to Civil. Effective January 1, 2008, Civil, Environmental and LIE are wholly-owned subsidiaries of Posillico, Inc. Revenue and Cost Recognition Civil and Environmental recognize revenues from unit -price and fixed-price, long-term construction contracts under the percentage of completion method. Under this method, progress towards completion is recognized according to the percentage of incurred costs to estimated total costs. This method is used because management considers the "cost to cost" method the most appropriate in the circumstances. POSILLICO CIVIL, INC. AND AFFILIATES NOTES TO COMBINED AND CONSOLIDATED FINANCIAL STATEMENTS Note 1 - Summary of Significant Accounting Policies (cont'd ) Revenue and Cost Recognition (cont'd ) Revenues from time and material contracts are recognized on the accrual basis Contract costs include all direct material and labor costs and all other direct and indirect costs related to contract performance. General and administrative costs are charged to expense as incurred. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. Changes in job performance, job conditions and estimated profitability, including those arising from settlements, may result in revisions to costs and income and are recognized in the period in which the revisions are determined. Because of the inherent uncertainty in estimating the costs to complete on contracts in process, it is at least reasonably possible that the estimates used will change in the near term. Profit incentives are included in revenues when their realization is reasonably assured. An amount equal to contract costs attributable to claims is included in revenues when realization is probable and the amount can be reliably estimated. The Asset, "Costs and estimated earnings in excess of billings on uncompleted contracts," represents revenues recognized in excess of amounts billed. The Liability, "Billings in excess of costs and estimated earnings on uncompleted contracts," represents billings in excess of revenues recognized. In accordance with normal construction industry practice, the Companies include in current assets and current liabilities amounts relating to construction contracts realizable and payable over a period in excess of one year. Babylon Cove recognizes revenue from its homebuilding activities at the closing of the sale using the deposit method. During construction, all direct material and labor costs and those indirect costs related to acquisition and construction are capitalized, and all customer deposits are treated as liabilities. Capitalized costs are charged to earnings upon closing. Costs incurred in connection with the completed homes and selling, general and administrative costs are charged to expense as incurred. Revenues from LIE and 1750 are recognized under the accrual basis of accounting. Materials is on the accrual basis of accounting and recognizes revenue at the point of sale. Use of Estimates The preparation of financial statements in conformity with accounting principles generally accepted in the United States of America requires management to make estimates and assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent assets and liabilities at the date of the financial statements and the reported amounts of revenues and expenses during the reporting period. Actual results could differ from those estimates. -7- POSILLICO CIVIL, INC. AND AFFILIATES NOTES TO COMBINED AND CONSOLIDATED FINANCIAL STATEMENTS Note 1 - Summary of Significant Accounting Policies (cont'd ) Marketable Securities The Companies determine cost of marketable securities using the specific identification method for purposes of calculating realized gains or losses. Contract Receivables The Companies estimate the allowance for doubtful accounts based upon a review of outstanding receivables and historical collection information by customer. Normally contract receivables are due within 30 days after the date of the requisition. Contract retentions are generally due within 30 days after completion of the project and acceptance by the owner. Where the contract provides for guarantee retainage provisions, such retainage is generally due within one year of completion and acceptance of the project. Receivables more than 90 days old are considered past due. Contract receivables are written off when they are determined to be uncollectible. Accounts Receivable The Companies estimate the allowance for doubtful accounts based upon a review of outstanding receivables and historical collection information by customer. Normally accounts receivable are due within 30 days after the date of the invoice. Receivables more than 90 days old are considered past due. Accounts receivable are written off when they are determined to be uncollectible. Inventory Inventory, consisting of raw materials, is valued at the lower of cost or market, with cost determined using the average cost method and with market defined as the lower of replacement cost or realizable value. Property and Equipment Property and equipment is stated at cost. The costs of additions and betterments are capitalized and expenditures for repairs and maintenance are expensed in the period incurred. When items of property and equipment are sold or retired, the related costs and accumulated depreciation are removed from the accounts and any gain or loss is included in income. Depreciation of property and equipment is provided utilizing both the straight-line and accelerated methods over the estimated useful lives of the respective assets as follows: Buildings and building improvements 39 years Transportation equipment 5 to 7 years Machinery and equipment 5 to 10 years Furniture and fixtures 5 to 7 years Computer equipment 5 years Office equipment 5 years POSILLICO CIVIL, INC. AND AFFILIATES NOTES TO COMBINED AND CONSOLIDATED FINANCIAL STATEMENTS Note 1 - Summary of Significant Accounting Policies (cont'd ) Closing Costs The closing costs are amortized utilizing the straight-line method over the term of the related loan. Income Taxes Generally income taxes have not been provided because the stockholders have elected to have Civil, Environmental, and LIE treated as S corporations for income tax purposes as provided in Section 1362(a) of the Internal Revenue Code. As such, Civil's, Environmental's, and LIE's income or loss and credits are passed through to the stockholders and reported on their individual income tax returns. The accompanying provision for income taxes represents only local taxes. Materials and 1750 are treated as partnerships for income tax purposes and do not incur income taxes. Instead, members are taxed individually on their share of Company earnings. Materials' and 1750's net income or loss is allocated to the members based upon their respective profit and loss percentages. Accordingly, no provision for income taxes is made in the financial statements. Income taxes are provided for the tax effects of transactions reported in the financial statements and consist of taxes currently due plus deferred taxes related primarily to differences between the financial and tax bases of long-term construction contracts. Pension and Profit Sharing Plans The Companies maintain a profit sharing plan for all eligible employees with a minimum of one year of service. Employer contributions are determined by an annual resolution of the Board of Directors. Union employees are covered by collectively bargained employee benefit plans under which the Companies make contributions on a monthly basis based upon hours worked. Investment in Joint Ventures Civil accounts for its investment in joint ventures on the equity method for the balance sheet and on the proportionate consolidation rnethod for the statement of income, in accordance with FASB Accounting Standards Codification Topic 810-10-45, Consolidation, formerly EITF 00-01. Under the equity method, cost is increased or decreased by the company's share of earnings or losses, less distributions and advances. Under the proportionate consolidation method, the company presents its proportionate share of the joint ventures' revenues and expenses. In POSILLICO CIVIL, INC. AND AFFILIATES NOTES TO COMBINED AND CONSOLIDATED FINANCIAL STATEMENTS Note 1 - Summary of Significant Accounting Policies (cont'd ) Investment in LLC LIE's interest in the LLC is accounted for under the equity method. Subsequent Events The Companies have evaluated all events or transactions that occurred after December 31, 2009 through the date of the audit of these combined and consolidated financial statements. During this period, there were no material subsequent events that have not already been disclosed. New Accounting Pronouncements Effective January 1, 2009, the Companies accounted for uncertain tax positions in accordance with FASB ASC Topic 740, Income Taxes. FASB ASC 740 incorporates the provisions of former FIN No. 48. FASB ASC 740 provides detailed guidance for the financial statement recognition, measurement and disclosure of uncertain tax positions recognized in an enterprise's financial statements. In examining its tax positions under FASB ASC 740, the Companies will assume the positions will be examined by the appropriate taxing authority, and the taxing authority would have full knowledge of all relevant information. The technical merits of the Companies' tax positions are derived from sources of authorities in the tax law (legislation and statutes, legislative intent, regulations, rulings, and case law) and their applicability to the facts and circumstances of the tax positions. Past administrative practices and precedents of the taxing authority in its dealings with the Companies or similar enterprises that are widely understood will also be taken into account. Each tax position will be evaluated without consideration of the possibility of offset or aggregation with other positions. The measurement of tax positions will be based on management's bestjudgment of the amount the taxpayer would ultimately accept in a settlement with taxing authorities. Interest expense related to tax liabilities will be recognized in the first period that it would begin to accrue according to the relevant tax law. The amount of interest to be recognized will be computed by applying the statutory rate of interest to the difference between the tax position recognized under FASB ASC 740 and the amount previously taken or expected to be taken in a tax return. In addition, the Companies will recognize an expense for any applicable interest and penalties in the period in which the Companies claimed or expected to claim the position in the tax return. Interest and penalty expenses will be recorded as accrued expenses and charged to general and administrative expenses. The Companies will create a liability for uncertain tax positions they believe to be a potential future obligation. In the case of a net operating carryforward or a refund, the amount of such carryforward or refund will be reduced. The liability will not be combined with deferred tax liabilities or assets. -10- POSILLICO CIVIL, INC. AND AFFILIATES NOTES TO COMBINED AND CONSOLIDATED FINANCIAL STATEMENTS Note 1 - Summary of Significant Accounting Policies (cont'd ) New Accounting Pronouncements (cont'd ) In September 2009, the FASB issued Accounting Standards Update ("ASU") No. 6. ASU 6 eliminates the tabular disclosure requirements of uncertain tax positions under FASB ASC 740 for non-public entities. The Companies do not expect that the adoption of FASB ASC 740 will have a material effect on their combined and consolidated financial position, results of operations or cash flows. In January 2008, the Companies adopted FASB ASC 820, Fair Value Measurements, formerly Statement on Financial Accounting Standards ("SFAS") No. 157. FASB ASC 820 clarifies the definition of fair value, establishes a framework for measuring fair values and requires additional disclosures about the use of fair value measurements when such measurements are required by generally accepted accounting principles. Various inputs are used in determining the fair value of assets and liabilities which are as follows: Level 1 - price quotations in active markets for identical securities Level 2 - quoted prices for similar assets or liabilities in markets that are active or non-active, inputs other than quoted prices that are observable for the assets or liabilities such as interest rates, yield curves, credit risk or default risk. Level 3 - to the extent observable inputs are not available, inputs based on the best information available in the circumstance The following table summarizes the inputs used as of December 31, 2009 in determining the fair value of the Company's assets and liabilities: Valuation Inputs Assets Liabilities Level 1 $179,783 (see Note 4) $ Level 2 Level 3 Effective January 1, 2009, the Companies had adopted the provisions of FASB Accounting Standards Codification Topic 810, Consolidation ("FASB ASC 810"). Noncontrolling interests are accounted for in accordance with FASB Accounting Standards Codification 810-10-65, ("FASB ASC 810-10-65"), formerly SFAS 160. FASB ASC 810-10-65 (a) amends FASB ASC 810, formerly ARB 51, establishing accounting and reporting standards for the noncontrolling interest in a subsidiary and the deconsolidation of a subsidiary; (b) changes the way the consolidated income statement is presented; (c) establishes a single method of accounting for changes in a parent's ownership interest in a subsidiary that do not result in deconsolidation; (d) requires that a parent recognize a gain or loss in net income when a subsidiary is deconsolidated; and (e) requires expanded disclosures in the consolidated financial statements that clearly identify and distinguish between the interests of the parent's owners and the interests of the noncontrolling owners of a subsidiary. -11- POSILLICO CIVIL, INC. AND AFFILIATES NOTES TO COMBINED AND CONSOLIDATED FINANCIAL STATEMENTS Note 1 - Summary of Significant Accounting Policies (cont'd ) New Accounting Pronouncements (cont'd ) On June 12, 2009, the Financial Accounting Standards Board (FASB) issued SFAS No. 167, Amendments to FASB Interpretation No. 46R ("FIN 46R"). Effective September 15, 2009 FIN 46R has been incorporated into FASB Accounting Standards Codification Topic 810, Consolidation ("FASB ASC 810"). The statement addresses the effect of eliminating the qualifying special-purpose entity (QSPE) concept and requires an enterprise to perform an analysis to determine whether its variable interest or interests give it a controlling financial interest in a variable interest entity (VIE). This analysis identifies the primary beneficiary of the VIE as the enterprise that has both; (i) the power to direct the activities of the VIE and (ii) the obligation to absorb losses or receive the benefits that are significant to the VIE. Continuous assessment of whether an enterprise is the primary beneficiary of the VIE will now be required. The statement eliminates the quantitative approach previously required for determining the primary beneficiary of a VIE which was based on determining which entity absorbs the majority of the VIE's expected losses, receives a majority of the VIE's expected residual returns, or both. In addition, the statement amends certain guidance for determining whether an entity is a VIE. Therefore the application of the revised guidance may change an enterprise's assessment of which entities with which they are involved are VIEs. Enhanced disclosures about an enterprise's involvement with a VIE will also be required. The statement will be effective as of the beginning of each reporting period that begins after November 15, 2009 (year ending December 31, 2010 for the Company). The Company has not yet determined whether the adoption of the statement will have a significant effect to the Company's 2010 combined and consolidated financial statements. Note 2 - Concentration of Credit Risk Approximately 54% of Civil's revenues and 36% of Civil's contract receivables are derived from one agency of the State of New York. Approximately 46% of Environmental's revenues and 48% of Environmental's contract receivables are derived from one customer. The Companies maintain cash balances in multiple financial institutions. The balances are insured by the Federal Deposit Insurance Corporation up to $250,000 per institution and unlimited coverage for non-interest bearing accounts. From time to time, the Companies' balances may exceed this limit. At December 31, 2009 uninsured cash balances were approximately $2,751,000. The Companies believe they are not exposed to any significant credit risk for cash. 12- Note 3 - Note 4 POSILLICO CIVIL, INC. AND AFFILIATES NOTES TO COMBINED AND CONSOLIDATED FINANCIAL STATEMENTS Restricted Cash Civil has pledged cash accounts in the amount of $866,929, held with a financial institution, in lieu of retainage related to certain completed contracts. Civil has entered into uncompleted work agreements with a contract owner. At December 31, 2009, Civil has $100,566 on deposit with the contract owner. Once Civil completes the work stated in the agreement, the money will be refunded to Civil. Civil has $100,000 on deposit with its insurance company which is used to pay insurance claims. As claims are paid, Civil will then reimburse this account so that the $100,000 balance is maintained. Marketable Securities - Available for Sale The fair value of the Companies' investment in marketable securities is based on Level 1 inputs consisting of quoted market prices of identical securities and consists of the following: Municipal Bonds Fair Value $ 179.783 Amortized Cost $ 179.783 Unrealized Gain The municipal bonds have various maturity dates ranging from October 2016 to October 2019, with interest rates ranging from 4.00% to 4.250% per annum. The municipal bonds are valued at market, which approximated cost at December 31, 2009. Note 5 - Contract Receivables Contract receivables are summarized as follows: BILLED Completed contracts $ 6,439,793 Contracts in process 17,910,498 Retainage 6,154,899 UNBILLED 1.205 964 31,711,154 Less: Allowance for doubtful accounts 100.000 $ 31.611.154 The Companies do not anticipate collection of approximately $784,000 of the retainage within one year. -13- POSILLICO CIVIL, INC. AND AFFILIATES NOTES TO COMBINED AND CONSOLIDATED FINANCIAL STATEMENTS Note 5 - Contract Receivables (cont'd ) At December 31, 2009, there are approximately $490,000 of unpriced change orders included in unbilled receivables. The unpriced change orders are being negotiated by the Company with the contract owners. The Company believes this amount will be fully approved and collected, but it is at least reasonably possible that this estimate will change in the near term. Note 6 - Costs and Estimated Earnings on Uncompleted Contracts Contract costs incurred Estimated earnings Less: Billings to date $ 151,462,584 8.482.406 159,944,990 163.547.390 Included in the accompanying combined and consolidated balance sheet under the following captions: Costs and estimated earnings in excess of billings on uncompleted contracts $ 1,291,125 Billings in excess of costs and estimated earnings on uncompleted contracts (4,893.525) Note 7 - Investment in LLC Con-Strux, LLC Effective January 1, 2009, Environmental has elected to distribute to its stockholder its equity interest in Con-Strux, LLC. -14- POSILLICO CIVIL, INC. AND AFFILIATES NOTES TO COMBINED AND CONSOLIDATED FINANCIAL STATEMENTS Note 7 - Investment in LLC (cont'd.) Note 8 Ziegenfuss & Associates. LLC LIE's investment represents a 50% interest in a limited liability company, which was formed to lease equipment to affiliated and unaffiliated entities. Summarized financial information for Ziegenfuss & Associates, LLC for the year accounted for on the equity method and included in other liabilities in the accompanying combined and consolidated balance sheet is as follows: Total assets $ 1,846,410 Less: Total liabilities 1,925.096 Net Liabilities S (78.686) Operations for the period: Revenue $ 0_ Cost of operations 311.558 Net Loss $ (311.5581 Company's interest: Share of net loss (155.779) Equity in investment (20.1091 Eouity in Joint Ventures Civil, in the normal conduct of its business, has entered into joint venture partnership agreements. The joint venture agreements, which require the participants to contribute additional capital as needed, provide that Civil will receive from the joint ventures its proportionate share of any profits or losses realized from the contracts. Civil's ownership and profit and loss percentage in each joint venture is as follows: Civil has a 50% interest in Gateway/Posillico, Joint Venture. Civil also has a 35% interest in Tully/Posillico Joint Venture. Partners participate in construction, which is under the general management of both partners. Circumstances that could lead to a loss under these arrangements beyond Civil's proportionate share include a partner's inability to contribute additional funds to the joint ventures in the event the projects incur a loss, or additional costs that the company could incur should a partner fail to provide the services and resources toward the projects' completion that had been committed to in the joint venture agreements. 15- POSILLICO CIVIL, INC. AND AFFILIATES NOTES TO COMBINED AND CONSOLIDATED FINANCIAL STATEMENTS Note 8 - Equity in Joint Ventures (cont'd.) Summarized combined financial information for the joint ventures for the year ended December 31, 2009, is as follows: Total assets $ 20,370,498 Less: Total liabilities 17.171.433 Net Assets $ 3,199,065 Operations for the period: Revenue $ 25,581,072 Cost of operations 25.318.728 Net Income $ 262.344 Company's interest: Share of net income $ 131,172 Equity in joint venture $ 1,269,533 In addition, Civil fulfills certain joint venture contractual obligations and is reimbursed for all related costs incurred. At December 31, 2009, Civil's share of backlog from its investment in the joint ventures is approximately $123,896,000. Note 9 - Property and Equipment Property and equipment is summarized as follows: Land Buildings and building improvements Transportation equipment Machinery and equipment Furniture and fixtures Computer equipment Office equipment Less: Accumulated depreciation $ 1,002,250 7,673,767 4,568,513 32,122, 881 116,778 357,703 169.003 46,010,895 23.941 530 $ 22 069.365 Depreciation expense related to property and equipment amounted to $2,585,574 for the year ended December 31, 2009. 16- POSILLICO CIVIL, INC. AND AFFILIATES NOTES TO COMBINED AND CONSOLIDATED FINANCIAL STATEMENTS Note 10 - Other Investments Babylon Cove owns investment property consisting of two townhouses as of December 31, 2009. The anticipated sales prices of these two townhouses total $1,774,000. Subsequent to December 31, 2009, one of these units was sold for approximately $925,000. Note 11 - Related Party Transactions The Companies' transactions with related parties were as follows The Companies have been advanced $2,465,864 from their stockholders as of December 31, 2009. These advances are unsecured, bear interest at the rate of 6% per annum, and are due on demand. Included in the combined and consolidated statement of income and retained earnings for the year ended December 31, 2009 is interest expense and interest income relating to these advances of $308,182 and $102,097, respectively. The Companies lease their land and storage facilities from DMJ Associates and Farmingdale Properties, LLC, affiliates related through common control and management, on a month-to-month basis. In addition to rent, the Companies also pay for the related real estate taxes. Rent expense and real estate taxes relating to these facilities, charged to operations for the year ended December 31, 2009 amounted to $370,511. Included in accounts receivable and payable at December 31, 2009 are amounts relating to various other affiliated entities in the amounts of $264,178 and $15,413, respectively. Included in revenues for the year ended December 31, 2009 are amounts relating to various other affiliated entities in the amount of $1,708,077. Included in advances to and from affiliates at December 31, 2009 are amounts relating to various other affiliated entities in the amounts of $250,842 and $357,903, respectively. These advances are unsecured, non-interest bearing and are expected to be collected and repaid within one year. Note 12 - Lines of Credit Pursuant to an arrangement with its bank, Civil may borrow up to $13,000,000, inclusive of a $2,100,000 sub -limit for standby letters of credit, under a renewable unsecured line of credit expiring May 31, 2010- Interest is payable at either the bank's prime rate plus 0.5% (totaling 3.75% at December 31, 2009) or 2.0% above the LIBOR rate (totaling 2.24% at December 31, 2009). The line is subject to a 30 -day clean up provision and is personally guaranteed by Civil's shareholders, to the extent of each shareholder's individual ownership percentage, and also guaranteed by Environmental, Babylon Cove, Materials and LIE. At December 31, 2009, there was no amount outstanding on the line of credit. Pursuant to an arrangement with its bank, Environmental may borrow up to $4,000,000, under a renewable unsecured line of credit expiring May 31, 2010. Interest is payable at either the bank's prime rate plus 0.5% (totaling 3.75% at December 31, 2009) or 2.0% above the LIBOR rate (totaling 2.24% at December 31, 2009). The line of credit is personally guaranteed by Environmental's shareholders, to the extent of each shareholder's individual ownership percentage, and also guaranteed by Civil, Babylon Cove, Materials and LIE. At December 31, 2009, there was no amount outstanding on the line of credit. -17- POSILLICO CIVIL, INC. AND AFFILIATES NOTES TO COMBINED AND CONSOLIDATED FINANCIAL STATEMENTS Note 12 - Lines of Credit (cont'd.) Pursuant to an arrangement with its bank, Materials may borrow up to $1,500,000 undera renewable unsecured line of credit expiring May 31, 2010. Interest is payable at either the bank's prime rate plus 0.5% (totaling 3.75% at December 31, 2009) or 2.0% above the LIBOR rate (totaling 2.24% at December 31, 2009). The line of credit is personally guaranteed by Materials' members, to the extent of each member's ownership percentage, and also guaranteed by Civil, Environmental, Babylon Cove and LIE. At December 31, 2009, there was no amount outstanding on the line of credit. Pursuant to an arrangement with its bank, Materials may borrow up to $500,000 under a secured line of credit for the purchase of equipment expiring May 31, 2010. Interest is payable at either the bank's prime rate plus 0.5% (totaling 3.75% at December 31, 2009) or 2.0% above the LIBOR rate (totaling 2.24%, at December 31, 2009). The line is personally guaranteed by Materials' members, to the extent of each member's ownership percentage and also guaranteed by Civil, Environmental, Babylon Cove and LIE. At December 31, 2009, there was no amount outstanding on the line of credit. Pursuant to an arrangement with its bank, LIE may borrow up to $1,500,000, under a renewable secured term loan line for the purchase of equipment expiring May 31, 2010. Interest is payable at either the bank's prime rate plus 0.5% (totaling 3.75% at December 31, 2009) or 2.0% above the LIBOR rate (totaling 2.24% at December 31, 2009). The line of credit is personally guaranteed by LIE's members, to the extent of each member's ownership percentage, and also guaranteed by Civil, Environmental, Materials and Babylon Cove. At December 31, 2009, there was no amount outstanding on the line of credit. Note 13 - Accounts Payable Accounts payable includes retainage payable to subcontractors totaling $2,568,150 at December 31, 2009. The Companies do not anticipate paying approximately $201,000 of the retainage within one year. POSILLICO CIVIL, INC. AND AFFILIATES NOTES TO COMBINED AND CONSOLIDATED FINANCIAL STATEMENTS Note 14 - Long -Term Debt Long-term debt is summarized as follows: Installment loans payable - in equal monthly installments ranging from $397 to $45,920 including varying interest rates up to 7.29% per annum, through varying periods from December 2010 through December 2015, secured by related equipment with a net book value of $9,437,119. Installment mortgage payable - in equal monthly installments of $8,333 including interest of 6.43% per annum, through December 2014, plus a balloon payment of $1,008,334 due January 2015, secured by real estate with a net book value of $286,640. Installment mortgage payable - in equal monthly installments of $27,384 including interest of 6.65% per annum through March 2033, secured by real estate with a net book value of $4,805,506 and guaranteed by Civil and 1750's members. Installment loan payable - relating to the purchase of 77.5 shares of common stock in Civil from a former stockholder. The loan requires a principal payment of $500,000 upon execution of the stock purchase agreement and then an additional principal payment of $1,500,000 on January 2, 2009. The remaining balance will be paid in equal quarterly principal installments of $41,667, plus interest at 7% per annum, commencing January 2010 through July 2018. The loan is secured by the related common stock being purchased. Subsequent to December 31, 2009, the loan was paid in full. Installment loan payable - relating to the purchase of a members interest in Materials. The loan requires interest only payments at the rate of 7% through December 2009- The loan then requires equal quarterly principal installments of $55,555, plus interest at 7% per annum, commencing January 2010 through July 2018. The loan is secured by the related member's interest being purchased. Subsequent to December 31, 2009, the loan was paid in full. Less: Current maturities Long -Term Debt -19- 8,495,816 1,508,333 3,884,137 1,500,000 1.000, 000 16,388,286 2.864,674 $ 13.523 612 POSILLICO CIVIL, INC. AND AFFILIATES NOTES TO COMBINED AND CONSOLIDATED FINANCIAL STATEMENTS Note 14 - Long -Term Debt (cont'd.) Aggregate maturities of long-term debt are as follows Years Endinq December 31: 2010 $ 5,017,518 2011 2,336,748 2012 2,327,528 2013 1,631, 021 2014 464,091 Thereafter 4.611.380 Note 15 - Consolidation of Variable Interest Entities Effective September 15, 2009, the provisions of FIN 46R, Consolidation of Variable Interest Entities have now been incorporated into FASB Accounting Standards Codification 810, Consolidation ("FASB ASC 810"), formerly ARB 51. In accordance with FASB ASC 810, Civil has analyzed its relationship with an affiliate, 1750 New Highway and determined it is a variable interest entity and Civil is the primary beneficiary. Civil has entered into a lease agreement with 1750. Civil has also guaranteed the mortgage debt of 1750. In the event that 1750 defaults on the mortgage, Civil would be expected to pay 100% of the then outstanding balance of the debt. Civil is also the primary leaseholder of the building. Therefore, Civil has consolidated 1750's assets and liabilities in these combined and consolidated financial statements. At December 31, 2009, the total assets and liabilities of 1750 were approximately $5,110,000 and $3,920,000, respectively. At December 31, 2009, the property has a carrying value of approximately $4,806,000, with related debt of approximately $3,884,000. Note 16 - Rentals under Operating Leases Civil leases land to unaffiliated entities under noncancellable operating leases. The operating leases have various expiration dates through October 2013. Future minimum rental income as of December 31, 2009 is as follows: Years Endinq December 31 2010 2011 2012 2013 -20- $ 287,626 279,423 286,364 218.868 $ 1.072281 POSILLICO CIVIL, INC. AND AFFILIATES NOTES TO COMBINED AND CONSOLIDATED FINANCIAL STATEMENTS Note 17 - Commitments The Companies lease property and equipment under noncancellable operating leases. The operating leases have various expiration dates through December 2013. Future minimum rental payments as of December 31, 2009 are as follows: Years Endinq December 31 2010 $ 249,779 2011 244,894 2012 240,071 2013 59.980 $ 794 724 Note 18 - Contingencies Civil and Environmental, along with Materials, are contingently liable to their surety under a general indemnity agreement. Under this agreement, the companies agree to indemnify the surety for any payments made on their behalf. The agreement requires the companies to perform upon demand should any company default on their obligation. The companies believe that all contingent liabilities will be satisfied by their performance on the specific contracts covered by the agreement. The Companies make contributions to union administered defined benefit pension plans under collectively bargained agreements. If the Companies were to withdraw from any of these plans or should any of the plans be terminated, the Companies could be liable for a proportionate share of the unfunded actuarial present value of plan benefits at the date of withdrawal or termination. The amount of such unfunded liability is not known. The Companies are involved i ordinary course of business. outcome of such proceedings financial position. i various legal proceedings and litigation arising in the In the opinion of management and legal counsel, the and litigation will not materially affect the Companies' Civil guarantees a $2,000,000 loan to Ziegenfuss & Associates, LLC, an entity ,that is owned 50% by LIE. The loan requires equal monthly principal and interest payments of $23,129 through November 14, 2018. In the event that Ziegenfuss & Associates, LLC defaults on the loan, Civil, along with LIE's 50% partner, would be expected to repay 100% of the then outstanding balance of the debt. At December 31, 2009, the principal balance of the note is approximately $1,886,000, and the total remaining interest and principal payments are approximately $2,475,000. -21- POSILLICO CIVIL, INC. AND AFFILIATES NOTES TO COMBINED AND CONSOLIDATED FINANCIAL STATEMENTS Note 18 - Contingencies (cont'd.) Under the terms of the stockholders' agreement for Civil, in the event that a stockholder is deceased, Civil may be obligated to purchase the stockholder's stock based on a value set forth in the stockholders' agreement. Civil has two letters of credit outstanding aggregating $1,350,000 and $242,768 for the benefit of its insurance company. The letters of credit directly reduce the available drawings on Civil's line of credit (see Note 12). The letters of credit expire on May 5, 2010 and March 23, 2010, respectively. The letters of credit have not been drawn upon as of December 31, 2009. Note 19 - MultiemPlover Plans The Companies' union employees are covered by collectively bargained employee benefit plans under which the Companies make contributions on a monthly basis based upon hours worked. For the year ended December 31, 2009, the Companies contributed approximately $10,851,000 to these plans, which includes pension costs. Note 20 - Pension Plans During the year ended December 31, 2009, in accordance with Title IV of the Employee Retirement Income Security Act (ERISA), the Companies voluntarily terminated their defined benefit plan. The plan was frozen during the prior year; therefore there was no cost incurred during the year ended December 31, 2009. Pension expense relating to the Companies' profit sharing plan amounted to $373,894 for the year ended December 31, 2009, which is included in contract costs and general and administrative expenses. -22- POSILLICO CIVIL, INC. AND AFFILIATES NOTES TO COMBINED AND CONSOLIDATED FINANCIAL STATEMENTS Note 21 - Provision for Income Taxes The provision for income taxes is summarized as follows: Current: Local Deferred: Local $ 59,064 50.000 $ 109,064 As indicated in Note 1 to the combined and consolidated financial statements, effective January 1, 2009 the Companies adopted the accounting standard regarding "Accounting for Uncertain Tax Positions." The Companies filed income tax returns in the U.S. federal and state of New York jurisdictions. With few exceptions, the Companies are no longer subject to U.S. federal, state, or local tax examinations by taxing authorities foryears before 2006. The adoption of this standard had no material effect on the Companies' combined and consolidated financial position, results of operations, or cash flows. The years 2006 to 2008 remain subject to examination by taxing authorities. Note 22 - Change in Accounting Estimate During the year ended December 31, 2009, the Companies had a decrease in estimated profit on contracts in process, which resulted in a current year decrease of net income of approximately $1,354,000, net of income taxes of approximately $68,000. The decrease would have been reported in the preceding year had the decrease in estimated profit been known at the time. Revisions in estimated profits are made in the year in which circumstances requiring the revisions become known. Note 23 - Backlog The following schedule is a reconciliation of backlog representing signed contracts at December 31, 2009: Balance, December 31, 2008 $ 120,262,165 Contract adjustments 2,700,953 New contracts - year ended December 31, 2009 87.455.893 210,419,011 Less: Contract revenues 128.939 296 Balance, December 31, 2009 $ 81.479 715 In addition, between January 1, 2010 and April 30, 2010, Civil entered into three additional contracts of approximately $22,859,000, and Environmental entered into an additional contract of approximately $1,000,000. -23- Posillico Civil, Inc. — Senior Vice President — Finance and Administration, Treasurer, Secretary Posdhco Environmental, Inc. — Senior Vice President Finance and Administration, Treasurer, Secretary Posillico Materials, LLC — General Manager PROFESSIONAL MEMBERSHIPS: • The Associated General Contractors of New York - Region 10 Director • Long Island Contractors' Association - Board of Director EDUCATION: Clemson University Clemson, SC 1994 —1997 B.S., Civil Engineering Specialty classes in Environmental Engineering, Coastal Engineering, and Transportation Design. Paul F. Posillico Page 2 CO. Job # Owner Engineer Contract # Project Tide Project Surnrnary Start Date Comp 1 6079 Presidia Systems, Inc. Shaw GBB, LLC Red Hook Terminal Site work including trenching, backfill and restoration for February -10 April -10 electrical conduit, installing concrete pads, bollards, signs, steel plates and sawcuring fiber Trench 1 6011 NYS Dept of Parks and Recreation Jones Beach State Park Sewer Oudall To Follow Est 11116/09 Est 613011 t 5469 Solow, Building Company 15096MO York Tower II Posillico excavated approximately 13,000 cubic yards of October -07 March -09 non -hazardous contaminated overburden and over 11,000 cubic yards of bedrock. We formed and poured a Me (2) level foundation with 17 deep shafts (rebar cages and high strength concrete) into rock (up to 72'), next to a TA fan - chamber. Provided all soldier piles into rock sockets with limber lagging for wu port of excavation. deewaterng, below slab elements (sump pits, footing in rock, grade beams, etc), cane pad with steel base, drainage, waterproofing and temporary access ramp. 1 03568 NYSOOT Greenman Pedersen, Inc. D258873 D258969 Completion of Route 495, Nassau Posillico was awarded project after contractor defaulted on March -05 May -06 03569 County, NY contract. The project was 75% complete at the time of takeover. The majority of the work completed was shoulder reconstruction and paving of approximately 10 miles (5 on each contract) of the LIE and HOV lanes. Other work completed included recharge basin reconstruction, signing, guide railing, striping, lighting, inform (intelligent traffic information systems), noise wall, and bridge reconstruction. 1 3561 NYSDOT Vollmer Associates D259702 Roslyn Rd at Grade Railroad Crossing Installation of a new LIRR track bridge capable of Novem1ber-05 June -08 Elimination Project, Mineola, NY supporting three tracks and rerouting Roslyn Road under the bridge. Including all utility and highway work as well as asbestos removal and demolition of buildings; rerouting traffic and temporary drainage; temporary steel sheet piling; relocation of all underground and overhead utilities, lowering a 345kv NY Power Authority Electric Facility (the line in the summer months supplies up to 80% of Nassau County's electical needs; consbucilon of LIRR bridge abutments and winwalls, jacking 42' concrete pipe under Roslyn Rd; removal of underground fuel storage tanks; excavation of proposed roadway; construction of retaining walls; permanent drainage work; assemble steel LIRR back bridge onsite and toll into place during a weekend LIRR double track outage, installation of sheeting and fieback wall system for two recharge basins; construction of a new roadway; construction of a 120 stall parking field; street and traffic lighfing; maintenance of traffic; construction roadway, curb and sidewalks; signage and line striping; landscaping. 1 3785 NYSDOT D260358 Robert Moses Causeway, Town of Islip. Rehabilitation of Robert Moses Causeway Northbound June -07 May -10 NY and Southbound Bascule and Flanking Span Structures over the Stale Boat Channel in the Town of Islip. 1 3786 NYSDOT DMJM Harris Inc. D260386 Bridge Replacement, Route 25 over Project includes the construction of a new bridge and July -07 Novembe LIRR, Southold, NY associated 1130 -meter length of Route 25 in Southold, NY. Project involved the protection of an existing Long Island Rail Road line during the construction of the new bridge and the demolition of the rid overpass. Prior to Me construction of the new bridge and roadway the entire area required a surcharge embankment to induce setrlement of Me underlying soils which included day. This surcharge was built using a combination of temporary GRES walls and steel sheeting. The new bridge foundation will be supported on cast in place concrete piles. Due to adjacent wetlands property, a minimum amount of land was available for the new roadway. Therefore, permanent steel sheeting is being used to support the roadway embankment. 1 3735 NYSDOT Gibbons, Esposhe, and Boyce D260305 Bridge Parapet Replacement - Various Due to safety concerns, existing bridge parapets June -07 Navembe Consulting Engineers Locations, NY consisting of stone walls and railing are being replaced reinforced concrete walls and stone veneer to match the existing bridge facade. This similar work is being done on 19 separate bridge structures over local parkways CO. Job # Owner Engineer Contract # Project Title Project Summary Start Date Comp 3]3] SCDPW CP3008 Correctional Facility, Yaphank, NY Precasting of 360 high security prison cells. Contract June -07 Septembb included clearing and preparation of 35 acres, creating an on site precast concrete yard and storage yard for all completed cells. The job included three major elements. One the "cage" fabrication yard. This area was the start of the operations for the connecting of all wire mesh, rebar and building insulation. Upon Completion of this task the units were carded over to the "concrete' area. This area housed three forms and a concrete lab. Upon installation of wire cage we were able to achieve one day turn overs on the forms. This allowed for six cells to be ponied per day. The final stage is the finish area At this point we prepare the cells for painting, electrical, toilets, mirrors, doors and glazing. Upon final quality control inspection the unit would be sent to storage awaiting final erecting. 3670 SCDPW Liro Associates CP5849 North Ocean Ave Bridge, Medford, NY In order to increase traffic flow on County Route 83 over February47 Septembr, the Long Island Expressway, the existing bridge is being widened to include 2 additional lanes of traffic. The existing bridge deck will also be rehabilitated by removing Portions of deteriorated bridge deck, armored joints, and asphalt overlay. The new bridge deck will consist of a new concrete overlay_ Also induced in this project was the relocation of high voltage Power lines and Ne replacement of all bridge bearings. The bridge bearing replacement was completed by jacking the bridge deck in sections to a new elevation to increase Ne vertical clearance for traffic traveling on the Long Island 3295 NYSDOT Hardesty and Hanover LLC D258276 Long Beach Bridge, Long Beach, NY Rehabilitation of the Long Beach Road Drawbridge over 10/02 12/05 Reynolds channel. Work included mechanical and electrical retrofits for the bascule machinery as well as structural steel deck and support replacements and complete painting with environmental protection and lead abatement 3676 SCDPW Greenman Pederson, Inc. CP5851 Wellwood Ave Bridge, Town of Babylon, Add two lanes to existing bridge and improving road over March -07 January -0' NY the Southern Slate Parkway. Rebuilding deceleration lanes on Southern State Parkway. 3663 NYSDOT D259812 Route 24, Hempstead, NY Pavement rehabilitation on NYS Route 24 in the Town of March -06 October -0 Hempstead included extensive rapid set concrete pavement repair and asphalt overlay of the existing roadway. Alio Included were replacement of curb, sidewalk and traffic signals. Most of this work was completed at night due to high daytime traffic volumes of vehicles and Pedestrians. Along the existing roadway right of way a 2 mile bike pain was also installed which consisted of full depth asphalt pavement. Along the bike path a substantial amount of landscaping was added to beautify the roadway section. 3600 NYSDOT D259892 Noise Barrer LIE 60, Ronkonkoma, NY This project consisted of the installation of four (4) February -0 August -07 separate precast concrete Now Walls between the Long Island Expressway and the local residential community. In addition to the noise walls a major amount of landscaping was added to beautify the project limits 3500 NYSDOT B 8 H Engineering - Johnson D259616 Noise Wall Barrier at the Long Island This project consisted of the installation of twelve (12) March -05 April -08 Chen 718-224- Expressway and Clearview Expressway separate precast concrete Noise Walls between the Long 9343 Island Expressway and the local residential community. In addition to the noise walls a major amount of landscaping was added to beautify the project limits. CO. Job # Owner Engineer Contract # Project Title Project Summary Stott Date ComF 3456 NYSDOT D259510 Route 27A, Lindenhurst. NY This project included the complete rehabilitation of 3.2 July-04 April 07 kilometers of a four (4) lane commercial roadway, NYS Route 27A. The work consisted of major storm drainage improvements including 2 precast concrete wlverts across the width of me roadway by detouring traffic in multiple stages. Installation of the culverts required temporary steel sheeting and well point dewatering systems. In order to install the new drainage system, existing utilities (electric, telephone, water and natural gas) needed to be relocated. After installation of the new drainage system, me existing roadway was reconstructed using a combination of rapid set concrete pavement full depth asphalt pavement, milling, and asphalt oveday. The entire length of the roadway received new curb and sidewalk which needed to be completed at night to maintain access to local businesses during the day. Keyspan Beach Channel Drive, Rockaway, New Provide equipment and operating engineer to dig test pits June48 06104 8 1 York along 400' bulkhead, as well as at the former Keyspan site located across the street to check for migration of MGP contaminated waste. 5405 Keyspan Paulus Sokolowski & Sartor Bay Shore OU1 MGP Site Remediation, Scope of work involves the installation of the Waterloo February-07 On Going Engineering PC Bay Shore, New York barrier steel sheeting containment system, installation and removal of the support of excavation for me IRM excavation work, and various labor support work to both C3 and Entad Environmental which includes tent erection and dismantling, grouting of waterloo barrier, sanitary sewer relocation, and road restoration work. 3779 NYSDOT 0259294 Wantagh Parkway Bridge, Town of Construction of a bascule bridge over Sloop Channel for March-07 April-09 Hempstead. New York the Wantagh Parkway. Project includes building 8 bridge piers, 2 bascule bridge piers, 2 bridge abutments, 10 fixed spans, 2 bascule spans make up a 4 bascule leafs, the construction of an operators house, 3 auxiliary houses, a generator house and a fishing pier with parking facility for recreational use. Responsible for the maintenanceof the temporary bridge for the duration of the project and the eventual dismantling of the temporary bridge at me project completion 5614 NYSDOT D260695 Mill and Fill work on Southern State Mill out 2" of asphalt and fill will, 2' of asphalt Major August-08 Decembe Parkway - Nassau Road to Route 110 items induced in project are calcium patches, joint repairs; rerouting drainage and adding basins; striping. 3784 NYSDOT D260398 1495 Mill and Fill (Exits 52 to 57) HOV Mill and fill, overhead sign structure work, inform March-08 April-08 Access Improvements (Exit 52 to 60) improvements, and MOV access improvements 3270 NYSDOT D259153 Robert Moses Causeway Bridge over Asphalt overlay removal, concrete deck rehabilitation, July-02 May-03 Fire Island Inlet membrane waterproofing and replacement of asphalt oveday. 5708 NYSDOT URS Corp. C011548 Republic Airpod Taxiway B Relocation Installation of proposed Taxiway B. including drainage, October-09 Decembe Phase II asphalt, electrical, signage, and removal and regrading of existing Taxiway B. 3784 NYSDOT DJM Harris / Wiley Engineering 0260398 LIE Mill and Fill Exits 52 -60 Mill and fill exits 52 - 57, with base concrete repairs and February-08 May-09 asphalt joint repairs as needed. Five (5) overhead span sign structures and one (1) rani-lever sign structure installed exits 53 - 59, including new signage to facilitate HOV access and egress improvements. Various INFORM system upgrades exits 52 - 57. 5812 SCDPW CP5516 CR 80, T/Brookhaven CO. Job # Oavner Engineer Contract # Project Title Project Summary Start Date Comb 1 5845 NYSDOT NYSDOT D260962 Mill & Fill, Rt 25, Coram The project consist of milling and repaving roughly 37,500 August -09 Septembe sm of asphalt on Route 25 from cRB3 to route 122 in Coram (approximately 15 miles). Major items included in the project are joint repairs, concrete pavement repairs using calcium concrete and repairing existing drainage structures. 1 5700 SCDPW SCDPW 8144G Kings Park Wastewater Treatment Plant Reconstruction of an existing wastewater treatment plant December -08 March -10 in Kings Park. Includes site work, building work, steel sheeting, tanks, electrical assist, sewer piping, and drainage work. 1 5812 SCDPW Luo Engineering Capital # 5516, PiN #0756.68 Reconstruction of CR 50 Shirley his is a reconstrucim. project for a positive drainage marw-ua October -t system, two new recharge basins, road widening, interconnect traffic signal system, curbs, sidewalks, landscaping and asphalt paving. 1 5880 NYSDOT Wiley Engineering, Hirani 0260974 Route 110 Reconstruction and Bridge; Widening of two bridges of Route 110 over the Long May -09 December Engineering, Greenman- Town of Huntington Island Expressway, wideing of Route 110's North and Pedersen South Service Roads, comosruction of three retaining walls, traffic and drainage improvements, paving and landscaping. 7 5870 NYCEDC Urban Engineers 16920003 Produce Market Fence - Hunt's Point, Remove 2000 linear feet of barbed wire topped steel December -09 Seplembe Bronx fence. Replace with large, decorative precast concrete Panel and Post soundwall fence. 84 - 36' diameter drilled shafts into soil from 22' to 31' in depth. Rebar cages and concrete filled (acting as foolings/foundalion for soundwall). Saw cutting (4000 linear feet), sidewalk and asphalt removaltrestoration. Lansdcaping, temporary fencing and lane closure with pedestrian walkway__ ._ __ _ 1 5888 NYCDOT NYCDOT/Earth Tech / HBK1024; HBK1091; HBK1072 Replacement of the Shore (Belt) The project consist of replacing in their entirety three (3) October -09 Septembe Hardesty and Hanover Parkway Bridges over Paerdegat Bash, bridges on the Bell Parkway in eastern portion of Rockaway Parkway, and Fresh Creek Brooklyn, New York. In addition to the three (3) bridges, the entire roadway section, including all drainage and electrical systems will be replaced. The length of the roadway section is approximately 2.5 miles. The roadway will be raised to provide improved sight distances across Me bridges and improved storm water tlrainage. Two of the bridges are over navigable waterways and the third is over a local street, Rockway Parkway. The project is being done as a Joint Venture with Tully ConsWction. 1 5893 Dormitory Authority Stale of New York Robert Silman & Associates CR-32/BP-1 Bronx Community College Instructional Site excavation, rock excavation, utility relocation, June -09 December (DASNY) Building demolition of a small building, installation of soldier piles and lagging, installation of reinforced concrete foundation with waterproofing and installaion of an underground storage tank. 1 5874 National Park Service Hirani Group 144302051080134 Coastal Enviommental - National Park Removed 70 linear feel of existing steel sheeting May -09 June -09 Service- Riis Park, Gale 133816 breakwater, removed 225 linear feet of existing limber Design & Construction of Breakwater piles, wailers, decing and railing. Replaced all components in kind, except for railing 1 5620 Town of Brookhaven Shaw Environmental & 2008032 Brookhaven Landfill, Cell 6- Phase IV Installation of new paved access road. Re-route existing July -08 December Infrastructure Engineering of Construction in the Town of electrical service. Install primary and secondary ovedineq NY PC - Design Engineer / L.K. Brookhaven, Suffolk County, New York geocomposde drain, geocomposire Gay liner, drainage McLean Associates - Site sand layer, leachate collection system, slomnvater Inspection Engineer collection system, and anchor bench berm 1 3757 Dormitory Authority for the State of Leslie E. Robertson 1288309999 John J, College, Manhattan, NY The Gateway/Posillico Joint Venture is constructing the May -07 Seplembc New York Associates, RLLP / Tumer foundation for an expansion to the John Jay College of Construction Company Criminal Justice Hasten Hall building, located on 11th Avenue between 58th and 59th Streets in Manhattan. The foundation will cover an approximate area of 100,000 square feel (250'x5(0'). The project consists of 123 original contract caissons, varying in sin from 20" to 36" in diameter: 68 caissons were added to accomodate structural redesignsand future, vertical expansion. Until the second half of the twentieth century when a parking garage waas erected, the ads was a Manufactured Gas Plant and thus is contaminated. Additionally, over half the she is comprised of serpentine rock which contains naturally occurring asbestos. Drilling and excavation requires procedures to handle and dispose of the ' contaminated material. CO. Job # Owner Engineer Contract # Project Title Project Sutntnary Start Date Com 1 NYSDOT D254557 Reconstruction of Route 25 8 LIRR Complete reconstruction of LIRR Bridge over Route 25. October Bridge, Syosset, NY New bridge was rolled in during a weekend track outage. Other on site work included structural steel. membrane waterproofing; structural concrete; abutements and NYSOOT road work associated with bridge replacement. 1 Long Island Rail Road 5826 Rehabilitation and construction of Parking lot station rehabilitation and the construction of a Novemb bridge, Lindenhurst Station new steel and concrete pedestiran bridge 1 6023 NYSDOT D260978 Route 112 Paving for NYSDOT Installation of a temporary 15 20' mad way in order to October-09 Decemb start project which consists of widening ezisiting lanes. Installation of binder, top and 70,000 tons of asphalt paving. Town of Southold FISHERS ISLAND ROAD AND STORMWATER IMPROVEMENT PROJECT PROPOSAL PACKAGE BID OPENS: JUNE 39 2010 @ 10:00 A.M. REMINDER NOTE!!!: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY!! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. Notarized Affidavit of Non -Collusion as required by NYS Law. 21, A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. As per specifications, the TOWN OF SOUTHOLD requires a current insurance certificate, with the TOWN OF SOUTHOLD listed as additional insured, to be on file in the Town Clerk's Office. You will be given ten (10) business days from notice of award to supply this form or the bid will be rescinded. Vendor Information Sheet and Address Record Form. aAssumed Name Certification. Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It Is included only for informational purposes, and will be signed by the successful bidder after award of the contract. PP -2 VENDOR NAME: �" � C 221-C-�RKNG 4 tvt'� rz"ate �t�'c VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. V PARTNERSHIP--INDIVIDUAL— FEDERAL ARTNERSHIPINDIVIDUAL FEDERAL EMPLOYEE ID #: t l S43 Ac-�S-6 11 OR SOCIAL SECURITY #: DATE OF ORGANIZATION: k 1� 1�0 IF APPLICABLE: DATE FILED: STATE FILED: If a non -publicly owned Corporation: CORPORATIONNAME:`Ct?-9C LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) TP - G. LIST OFFICERS AND DIRECTORS: NAME `_phi If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: PP -3 TITLE ADDRESS RECORD FORM MAIL BID TO: VENDOR ADDRESS:�n CONTACT: TELEPHONE: So ?� -� '�� - O k -k Q FAX: E-MAIL: T% " @ �-�� r� Co rYz-t e QCs • C -e" ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: CONTACT: PP -4 FAX: E-MAIL.: VENDOR NAME: ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Town Clerk. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows - please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER A THO IZED SIGNA PP -5 AFFIDAVIT OF NON -COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. , 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The person signing this bid, under the penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS Sign Company Position i T N e & Company Position ES C- . t1F2�2`f lcIE P2�S�O v� Company Name �.JL_�....-� C-st'�-o�c�'i•-c�� "'tea. �-c^�oA-� L.-�_. Date Signed r, l'3 \ \o Federal I.D. Number '1\"DV-S`F(,7.�6 ll M NOTARY: ✓ DAY OF 6U112 20 ) d NOTARY PUBLIC JULIA A. WCLAVE NOTARY PUBLIC STATE OF NEW YORK No. 01 MC6055036 Cartified In Suffolk County Om Cmiselon Expires 0342.20'= PROPOSAL FORM FISHERS ISLAND ROAD AND STORMWATER IMPROVEMENT PROJECT, VENDOR VENDOR ADDRESS: K -\c % 3--*.`�? yn I TELEPHONE NUMBER: (fP:k-7�71-- o \:-t © FAX: 63t 1� l—D`�io• The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. The Town Board reserves the right to award this Contract to the lowest qualified bidder and to reject and declare invalid any or all bids deemed not in the best interest of the Owner. In awarding this Contract, the Town is not bound by the quantities stated in the Proposal Form. It is emphasized that the quantities are approximations only. No guarantee is made for any quantities stated nor is a guarantee made for the total bid or alternate bid item. Such total bid or alternate bid items are for the purpose of guidance in awarding the Contract only. Payment shall be on the basis of actual work done at the unit prices quoted. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please write N/A below): Addendum No. Dated PP -7 AUTHORIZED SIGNATURE real- If . �.' 011-11 — N PRINT NAME 7— TITLE TITLE�—C-�- DATE (�-- V - t lC) ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF S(J-F FQZ K ) ss.: On the 3 day of `TUNE in the year 2010 before me, the undersigned, personally appeared,' A846 C. 2F , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(&) is{aro) subscribed to the within instrument and acknowledged to me that helshdthcy executed the same in histherft& capacity(aeg), and that by his/hefi4heir signature(&) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOfARY PUBLIC NOTARY PUSUC STM E OF NEW YORK N0.01 MC6055938 CerBfied in SU1101c C 1 O0"$sion Expires 03.12.2pryl-- PP -8 SPECIAL BID PROPOSAL FORM INSTRUCTIONS The attached Bid Proposal Form consists of three (3) individual Schedules of Prices, identified as Bid "A", Bid `B" and Bid "C". The approximate quantities indicated for Bid "A" correspond to the area identified as Area "1" on the Contract Plans. The approximate quantities indicated for Bid `B" correspond to the areas identified as Area "1" and Area "T' on the Contract Plans. The approximate quantities indicated for Bid "C" correspond to the areas identified as Area "1", Area "T' and Area "3" on the Contract Plans. Bidders are required to submit bids for each of the three (3) bids in order to be considered responsive to this bid solicitation. Bidders are also required to fill out the summary sheet at the end of the Bid Proposal indicating the bid totals for each of the three (3) bids. The Town Board reserves the right to award this Contract to the lowest qualified bidder on Bid "A", Bid `B" or Bid "C" and to reject and declare invalid any or all bids deemed not in the best interest of the Town. PP -9 Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID "A" May 2010 ITEM ESTIMATED QUANTITY PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS CLEARING AND GRUBBING 1 1 IS cg For 1, i� Dollars Cents UNCLASSIFIED EXCAVATION 2B 150 CY For Srlcry �0 doe. Dollars Cents SMOOTH INTERIOR CORRUGATED POLYETHYLENE PIPE 14PL5-15 80 LF /' pp�� For ('� t'4; � /f o a O Dollars Cents SMOOTH INTERIOR CORRUGATED SLOTTED POLYETHYLENE PIPE 14PLS-S- 240 LF 15 For rf Dollars Cents ASPHALT CONCRETE — TOP AND BINDER COURSES 51FX 350 TON Dollars Cents PP -10-A- 1 Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID'W' May 2010 ITEM ESTIMATED QUANTITY PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS ASPHALTIC TACK COAT 71-T 1,600 SY —�/ For / 6, e -e 3 Vaa Dollars Cents MAINTENANCE AND PROTECTION OF TRAFFIC 76 1 LS For I", v T.ouu. d Soo �0 Dollars Cents STONE SWALE 80-X 150 SY For ( 4.j R�c 70 D liars Cents CEMENT CONCRETE CURB 97* 200 LF For Dollars Cents LEACHING BASINS 100 7 EA � For 1 b L e, R oo ' a goo & O Dollars Cents PP -10-A- 2 Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID'W' May 2010 ITEM ESTIMATED QUANTITY PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS CATCH BASINS - ROUND 102-B 1 EA � 1 For 1600 Dollars Cents CONCRETE SIDEWALKS AND RAMPS 105 20 SY For / t�,o 1t -4 �' r � Dollars Cents TOPSOIL AND SEEDING ON PREPARED AREAS 123TSX 900 SY For ollars Cents SAWCUTTING PAVEMENT AND SIDEWALK 205 70 LF �p For i 't'1 -��,p �0 Dollars Cents MIXED -IN-PLACE RECYCLED BASE COURSE 50OSS 2,100 SY For Pr ,u Dollars Cents * rnntinapnry itam PP -10-A- 3 Town of Southold Fishers Island Road and Stormwater Improvement Project CA# 0113.100 SCHEDULE OF PRICES - BID «A" May 2010 TOTAL GROSS BID FOR BID "A": $ TOTAL GROSS BID FOR BID "A" MUST BE WRITTEN IN WORDS: F!FIMW '7 In case of discrepancy between the amount shown in figures and the amount shown in words, the amount shown in words will govern, and will be used as the unit price to determine correct extensions of the amount bid. As necessary, the Total Gross Bid will be corrected in accordance with the foregoing. The Town of Southold reserves the right to increase, decrease, or eliminate any or all items prior to or after award of the bid. It is emphasized that the quantities are approximations only. No guarantee is made for quantities stated nor is a guarantee made for the total bid. Such total is for the purpose of guidance in awarding the Contract only. Payment shall be made on the basis of actual work done at the unit and/or lump sum prices quoted. PP -10-A- 4 Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID `B" May 2010 ITEM ESTIMATED QUANTITY PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS CLEARING AND GRUBBING 1 1 IS For Dollars Cents UNCLASSIFIED EXCAVATION 2B 200 CY For_ Dollars Cents SMOOTH INTERIOR CORRUGATED POLYETHYLENE PIPE 14PLS-15 80 LF For. SO �oOo Dollars Cents i SMOOTH INTERIOR CORRUGATED SLOTTED POLYETHYLENE PIPE 14PLS-S- 240 LF 15 p� For Dollars Cents ASPHALT CONCRETE — TOP AND BINDER COURSES 51FX 1,600 TON For_ .d,.1 `> e,, k b�,. /70 u Go Dollars Cents PP -10—B-1 Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID `B" May 2010 ITEM ESTIMATED QUANTITY PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS 71-T 8,400 SY ASPHALTIC TACK COAT For 6r—� Dollars Cents 76 1 LS MAINTENANCE AND PROTECTION OF TRAFFIC For /4c utiti, /a o0 Dollars Cents 80-X 150 SY STONE SWALE For D liars Cents 97 300 LF CEMENT CONCRETE CURB 1/ For_ r' Dollars Cents 100 7 EA LEACHING BASINS Forw '�iw �f o0 0 ga o d Dollars Cents PP -10—B-2 Town of Southold Fishers Island Road and Stormwater Improvement Project CA# 0113.100 SCHEDULE OF PRICES — BID `B" May 2010 ITEM ESTIMATED QUANTITY PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS CATCH BASINS - RECTANGULAR 102-A 1 EA r For rID - 1 ,.s. � 4acra Dollars Cents CATCH BASINS - ROUND 102-B JE 1 EA � For 1-0 . �. �, s.- , c( It D 0"b Dollars Cents ALTERING DRAINAGE STRUCTURES 103 7 EA Ford_r ^� 7O6 Dollars Cents CLEAN EXISTING DRAINAGE STRUCTURES 104B 5 EA / For �* �, 11 W-- 4-r"--ef Sob�oo Dollars Cents CONCRETE SIDEWALKS AND RAMPS 105 600 SY 1 For � ti ��W� d-r� � � t'` w? / (t S q o a l Dollars Cents PP -10—B-3 Town of Southold Fishers Island Road and Stormwater Improvement Project CA# 0113.100 SCHEDULE OF PRICES — BID `B" May 2010 ITEM ESTIMATED QUANTITY PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS TOPSOIL AND SEEDING ON PREPARED AREAS 123TSX 1,050 SY For ollars Cents SAWCUTTING PAVEMENT AND SIDEWALK 205 500 LF �j, For 1"i -eJ .. 's 0 Dollars Cents MDCED-IN-PLACE RECYCLED BASE COURSE SOOSS 8,500 SY For Se.e-, -�-qsd0 Dollars Cents THERMOPLASTIC REFLECTORIZED PAVEMENT MARKINGS 685S 9,000 LF For �,N U Dollars Cents Town of Southold Fishers Island Road and Stormwater Improvement Project CA# 0113.100 SCHEDULE OF PRICES — BID `B" May 2010 TOTAL GROSS BID FOR BID `B": $ TOTAL GROSS BID FOR BID "B" MUST BE WRITTEN IN WORDS: «J DOLLARS In case of discrepancy between the amount shown in figures and the amount shown in words, the amount shown in words will govern, and will be used as the unit price to determine correct extensions of the amount bid. As necessary, the Total Gross Bid will be corrected in accordance with the foregoing. The Town of Southold reserves the right to increase, decrease, or eliminate any or all items prior to or after award of the bid. It is emphasized that the quantities are approximations only. No guarantee is made for quantities stated nor is a guarantee made for the total bid. Such total is for the purpose of guidance in awarding the Contract only. Payment shall be made on the basis of actual work done at the unit and/or lump sum prices quoted. PP -10—B-5 Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID°GC" May 2010 ITEM ESTIMATED QUANTITY PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS CLEARING AND GRUBBING 1 1 LS n For � —71 Dollars Cents UNCLASSIFIED EXCAVATION 213 300 CY For Dollars Cents SMOOTH INTERIOR CORRUGATED POLYETHYLENE PIPE 14PLS-15 80 LF ,,�-� For Y—�"% So /�i7bo Dollars Cents SMOOTH INTERIOR CORRUGATED SLOTTED POLYETHYLENE PIPE 14PLS-S- 240 LF 15 Dollars Cents ASPHALT CONCRETE — TOP AND BINDER COURSES 51FX 3,800 TON / For d . dr .�Sf 17 f7 6 `f6� 004 --A Dollars Cents PP -10—C-1 Town of Southold CAa 0113.100 SCHEDULE OF PRICES — BID "C" Fishers Island Road and Stormwater Improvement Project May 2010 PP -10—C-2 ESTIMATED PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID ITEM QUANTITY PRICES WRITTEN IN WORDS DOLLARS CENTS DOLLARS I CENTS ASPHALTIC TACK COAT 71-T 19,500 SY For Dollars Cents MAINTENANCE AND PROTECTION OF TRAFFIC 76 1 LS For Dollars Cents STONE SWALE 80-X 150 SY For 1F ems, %d /05'oe DollArs Cents CEMENT CONCRETE CURB 97 350 IF For elj.=-^ Dollars Cents LEACHING BASINS 100 7 EA ��— —� For rew I Ln oGO )—fro 00 Dollars Cents PP -10—C-2 Town of Southold Fishers Island Road and Stormwater Imprt ement Project CA# 0113.100 SCHEDULE OF PRICES — BID "C" May 2010 ITEM ESTIMATED QUANTITY PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS 102-A 1 EA CATCH BASINS - RECTANGULAR � I For I --o w I —r�-I .A u - / ado 00 Dollars Cents 102-B 1 EA CATCH BASINS - ROUND For Dollars Cents 103 8 EA ALTERING DRAINAGE STRUCTURES For ::�r / ,.../� 760 S6 cc Dollars Cents 104B 6 EA CLEAN EXISTING DRAINAGE STRUCTURES ��-- 1�/ "� �7 For i—rlt lv-�--.�,of,, -ell woe J o0 0 Dollars Cents 105 780 SY CONCRETE SIDEWALKS AND RAMPS / For Dollars Cents PP -10—C-3 Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID "C" May 2010 ITEM ESTIMATED QUANTITY PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS TOPSOIL AND SEEDING ON PREPARED AREAS 123TSX 5,800 SY ,c For �'S 1✓f--ems. / g / Oq 00 Dollars Cents SAWCUTTING PAVEMENT AND SIDEWALK 205 600 LF �- For F' PiLct - l 9d d O Dollars Cents MDED-IN-PLACE RECYCLED BASE COURSE SOOSS 20,000 Sy , For �� �Lj $ Dollars Cents THERMOPLASTIC REFLECTORIZED PAVEMENT MARKINGS 685S 19,500 LF For T a Dollars Cents PP -10—C-4 Town of Southold Fishers Island Road and Stormwater Improvemenr CA# of 13.100 SCHEDULE OF PRICES — BID«C" 2010 Project improvement Poj TOTAL GROSS BID FOR BID "C": �- S 3_ .1�'O TOTAL GROSS BID FOR BID "C" MUST BE WRITTEN IN WORDS: -,e— M, —7—,t 4Q c —/I r -e -o ! k.o -�J --. r cd In case of discrepancy between the amount shown in figures and the amount shown in words, the amount shown in words will govern, and will be used as the unit price to determine correct extensions of the amount bid. As necessary, the Total Gross Bid will be corrected in accordance with the foregoing. The Town of Southold reserves the right to increase, decrease, or eliminate any or all items prior to or after award of the bid. It is emphasized that the quantities are approximations only. No guarantee is made for quantities stated nor is a guarantee made for the total bid. Such total is for the purpose of guidance in awarding the Contract only. Payment shall be made on the basis of actual work done at the unit and/or lump sum prices quoted. PP -10—C-5 Town of Southold Fishers Island Road and Stormwater Improvement Project CA# 0113.100 SUMMARY OF BIDS May 2010 TOTAL GROSS BID FOR BID "A": $ TOTAL GROSS BID FOR BID "A" MUST BE WRITTEN IN WORDS: TOTAL GROSS BID FOR BID'S": $ TOTAL GROSS BID FOR BID °B" MUST BE WRITTEN IN WORDS: AJ -1-4 DOLLARS TOTAL GROSS BID FOR BID "C": $ 46LA9 3, 9:Y -V . TOTAL GROSS BID FOR BID "C" MUST BE WRITTEN IN WORDS: S/I'f 6t,^ 4'-sd4 CENTS rAox4,d -7-oto The Town of Southold reserves the right to increase, decrease, or eliminate any or all items prior to or after award of the bid. PP-10—ABC-1 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY: A Corporation A Partnership or Entity FIRM NAME: An Individual PRINCIPAL OFFICE: PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE 1. How many years has your organization been in business under its present business name? 2. You normally perform what percent of the work with your own forces?to% List trades that you organization normally performs below: C'.'_��.�.4•�/J� cam-- t•-i'�.�`tav—. R / "�'�<s��. -��q 3. Have you ever failed to complete any work awarded to you? 1 . If so, note XV where and why. 4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. 1-1c QS -1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes, please provide details. No 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Teleohone # Telephone # Amount Complete Completion 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone # Teleohone#_ Amount Completion % of Work QS -2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Capacity 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? 10. Bank References: 11. Trade Association Membership: Avt, c. — Yid `cam' -_c9` ���o ��i`�• 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations? If yes, when? What was the outcome of the investigation? t\ n QS -3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF AIF Gi i/0 R fC COUNTY OF S OlgOGk �TAKts jerky being duly swo deposes and says that he is the OC -6 PRrs iDSV-r Of -MRRyf°'"���(rti6+ ntractor and that answers to the foregoing questions and all statements therein contained are true and correct. �V person who signed Swom to before me this day of kz , 2010 Q. tary Public ommtsslon Expiration Date: 3 "/a VE NOTARY PJLkIA A. UBLIC STATE YORK No. OIMC60559M C"hed in Suffolk..., m Expires 0312.20 QS -4 Terry Contracting & Materials, Inc. 840 West Main Street Riverhead, NY 11901 (631)727-0170 Fax: (631) 727-0410 June 1, 2010 Town of Southold Trustees 53095 Main Road Southold, NY 11971 611 Access Road Stratford, CT 06615 (203)375-8450 Fax: (203) 375-8410 Financial Conditions Re: CA Project No. 0 113. 100 — Fishers Island Road and Stormwater Improvement Project Trustees: In response to Item 13 we submit the following current financial information for Terry Contracting & Materials, Inc.: Assets $6,207,458 Liabilities $2,280,676 Net Worth $ 3,926.782 If you need further information then please call. Sine dt` t J es C Terry Vic resident Terry Contracting & Materials, Inc. Terry Contracting & Materials, Inc. 840 West Main Street 611 Access Road Riverhead, NY 11901 Stratford, CT 06615 (631 )727-0170 Fax: (631) 727-0410 (203) 375-8450 Fax: (203) 375-8410 Item 3.6 Key Personnel Name Position Years Experience Prior Positions and Ex erience in Con t ti I s rue on Robert G. Terry President 21 years Owner/ manager of Terry Contracting & Materials, Inc. 40 Hours OSHA training James C. Terry Vice -President 19 years Owner/ manager of Terry Contracting & Materials, Inc. 40 Hours OSHA training Keith Lundgren Foreman 14 years Experienced with marine, site, landfill and utility construction projects 40 Hours OSHA training Mike Jones Foreman 12 years Experienced with marine, site and landfill construction projects 40 Hours OSHA training Sal Messina Superintendent 22 years Experienced with pre-engineered building construction, marine and environmental /hazardous waste projects. 40 Hours OSHA training Christopher Zito Foreman 10 years Landfill and site construction. 40 Hours OSHA trainin BIDDER'S OUALIFICATION STAT MENT TABLE 1 - ALL CONSTRUCTION PROJECTS IN PROGRESS Title & Location Contract Amount Owner Start Date / Finish Date Name and Phone of Owner's Representative Depot St. Bridge - Beacon Falls, -CT 2,949,133 Town of Beacon Falls 10/09-9/10 Ed Robarge (203)484-2793 Smithtown Landfill - Kings Park, NY 16,909,662 Town of Smithtown 8/09-7/10 Dan Johnson (203)286-8668 Grangebel Park Spillway - Riverhead, NY 687,940 Town of Riverhead 10/09- Bill Lifford (631)288-2480 issequogue River Wetlands, Smithtown, NY 1 89, 000 Town of Smithtown i3/10-1/10 i Laura Feitner (631) 360-7550 Grangebel Park Improvements, Riverhead, NY1,372,255 Town Of Riverhead 5/10- Christine Fetten (631)727-3200 Mattituck Creek Boat Launch - Mattituck, NY 29,669 NYS DEC 5/10-6/10 Tom Miller (518)402-9084 USCG Waterfront Repairs - New London, CT 1163,494 US Coast Guard 5/10-7/10 Neal Armstrong (901)736-1711 I I erry Contracting Materials Inc. 6/1/2010 1 Job Name Conoco Philips - Breastin Dol hin Re air USCG - Station Shinnecock Floating Dock Job Location Riverhead, NY Hampton Bays, NY Contract Amount $ 356,000.00 $ 156,970.00 Owner/Desi ner & 0--..rentative Conoco Philli s Peter Lani an 610-384-2111 United States Coast Guard LT Peter Gavin 401-736-1732 Finish Date 2009-11 2009-10 Main Beach Pavillion Utility Vault Ludlum Park Improvements Riverside Manutsing Island Club Farm's Road Bridge D.O.T Project # 135-284 Plum Island Harbor Good Ground Road Veteran's Memorial Park Union Avenue Shorefront Restoration & Im rovements Cedar Point Yacht Club Gorhams Pond Youngs Avenue Landfill Granny Road Comfort Station Tremley Point Mooring SUNY -Southampton Bulkhead Brookhaven Landfill -Cell 5 Gravity Main Cono outs Conoco Philips Platform Painting Bishop McGann Track -Mercy HS Athletic Field and East Hampton, NY Southam ton, NY P Rye, NY City of Stamford Orient Point, NY Hampton Bays, NY Mattituck, NY Center Moriches, NY Wesport, CT Darien, CT Riverhead, NY Coram, NY Linden, NJ Southampton, NY Yaphank, NY Riverhead, NY Riverhead, NY $ 162,500.00 $ 217,000.00 $ 674,971.00 $ 2,151,059.00 $ 2,644,511.00 $ 17,534.00 $ 34,650.00 $ 219,210.00 $ 399,445.00 $ 588,600.00 $ 7,398,219.00 $ 17,379.00 $ 215,045.00 $ 164,646.00 $ 160,900.00 $ 266,000.00 $ 595,340.00 Villa a of East Hampton DB Bennett Village P 631- 907-0023 Town of Southampton L.K. Mclean Associates Joe Cline 631-286-8668 Manursing Island Club Ocean &Coastal Consultants Azure Dee Sleicher 203-268-5007 City of Stamford Pau] Ginotti 203- 977-4106 US Army Corps Tshura Jones 212-864- 0238 Town of Southampton L.K. McLean Associates Joe Cline 631-286-8668 Mattituck Park District Abigail Wickham 631-727- 2400 Town of Brookhaven Mark Brosnan 631- 451-6252 Cedar Point Yacht Club Ocean &Coastal Dan Kennedy 203-268-5007 Ocean & Coastal Consultants Dan Kennedy 203-268-5007 Town of Riverhead SCS Engineers Kurt Peterson 813-220-3898 Town of Brookhaven Mark Brosnon 631- 451-6252 Conoco Phillips Randy Byers 918-615- 3002 SUNY Kevin Rooney 631- 632-6222 Town of Brookhaven L.K. Mclean Associates Christo her D er 631-286-8668 Conoco Philips Pipe Line Scott Kamm 580- 767-6651 Diocese of Rockville Center Dr. Steve Cheeseman 631-727-5900 2009-5 2009-2 2009-2 2009 -OS 2009-03 2008-9 2008-8 2008-7 2008-6 2008-6 2008-12 2008-12 2008-12 2008-11 2007-9 2007-9 2007-8 46 Town of Southold FISHERS ISLAND ROAD AND STORMWATER IMPROVEMENT PROJECT PROPOSAL PACKAGE BID OPENS: JUNE 3, 2010 Q 10:00 A.M. REMINDER NOTE! ! ! : VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY!! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! PP -1 'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. Notarized Affidavit of Non -Collusion as required by NYS Law. A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. As per specifications, the TOWN OF SOUTHOLD requires a current insurance certificate, with the TOWN OF SOUTHOLD listed as additional insured, to be on file in the Town Clerk's Office. You will be given ten (10) business days from notice of award to supply this form or the bid will be rescinded. Vendor Information Sheet and Address Record Form. Assumed Name Certification. Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It Is included only for informational purposes, and will be signed by the successful bidder after award of the contract. PP -2 VENDOR NAME: COYUZ-u YNi AS py\cA U Inc - VENDOR nc- VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID OR SOCIAL SECURITY #: 112 - q Z- 3(03(o DATE OF ORGANIZATION: C9 q ?212 IF APPLICABLE: DATE FILED: U I 19 SS STATE FILED: � 2W V oylc- If a non -publicly owned Corporation: l CORPORATION NAME: W V aZ1,; cNt [-\S Y�hCAS 1 n C LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) Rickard T�- LIST OFFICERS AND DIRECTORS: NAME TITLE R i ch a -d Co rc z un -Y I?reS k (A If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: PP -3 ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: COVQZ"z�' ASPh Inc ADDRESS: ?0 PJdX 12-g I I V35- CONTACT: 3S CONTACT: Chen ,� ( ( UC; ch 0<DvaZz+ n TELEPHONE: (9,j�J-73q�-aV 0v FAX: (pal -13� 5 Oas E-MAIL: CO✓'Q2-24 rni o � ce@ po. CUM ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: CONTACT: PP -4 FAX: E-MAIL: VENDOR NAME: 6K'QZU")i . sp6aol 'E ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Town Clerk. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows - please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER. AUTHOR SIGNATURE iZ- iChcL CO✓QZ fill i lY FreSidC�'1� PP -5 AFFIDAVIT OF NON -COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The person signing this bid, under the penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS ?iamnff'mme�&Iorn yPositionhCl✓ NOTARY: 3DAYOFVU(X 2010 IQZ7aG't r' Type Name & Company Position Ck) 61_1zi n i .As ham i ns X'e'� Company Name /NVOTARY PUBLIC Twe- 3J 301 D Date Signed BABETTE CORNINE i I z.qa 3to36 Notary Public. State Of New York Federal I.D. Number No, OICO5792800 Qualified In Suffolk County Commission Expires 4<pw �U c2z"/d PP -6 PROPOSAL FORM FISHERS ISLAND ROAD AND STORMWATER IMPROVEMENT VENDOR VENDOR I bau /Z'? Inc ve IVY / l 935 TELEPHONE NUMBER: b3l 7.3t-/— POU FAX: 031 The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. The Town Board reserves the right to award this Contract to the lowest qualified bidder and to reject and declare invalid any or all bids deemed not in the best interest of the Owner. In awarding this Contract, the Town is not bound by the quantities stated in the Proposal Form. It is emphasized that the quantities are approximations only. No guarantee is made for any quantities stated nor is a guarantee made for the total bid or alternate bid item. Such total bid or alternate bid items are for the purpose of guidance in awarding the Contract only. Payment shall be on the basis of actual work done at the unit prices quoted. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please write N/A below): Addendum No. Dated IN(A PP -7 AUTHORIZED SIGNATURE TITLE DATE SUY� �J, oZ� I D ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF Mk I k ss.: UV On the 3 day of aU n e— in the year 2010 before me, the undersigned, personally appeared, Ai UYVIJ LYOZ24AiSpersonally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. / 4 %A 11a 9" ra Mal ii 8111 1.1 BABETTE CORNINE Notary Public, State Of New York No.OIC05792800 Qualified In Suffolk ines County 307 l/ Commission Expires PP -8 SPECIAL BID PROPOSAL FORM INSTRUCTIONS The attached Bid Proposal Form consists of three (3) individual Schedules of Prices, identified as Bid "A", Bid `B" and Bid "C". The approximate quantities indicated for Bid "A" correspond to the area identified as Area "1" on the Contract Plans. The approximate quantities indicated for Bid `B" correspond to the areas identified as Area "1" and Area "2" on the Contract Plans. The approximate quantities indicated for Bid "C" correspond to the areas identified as Area "1", Area "2" and Area "3" on the Contract Plans. Bidders are required to submit bids for each of the three (3) bids in order to be considered responsive to this bid solicitation. Bidders are also required to fill out the summary sheet at the end of the Bid Proposal indicating the bid totals for each of the three (3) bids. The Town Board reserves the right to award this Contract to the lowest qualified bidder on Bid "A", Bid `B" or Bid "C" and to reject and declare invalid any or all bids deemed not in the best interest of the Town. PP -9 Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES - BID "A" May 2010 ITEM ESTIMATED QUANTITY PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS CLEARING AND GRUBBING 1 1 LS For -f w o -�noy saKa dollays av c% (n0 Cevt Dollars Cents a000 00 aaoo n6 UNCLASSIFIED EXCAVATION 2B 150 CY For & RayS 0. t2ot Via C-evt,-ft� J�0 06 7500 O 6 Dollars Cents SMOOTH INTERIOR CORRUGATED POLYETHYLENE PIPE 14PLS-15 80 LF For 'tai r�' j - Ve ao MLVA-� ,4 rkA Cgk,*S, 3S o o ? F00 o0 Dollars Cents SMOOTH INTERIOR CORRUGATED SLOTTED POLYETHYLENE PIPE 14PLS-S- 240 LF 15 ForQ`h:� kQn\ Kj Sl x4y dokay-s " m ces t i(oo 66 �J� 1" co 00 Dollars Cents ASPHALT CONCRETE - TOP AND BINDER COURSES 51FX 350 TON I For0n- 6n d �� f} V01( Cly ovj /W C y ,�OU l30 ~� �O 6 d Dollars Cents PP -10-A- 1 Town of Southold Fishers Island Road and Stormwater Improvement Project CA# Ol 13.100 SCHEDULE OF PRICES - BID "A" May 2010 ITEM ESTIMATED QUANTITY PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS I CENTS ASPHALTIC TACK COAT 71-T 1,600 SY For I YC2 d O UC VS olkid a6 cp,,IL Dollars Cents MAINTENANCE AND PROTECTION OF TRAFFIC 3 60 4wo do 76 1 LSp For IQ�1}V-CV2`��tOUs2lnd r���dc qh nAQii ap o0 Dollars Cents STONE SWALE 80-X 150 SY I` ` For Qb - V1I ndffrf �D�� IVS OVtC( h0 C"P Dollars Cents / 0, _ /S6 (0 0 v CEMENT CONCRETE CURB 97* 200 LF ^f For_—& 4S/ C i(1 &'1.V S GilaV�0 PIA S �U O` WOO d () Dollars Cents LEACHING BASINS 100 7 EA I h a�, For t Q Q �O\JA� P 3 00 0 J —1 I l uo i O b Dollars Cents PP -10-A- 2 Town of Southold CA# 0113.100 SCHEDULE OF PRICES - BID "A" Fishers Island Road and Stormwater Improvement Project May 2010 ITEM ESTIMATED QUANTITY PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS CATCH BASINS - ROUND 102-B 1 EA �I1 t For 4WY � 10(1 l�tQ S2UQyl hO YfC� Gt 6Vs ago C° O(� 00 Toa O d Dollars Cents CONCRETE SIDEWALKS AND RAMPS 105 20 SY I 1 For Ohs. hundKd dodaVS and ho ceAL Dollars Cents /VU 0.3 2-000 O 0 TOPSOIL AND SEEDING ON PREPARED AREAS 123TSX 900 SY II For Htne C Q&Vs GLy4 tip CQ& 00 31co 00 Dollars Cents SAWCUTTING PAVEMENT AND SIDEWALK 205 70 LF L For Tam &D�WS Qhd tno C2nT5 /D e)d �70 0 00 Dollars Cents MDCED-IN-PLACE RECYCLED BASE COURSE SOOSS 2,100 SY II For�U2e- A)`IOl✓ Oty\A S'.SZI!()1�wo- Q(ZA 3 �s Q �v s bd Dollars Cents Contw6cucy ttcm PP -10-A- 3 Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES - BID "A" May 2010 TOTAL GROSS BID FOR BID "A": $ ��o �l y % 5, OO TOTAL GROSS BID FOR BID "A" MUST BE WRITTEN IN WORDS: In case of discrepancy between the amount shown in figures and the amount shown in words, the amount shown in words will govern and will be used as the unit price to determine correct extensions of the amount bid. As necessary, the Total Gross Bid will be corrected in accordance with the foregoing. The Town of Southold reserves the right to increase, decrease, or eliminate any or all items prior to or after award of the bid. It is emphasized that the quantifies are approximations only. No guarantee is made for quantities stated nor is a guarantee made for the total bid. Such total is for the purpose of guidance in awarding the Contract only. Payment shall be made on the basis of actual work done at the unit and/or lump sum prices quoted. PP -10-A- 4 Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES - BID `B" May 2010 :Y,> 0_,:1- ESTIMATED PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS ITEM QUANTITY PRICES WRITTEN IN WORDS CLEARING AND GRUBBING 1 1 L For TWO 'F"%IOJ6Ctvt t QVS r�t'`d na Ce, -L& Jd0� aow ©a a goo oa Dollars Cents UNCLASSIFIED EXCAVATION 2B 200 CY ,1 For N l Vl +d d Ol +O VS Q+ tld M C2✓t U 0a % �(�OC� 0 o Dollars Cents SMOOTH INTERIOR CORRUGATED POLYETHYLENE PIPE 14PLS-15 80 LF �" For � -�-hiy4V �'(JQ d4((ClVt Qn(A M CQyL� oa Z�yU� 00 35 T Dollars Cents SMOOTH INTERIOR CORRUGATED SLOTTED POLYETHYLENE PIPE 14PLS-S- 240 LF 15 ll-- jj `` / For Ont hUY1lreG� KSI K-ki d/ (a VS O VJ 110 C&vft 10 a 0 Dollars Cents ASPHALT CONCRETE - TOP AND BINDER COURSES 51FX 1,600 TON For of\,Q kuf1A6f�iilr Sl 66gCtrf 0,,d I16(8� 12�j as 20) 00 Dollars Cents :Y,> 0_,:1- Town of Southold CA# 0113.100 SCHEDULE OF PRICES - BID `B" Fishers Island Road and Stormwater Improvement Project May 2010 PP -10—B-2 ESTIMATED PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID ITEM QUANTITY PRICES WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS ASPHALTIC TACK COAT 71-T 8,400 SY For On clo lla - ea d 50 Dollars Cents MAINTENANCE AND PROTECTION OF TRAFFIC 76 1 LS e ``,,,,���V ,,,L p For F1�I el ikosand jo�I0VS OLV"'Crel � 00 D ars Cents STONE SWALE 80-X 150 SY I ff For one kondVPA JO(\Ct,✓S Qva nb Cent Dollars Cents CEMENT CONCRETE CURB 97 300 LF �j ] For T Lk%iX��U Oreo (�I�hyQ.ft CPn �3 0' / _G ()o (% d� Dollars Cents LEACHING BASINS 100 7 EA II I f Fora ��i(�UCQnGt hrCp i (je) 1YYd G(d f �Al/S G+�t N� anti �3 °J 3T00 U0 o Dollars Cents PP -10—B-2 Town of Southold CA# 0113.100 SCHEDULE OF PRICES - BID`B" Fishers Island Road and Stormwater Improvement Project May 2010 ESTIMATED PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID ITEM QUANTITY PRICES WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS CATCH BASINS - RECTANGULAR 102-A 1 EA ii p ar Fore �1005QI�r� sQl10�t1unG�vrd db� �QI/S cent�� av 5-700 tro Dollars Cents CATCH BASINS - ROUND 102-B 1 EA '' 1 For�(J1tr}�gt 1CQr`ciSPUPv� )N)A-Q�h, J04aVS ay-dCeJ L4-7GO 00 Dollars Cents ALTERING DRAINAGE STRUCTURES 103 7 EA VQ 0(1 ays no QA, For QV12 - IkOL Sar Onk Kind WA fk� fJ r ° o N Z5 %g 7J Dollars Cents CLEAN EXISTING DRAINAGE STRUCTURES 104B S EA c Foro ne-�ussnd iuo �, ,-Je -cel ddIavl� Qrb ce'ut 12- CxJ UU /� &OX Dollars Cents CONCRETE SIDEWALKS AND RAMPS 105 600 SY ,, __LL For;�y 1YC'x ay� rw Ce,,f3 � 3 0� ��� G Dollars Cents Town of Southold CA# 0113.100 SCHEDULE OF PRICES - BID °B" Fishers Island Road and Stormwater Improvement Project May 2010 ITEM ESTIMATED QUANTITY PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS TOPSOIL AND SEEDING ON PREPARED AREAS 123TSX 1,050 SY For &VQY1 &O\\ate ard Fe(-xnl�/ 4v2 cenh-TS g 3�SZ Dollars Cents SAWCUTTING PAVEMENT AND SIDEWALK 205 500 LF JJ f For ✓2 CIa( ay!S Cl n/) e, S OG Z Gd Dollars Cents MDC:D-IN-PLACE RECYCLED BASE COURSE SOOSS 8,500 SY For Tw 0 U (� G ✓S a ✓'d �� C P„ Z O 1 a o Dollars J Cents THERMOPLASTIC REFLECTORIZED PAVEMENT MARKINGS 685S 9,000 LF / ��''/ For_ Qh 2 CTO (lav Q 10 0/S / oenI T Dollars f Cents J(� Town of Southold Fishers Island Road and Stormwater Improvement Project CA# 0113.100 SCHEDULE OF PRICES - BID `B" May 2010 TOTAL GROSS BID FORBID "B": S ) -7, 3/a.50 TOTAL GROSS BID FOR BID "B" MUST BE WRITTEN IN WORDS: F vc _ hot aytA +t-�P,4u .wkw , TVIoIJSGo" hut4ut-� +t,. kyp- a(L M.YS aV\J 'PA (2 DOLLARS In case of discrepancy between the amount shown in figures and the amount shown in words, the amount shown in words will govern, and will be used as the unit price to determine correct extensions of the amount bid. As necessary, the Total Gross Bid will be corrected in accordance with the foregoing. The Town of Southold reserves the right to increase, decrease, or eliminate any or all items prior to or after award of the bid. It is emphasized that the quantities are approximations only. No guarantee is made for quantities stated nor is a guarantee made for the total bid. Such total is for the purpose of guidance in awarding the Contract only. Payment shall be made on the basis of actual work done at the unit and/or lump sum prices quoted. Do) _. „ Ir Town of Southold CA# 0113.100 SCHEDULE OF PRICES - BID "C" Fishers Island Road and Stormwater Improvement Project May 2010 ITEM ESTIMATED QUANTITY PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS CLEARING AND GRUBBING 1 1 LS /� / i 1 ForTW o f YIUUSQ nth Cid Il Q q an—d no CPdT 2400 C7� Dollars Cents UNCLASSIFIED EXCAVATION 2B 300 CY For aN ogny c3x u�-S C h dL r� cPn b 0a l 0 0 ollars Cents SMOOTH INTERIOR CORRUGATED POLYETHYLENE PIPE 14PLS-15 80 LF (' �pp For Tb't r%V +� tlQ &Aaylc O V\a rw e� 3� `� n p Z0 oo 00 Dollars Cents SMOOTH INTERIOR CORRUGATED SLOTTED POLYETHYLENE PIPE 14PLS-S- 240 LF 15 For (O(1P bU '_Q� six:L� Jgllav-s agwl no � J Wy00 ° o(:,ll�d Dollars Cents ASPHALT CONCRETE - TOP AND BINDER COURSES 51FX 3,800 TON For�2 ��nt�ueQ S2S-12v1� aQuQt,� 4J > l I ,-� t by , I r I 1 1 q� 00 I `f � J Dollars Cents PP -10-C-1 Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Imps: cement Project SCHEDULE OF PRICES - BID "C" May 2010 Pll?–:.0–C-2 ESTIMATED PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID ITEM QUANTITY PRICES WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS ASPHALTIC TACK COAT 71-T 19,500 SY For One 4o(ja✓ (arm `,kCn V C¢niy Z S va Dollars Cents 'I 2-q 3 MAINTENANCE AND PROTECTION OF TRAFFIC 76 1 LS For N 2�i ��ft?e o 1 r\ TY 1C)UC4r d t `Cl`/S 4n�. Y!` e n q3000 O 13 wo o 'Dollars Cents STONE SWALE 80-X 150 SY For Of12 hLh,-Ndu`Cd dOt�GLr O p,J;— �W Dollars Cents CEMENT CONCRETE CURB 97 350 LF /� �`` For 4 A& -Cw e n�N L/ ✓ Qt S 0rJ 110 c }7 2� 0 0 p i / 6 o ollars Cents p t LEACHING BASINS 100 7 EA f 1 ` For 1`ytUSOv�� ri,Yr-el dtca�r h„ 53006J /I Dollars Cents Pll?–:.0–C-2 Town of Southold CA# 0113.100 SCHEDULE OF PRICES - BID "C" Fishers Island Road and Stormwater Improvement Project May 2010 ITEM ESTIMATED QUANTITY PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS CATCH BASINS - RECTANGULAR 102-A IEA For �V2 FYIO(J�CrktG i�BhhvlPtdrlbllaV - '� 5 7X °�?o( Dollars Cents CATCH BASINS - ROUND 102-B 1 EA p / ff, For a / `E-hA K6md S'Waq �1(1{ d+,eC� (C�c� 04(� -700D 0 7 �co o 0 Dollars Cents ALTERING DRAINAGE STRUCTURES 103 8 EA"" d4�(a�g4 For Q 2 U5 U rwc yt 1iU 11 Z� 00 n �O �' o 0 Dollars Cents CLEAN EXISTING DRAINAGE STRUCTURES 1048 6 EA For -��h" S Af 12-W 0" %2-00 op Dollars Cents CONCRETE SIDEWALKS AND RAMPS 105 780 SY �Jff_ For )' i�P dQ U O � G'J !� C / J ? (� Oo NO GO Dollars Cents PP -10-C-3 Town of Southold CA# 0113.100 SCHEDULE OF PRICES - BID `°C" Fishers Island Road and Stormwater Improvement Project May 2010 ITEM ESTIMATED QUANTITY PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS TOPSOIL AND SEEDING ON PREPARED AREAS 123TSX 5,800 SY �- // Gi /10 Cee -)6 For � VQ. ..O(o 11 VS (qf)6( �� 0 6 Dollars Cents SAWCUTTING PAVEMENT AND SIDEWALK 205 600 LF ��,1� FOr_ I j OU l' d 0 1 J Q L -T Ctt VLP( f10 C ee) S (J / 00 I Dollars Cents MDC D -IN-PLACE RECYCLED BASE COURSE SOOSS 20,000 Sy ForT�W� �D (�Q✓S' Ct,i �t� CQ✓l ZV DollarsZ Cents THERMOPLASTIC REFLECTORIZED PAVEMENT MARKINGS 6855 19,500 LF For 0he (1 & (Lv- eetld 4t. C eV� Dollars Cents / � Z� PP— 10—C-4 Town of Southold Fishers Island Road and Stormwater Improvement Project CA# 0113.100 SCHEDULE OF PRICES — BID "C" May 2010 TOTAL GROSS BID FOR BID "C": &-71 0(9 S. o a TOTAL GROSS BID FOR BID "C" MUST BE WRITTEN IN WORDS: In case of discrepancy between the amount shown in figures and the amount shown in words, the amount shown in words will govern, and will be used as the unit price to determine correct extensions of the amount bid. As necessary, the Total Gross Bid ' will be corrected in accordance with the foregoing. The Town of Southold reserves the right to increase, decrease, or eliminate any or all items prior to or after award of the bid. It is emphasized that the quantities are approximations only. No guarantee is made for quantities stated nor is a guarantee made for the total bid. Such total is for the purpose of guidance in awarding the Contract only. Payment shall be made on the basis of actual work done at the unit and/or lump sum prices quoted. PP -10—C-5 Town of Southold Fishers Island Road and Stormwater Improvement Project CAa 0113.100 SUMMARY OF BIDS May 2010 TOTAL GROSS BID FOR BID "A": $ 9&7 (4 _%j U o TOTAL GROSS BID FOR BID "A" MUST BE WRITTEN IN WORDS: Tiyv huncl r� s�xfv seven 4,hWSal?d &y d-& a a�'f /zo DOLLARS CENTS TOTAL GROSS BID FOR BID "B": j TOTAL GROSS BID FOR BID `B" MUST BE WRITTEN IN WORDS: TOTAL GROSS BID FOR BID "C": S Y0. 0(o5 G o TOTAL GROSS BID FOR BID "C" MUST BE WRITTEN IN WORDS: a. "au The Town of Southold reserves the right to increase, decrease, or eliminate any or all items prior to or after award of the bid. PP-10—ARC:-1 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY: COVCl I i n i ASrKak+ /n CA Corporation A Partnership or Entity FIRM NAME: An Individual PRINCIPAL OFFICE: C gs-Cox Lane Po &* /car( Nq IIq PRINCIPAL OFFICERS: BACKGROUND Pr-esideri% Ric{havd CatALzini rr 8.5�u Ncos-qv PiQ Owner 1. How many years has your organization been in business under its present business name? -2--,2\1eO v -s + 2. You normally perform what percent of the work with your own forces?80 % List trades that you organization normally performs below: GLS1\-\6JJ Pau%ncA 5')-k WO✓L 3. Have you ever failed to complete any work awarded to you?. If so, note where and why. 4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. No QS -1 Corazzini Asphalt Inc. Qualifications: CAC Contracting Corp. is a signatory member of Local 138 Engineers Union /Local 1298 Labor Union OSHA Certified Cora:zini Asphalt Inc. is located at 6245 Cox Lane, Cutchogue NY 11935 Current Prolect: Shelter Island - Ram Head Causeway Rehabilitation Mark Ketchum- Highway Superintendent 749-1090 start date 11/01/09 $301,000 - awaiting top course in Spring 2010 Work performed: East Quogue Fire District Project Manager: Richard Coramini Jr Frank Relf, Architect 271-4432 $ 159,000 Concrete curbs, aprons / paving and line striping parking lot Manhaset Water District Project Manager: Richard Cerement Jr. John Collins, PE H2M Group, Melville 756-8000 $ 80,000 Milling and overlay road shoulder Gabreski Airport 106th National Air Guard Classic Environmental Steve Bradt 518 591-0234 Project Manager: Richard Coremini Jr. $265,000 and $105,000 Concrete work, milling, overlay of parking area Laurel Hollow - Rehabilitation of White Oak Tree Road James Antonelli, Sidney Sowne Engineers 516 746-2350 Project Manager: Richard Coramini Jr. $ 213,000 to perform drainage, curb work, milling and grinding, and asphalt paving Centereach Fire District (Parking Lot) Matt Mohlin, PE H2M Group, Melville 756-8000 Project Manager: Kevin Romanowski $ 216,000 to perform drainage and asphalt paving Sevenson Environmental Services Project Manager: Richard Corazzini Jr. May 2009 $220,000 Mark Schmidt - (716) 284-0431 ext 259 Asphalt milling, full depth, overlay - Sag Harbor'Keyspan" Site Sacred Heart Of Jesus and Mary (Dioceses of Rockville Centre) Holy Sepulchre Cemetery, Diocese of Rockville Centre Dirk Wcjtczack - 516 678-5800 ext 220 Project Manager: Steve Albertson $54,000 and $342,000 performing concrete curbs, foundations, stone /paver work and paving Village of Quogue "Reconstruction of Quogue Street" Project Manager: Richard Coramini Jr. Vincent Gaudiello, PE The Raynor Group 726-7600 approximately $484,000 performing removal of concrete roadway, installation of concrete curbs, milling and paving Westhampton Air Base (Air Force) John Azar or Fred Rodriguez 723-7562 Install Bollards at Gabreski Airport $63,000 Village of North Haven Laura Nolan - mayor $ 115,000 performing drainage, curb and paving Project Manager: Steve Albertson Project Manager: Richard Coramini Jr. Village of Lloyd Harbor 2008 West Neck Rd & 2008 Asphalt Program Project Manager: Richard Coramini Jr. Mab Mohlin, PE H2M Group, Melville 756-8000 Fall 2008 $ 426,000 performing milling shoulder replacement and paving Remsenburg-Speonk USFD Project Manager: Steve Albertson Alex Gimpelman, PE Dunn Engineering Associates, PC 288-2480 7/07/08-12/31/08 $ 600,000 Performed drainage, electrical, concrete, landscaping and paving NYS Dept of Parks Kevin Mae, Engineer for Parks 321-3775 Montauk Downs State Parks Winter 2009 - Golf Driving Range Install Netting and Fence $336,040 filed Manager. Steve Albertson Heckscher State Park Bicycle Path Extension - 4000 tons of asphalt, excavation site work, landscaping, signs, pavement markings 1/1/08-8/27/08 $725,000 Project Manager: Kevin Romanowski Montauk Downs State Parks Fall 2006 - Golf Cart Paths $70,000 Project Manager: Richard Cormini Jr Wildwood State Park 6/07 $72,100 Resurface roadway and topsoil/seed Project Manager. Richard Coraztni Jr Middle Road Roundabout Town of Riverhead Project Manager. Steve Albertson Christine Fatten, Assistant Town Engineer Alex Gimpelman, PE Dunn Engineering Associates, PC 288-2480 9/1/07 - 5/31/08 $ 547,000 performed site work for new roadway, drainage, concrete/brick work, and paving Village of Ouogue - Pen Craig Vincent Gaudiello, PE The Raynor Group 726-7600 Project Manager: Richard Coramini Jr. 12/1-8/31/08 $ 100,000 performed drainage, eleddcal, landscaping and paving North Main Street Parking Lot Village of Easthampton Project Manager: Steve Albertson Larry Cantwell Village of Easthampton John Beck PE, PE Dunn Engineering Associates, PC 288-2480 9/08/06-12/31/06 $ 551,443 performed site work, drainage, electrical, concrete/brick work, landscaping and paving Westhampton Six Comers Roundabout Westhampton Beach, NY Project Manager: Steve Albertson Alex Gimpelman, PE Dunn Engineering Associates, PC 288-2480 1/1/06-5/31/06 $ 648,803 created a six road merger into a circle: drainage, electrical work, concrete curbs, and paving Southold Fire District Martin Sendlewski, AIA 727-5352 Project Manager: Steve Albertson $300,000 Concrete Aprons, Asphalt Parking Lot and Lights Town of Southampton Highway Annual Asphalt Contract Project Manager: Richard Coramni Jr William Masterson, Superintendent of Highways 728-3600 various town projects "Middle Line HighwayPDeerfield Road Calming Project" annual requirements contract over last 10 years approx $250,00010 $1,000,000 annually roadwork for Southampton township - asphalt paving Fisher's Island Airport Parking Lot Elizabeth Field Airport Project Manager: Steve Albertson Steve Howe, C&S Engineers in Syracuse NY (315) 455-2000 9/1/04-5/15/05 $ 415,000 asphalt parking field for planes, drainage, landscape, and electrical work for lighting - specifications had to be FAA approved Bonds / Insurance: Bond - RLI Surety- been bonded with them since year 2000 / Insurance with General Casualty Key Employee Stephen Albertson -worked 10 years - supervisor, Local 138 operator, licensed electrician/carpentry - managed projects Richard Corazzini Jr- owner - Local 138 operator, coordinates municipalities, Suffolk County Water Authority - various projects Kevin Romanowski - worked over 10 years - supervisor -managed projects / Local 138 operator carpentry /landscaping/excavation/paving/line striping exper References: Suffolk County Water Authority - Tim Kilcummings 589-5200 Town of Southampton - Bill Masterson 728-3600 Cor=inl Asphalt Inc.over 20 years in business CAC Contracting Corp. is a signatory member o1 Local 138 Engineers union /Local 1298 Labor Union Owns all equipment (3 pavers, a road grader, backhoes, skid steers, track machine, milling equipment excavator, 2 rollers, 8 dump trucks, 2 flowboys) 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes, please provide details. 1,� Q 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone # Telephone # Amount Complete Completion PAM (Slant( Shetkr Island $3001X0+ 901 0 Rek6-6110tfM of CauseuaN 7. List five major projects you organization has completed in the past five years: Name of. Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone # Telephone# Amount Completion % of Work 1 �VrCk fames al Over q-zo-C9 fi + cjioyi Ndtiow Anionell: 3, QS' o� l}111� ie 0�[?t jZd Scdney &w,e 5,I6 �4lo-23So Genie Lacs. Ckr t-? c6 Moi# 1'r re-M3kid FD lv%akk;n '4ZIb,000 l�G r jtiH 2 M Grog J �SX0-$Ooo Seuevuon Keysro`. ` Keys par,. Qsevw+lw [kro, © ✓144 , cur bs R2conS4vuchao Llyod N¢d6, uy4� 200? AVkJ h(4('6" f W of elect ed Seue„3on 6nvironme, 220,000 -III*1 .serufcp 1llnce.4 vgSy 000 '4131/07 63 amdiello Ka �rwrGrcx�� 7a(� 7[Qok) Zm Groin Ab7c f 31 C8 i 1S6_8000 QS -2 1001/1 ,9s -j, 90 J 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of Individual's Name Of Office Ex rience For Which RespQnsible In What Capacity IA" CtiaV-d �o/caI �iniSr owner 30 ✓s+ Pttslde,� `? 0.l ( On-` �h J IGe�)jn QornQlloLJS fi'�ma.. ISc�rs� 9 ovl jv% S}Qphtn fJl6e�hor main 15y,s+ OU on Jvb 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? S 10. Bank References: Sc ry 3 -' (L+r-l- cn u -F- B N B - " C JCA( 4- brOACh 11. Trade Association Membership: LOCallbg I- Lral I2,98 -73y-50.50 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations? If yes, when? What was the outcome of the investigation? V,C5, 2X2 -deared"non ('-alkI No Vio ICAO, QS -3 CORAZZINI ASPHALT, INC. FINANCIAL STATEMENTS AND SUPPLEMENTAL INFORMATION FOR THE YEAR ENDED DECEMBER 31, 2009 BLANCHFIELD, MEYER, KOBER & RIZZO, LLP CERTIFIED PUBLIC ACCOUNTANTS Blanchfield, Meyer, Kober & Rizzo, LLP Certified Public Accountants 1200 Veterans Memorial Hwy. Suite 350 Hauppauge, New York 11788 Charles W. Blanchfield, CPA Bruce A. Meyer, CPA/PFS Thomas G. Kober, CPA Alfred M. Rizzo, CPA Joseph Mortimer, CPA To the Shareholder Corazzini Asphalt, Inc. Linda L. Zanette, CPA T 631 293-5000 UK F 631 234-4272A Ci www.bmkr.com 1 Member Member American Institute Public Company of Certified Public Accounting Accountants Oversight Board ACCOUNTANT'S REVIEW REPORT We have reviewed the accompanying balance sheet of Corazzini Asphalt, Inc. as of December 31, 2009, and the related statements of income and comprehensive income, changes in stockholder's equity and cash flows for the year then ended, in accordance with Statements on Standards for Accounting and Review Services issued by the American Institute of Certified Public Accountants. All information included in these financial statements is the representation of the management of Corazzini Asphalt, Inc. A review consists principally of inquiries of Company personnel and analytical procedures applied to financial data. It is substantially less in scope than an audit in accordance with generally accepted auditing standards, the objective of which is the expression of an opinion regarding the financial statements taken as a whole. Accordingly, we do not express an opinion. Based on our review, we are not aware of any material modifications that should be made to the accompanying financial statements in order for them to be in conformity with generally accepted accounting principles. Hauppauge, New York February 26, 2010 CORAZZINI ASPHALT, INC. BALANCESHEET DECEMBER 31, 2009 ASSETS CURRENT ASSETS: Cash Securities available for sale Contracts receivable Inventory Prepaid expenses Miscellaneous receivables TOTAL CURRENT ASSETS PROPERTY AND EQUIPMENT: Costs Less: accumulated depreciation TOTAL PROPERTY AND EQUIPMENT OTHER ASSETS: Loans to shareholder Deposits TOTAL OTHER ASSETS Page 2 TOTAL ASSETS BLANCHFIELD, MEYER, KOBER & RIZZO, LLP CERTIFIED PUBLIC ACCOUNTANTS $ 737,162 243,869 987,411 140,204 15,512 11,547 2,135,705 1,986,371 1,200,922 785,449 92,930 13,371 106,301 $ 3.027,455 LIABILITIES AND STOCKHOLDER'S EQUITY CURRENT LIABILITIES: Accounts payable $ 803,289 Current portion of long-term debt 78,435 Accrued expenses 32,063 Billings in excess of costs and estimated earnings on incomplete contracts 258,290 Due to affiliate 127,501 TOTAL CURRENT LIABILITIES 1,299,578 OTHER LIABILITIES: Long-term debt 294,197 TOTAL LIABILITIES 1,593,775 STOCKHOLDER'S EQUITY: Colmnon stock no par value: 200 shares authorized: 100 shares issued and outstanding 5,000 Treasury Stock: 50 shares at cost (400,000) Accumulated other comprehensive loss (2,839) Retained earnings 1,831,519 TOTAL STOCKHOLDER'S EQUITY 1,433,680 TOTAL LIABILITIES AND STOCKHOLDER'S EQUITY S-3,027,455 See accompanying accountant's report and notes to financial statements. BLANCHFIELD, MEYER, KOBER & RIZZO, LLP CERTIFIED PUBLIC ACCOUNTANTS Page 3 CORAZZM ASPHALT, INC. STATEMENT OF INCOME AND COMPREHENSIVE INCOME FOR THE YEAR ENDED DECEMBER 31, 2009 EARNED REVENUES $ 6,118,967 COSTS OF REVENUES EARNED 5,100,861 GROSS PROFIT 1,018,106 GENERAL AND ADMINISTRATIVE EXPENSES 558,641 INCOME FROM OPERATIONS 459,465 OTHER INCOME AND (EXPENSE): Interest income 2,651 Dividend income 450 Gain on sale of equipment 9,000 Interest expense (18,869) Loss on sale of securities (103,724) TOTAL OTHER INCOME (EXPENSE) (110,492) NET INCOME BEFORE INCOME TAXES 348,973 PROVISION FOR INCOME TAXES State 3,750 Federal 8,655 TOTAL PROVISION FOR INCOME TAXES 12,405 NET INCOME 336,568 OTHER COMPREHENSIVE INCOME: Unrealized gain on securities 81,415 TOTAL OTHER COMPREHENSIVE INCOME $ 417 983 See accompanying accountant's report and notes to financial statements. Page 4 BLANCHFIELD, MEYER, KOBER & RIZZO, LLP CERTIFIED PUBLIC ACCOUNTANTS 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF Neq9\/IC ) COUNTY OF 8 1 IC. ) (�&&271/� duly sworn deposes and says that he is the ?YLSj Berl' of contractor and that answers to the foregoing questions and all statements the in contained are true and correct. (Si cure o person Wo signed bid) Sworn to before me this day of l 1 UVl 0 2010 Notary Public 4'd�C tt� Commission Expiration Date: BABETTE CORNINE Notary Public, State Of New York No. 01C05792300 Qualified In Suffolk County Commission Expires Qattj 1T4� a [IRMI Town of Southold FISHERS ISLAND ROAD AND STORMWATER IMPROVEMENT PROJECT PROPOSAL PACKAGE BID OPENS: JUNE 39 2010 Q 10:00 A.M. REMINDER NOTE! ! ! : VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successfulbidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! !! Thank you! 'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. Notarized Affidavit of Non -Collusion as required by NYS Law. A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. As per specifications, the TOWN OF SOUTHOLD requires a current insurance certificate, with the TOWN OF SOUTHOLD listed as additional insured, to file in the Town Clerk's Office. You will be given ten Q90usiness days from notice of award to supply this form or the bid will be rescinded. Vendor Information Sheet and Address Record Form. Assumed Name Certification. Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It Is included only for informational purposes, and will be signed by the successful bidder after award of the contract. PP -2 VENDOR VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. �- t—G PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID #: 06- OR SOCIAL SECURITY #: NIA A DATE OF ORGANIZATION: IF APPLICABLE: DATE FILED:JmaA -a^ STATE FILED: C 1 If a non -publicly owned Corporation: CORPORATION NAME: LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) LIST OFFICERS AND DIRECTORS: NAME TITLE If a partnership. PARTNERSHIP NAME:lRi I'(QA711� C>z Ily hIr)(�SYLf �f (�[ LIST PARTNERS NAMES: \.J 6uve_s Wmt�Y\�,P- WJD-e - i mz+' c.( btQeL- me, mi,,e r - PP -3 ADDRESS RECORD FORM MAIL BID TO: Jam es Lo ira J NAME: -�v 1 Y� & �.c��/vo` <J LLC - VENDOR ADDRESS: Ab 1- I ak lS -eG-d . M I S -h c� , cT C& �5J CONTACT: jQ,M-05r TELEPHONE: �W-57,)--`nq H Z FAX: 9toC ` E-MAIL: J i m@ b d W (meq . C On' ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: PO PDX -70 M V S+l C, CT DCO -z 55____ TELEPHONE: ' <&,0- 57a-9qH Z FAX: <R00--5-2)(0- S835 CONTACT:. am P J LkD rCtR j ONLY if different - MAIL PAYMENT TO: - c30 o '—Pcko 1 ADDRESS: Pfd ACK `% /) m E-MAILJ i M CO bO-v-td w Pa V 109, 6 W 1 TELEPHONE: St -"S7' c�P - L9Lf Q- FAX: Sta o - S 3(o - 593 3 CONTACT:.���u v rS I Ur CA l J E-MAIL: 1 vytig(4 Lo pa -I t+r ;� PP -4 VENDOR NAME: ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certifi e required to be filed under the New York general business law must be att d. ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individu , if the bidder is a corporation, by an officer of the corporation, or other person authori by resolution of the board of directors, and in such case a copy of the resolution must be a ched; if a partnership, by one of the partners or other person authorized by a writing signed b at least one general partner and submitted with the bid or previously filed with the Town Cler . The submission of this constitutes a certification that no (Note: In the event that any Town Officer asany such iv disclosed below. It is not forbidden that int pals wo other municipality bid on contracts ontha such int t Bidder agrees as follows - plea mark appropriate box: F T Officer has any interest therein. rest, the full nature thereof should be ng for the TOWN OF SOUTHOLD or be revealed when they do bid.) Insurance as requested is attached F1 I certify that/anpply insurance as specified if awarded the bid Insuranc Certificate filed on DATE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER. PP -5 AUTHORIZED SIGNATURE AFFIDAVIT OF NON -COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any Finn or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The person signing this bid, under the penalties of perjury, affirms the truth thereof. si & CompanyllPo��sittiioAAn �I ��p / ..p I4 f'k CJS- t i6ar" ame & Cvmpan Position es t,Company N&Iiie ra� - SWORN TO BEFORE MB THIS NOTARY DAY OFJ orle 20+ 0 Datw SSi 3d IV FederalLD. Number �- 14lpl�564 PP -6 NOTARY PUBLIC ?'Atu� Mfr c©rtiwusstptn ewiffes'-abd PROPOSAL FORM FISHERS ISLAND ROAD AND STORMWATER IMPROVEMENT VENDOR VENDOR ADDRESS:f-'Q L" %() 1 YYrII'/S TELEPHONE NUMBER: �O-`572--MYd— FAX: The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. The Town Board reserves the right to award this Contract to the lowest qualified bidder and to reject and declare invalid any or all bids deemed not in the best interest of the Owner. In awarding this Contract, the Town is not bound by the quantities stated in the Proposal Form. It is emphasized that the quantities are approximations only. No guarantee is made for any quantities stated nor is a guarantee made for the total bid or alternate bid item. Such total bid or alternate bid items are for the purpose of guidance in awarding the Contract only. Payment shall be on the basis of actual work done at the unit prices quoted. If the bidder is an individual, the bid must be signed by that individual; If the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please write N/A below): Addendum No. Dated N /A PP -7 AUTHORIZED SIGNATURE t ITo TITLE a 2M bC r DA ZD ACKNOWLEDGMENT e,T- STATE OF—N RK, COUNTY OF N 2C l I_EN1r 2Q ss.: r gg--fi C, On the—_,_day of c 1 u o 2 in the year 2010 before me, the undersigned, personally appeared, J rt mt r , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that helshe/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instnunent, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instmment. N ARY UBLIC "CL*TYWVWISSIo'A e�p�res: ��I3tii3 PP -8 SPECIAL BID PROPOSAL FORM INSTRUCTIONS The attached Bid Proposal Form consists of three (3) individual Schedules of Prices, identified as Bid "A", Bid `B" and Bid "C". The approximate quantities indicated for Bid "A" correspond to the area identified as Area "1" on the Contract Plans. The approximate quantities indicated for Bid `B" correspond to the areas identified as Area "1" and Area "2" on the Contract Plans. The approximate quantities indicated for Bid "C" correspond to the areas identified as Area "1", Area "2" and Area "3" on the Contract Plans. Bidders are required to submit bids for each of the three (3) bids in order to be considered responsive to this bid solicitation. Bidders are also required to fill out the summary sheet at the end of the Bid Proposal indicating the bid totals for each of the three (3) bids. The Town Board reserves the right to award this Contract to the lowest qualified bidder on Bid "A", Bid `B" or Bid "C" and to reject and declare invalid any or all bids deemed not in the best interest of the Town. PP -9 Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID "A" May 2010 ESTIMATED PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS ITEM QUANTITY PRICES WRITTEN IN WORDS CLEARING AND GRUBBING 1 1 LS Forel tP �P1l ) �1orx,Xpc� 51�L�1 ��llA� y� /o® UD 517(a 00 Dollars Cents UNCLASSIFIED EXCAVATION 2B 150 CY For 013 I1l)D S� 00 / j— 00 oo Dollars Cents SMOOTH INTERIOR CORRUGATED POLYETHYLENE PIPE 14PLS-15 80 LF For (YFOL it w Cared O)P& d- CXl l up 01 GD K Dollars Cents SMOOTH INTERIOR CORRUGATED SLOTTED POLYETHYLENE PIPE 14PLS-S- 240 LF 15 For CY\Q �C4-[i Of\Q + wLY-) I 0 UU II Dollars Cents ASPHALT CONCRETE — TOP AND BINDER COURSES 51FX 350 TON For 01AQ U44vr � + UDI I Lb ) so Uo sof 15M ab Dollars Cents Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID "A" May 2010 ITEM ESTIMATED QUANTITY PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS 71-T 1,600 SY ASPHALTIC TACK COAT For /iY10 t QUI � 1 Y> oo 1b 00 U� Dollars Cents 76 IIS MAINTENANCE AND PROTECTION OF TRAFFIC (� FOr U SU hB OXI I `(• VU I I (�') g Soo UU Dollars Cents 80-X 150 SY STONE SWALE For( + �' W 30 5D Uo UU 1(:--)) C� Q ' 'Dollars Cents 97* 200 LF CEMENT CONCRETE CURB n For +- C74cA7u i Dollars Cents 100 7 EA L14ACHING BASINS For �-nA tPAuu4.Ln_� Ion � uD -5S)�l� Dollars Cents PP -10-A- 2 Town of Southold CA# 0113.100 SCHEDULE OF PRICES - BID "A" Fishers Island Road and Stormwater Improvement Project May 2010 * contingency item 0o 1A A q ESTIMATED PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID ITEM QUANTITY PRICES WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS CATCH BASINS - ROUND 102-B 1 EA i For � i AN d Uu I I Chi JC 1 OV�\D /� 00 51 UV U U0 Dollars Cents CONCRETE SIDEWALKS AND RAMPS 105 20 SY �1 I For 1r1 ILL a\I Gp nI L -1C ICAD - , `'amu U Dollars Cents TOPSOIL AND SEEDING ON PREPARED AREAS 123TSX 900 SY --'j'��"��.� rr For 4u tTy tt i- LxAo) (yo /` 1 �1 000 UU Dollars Cents SAWCUTTING PAVEMENT AND SIDEWALK 205 70 LF For i- x'100 ()o SloC) oz) Dollars Cents MD(ED-IN-PLACE RECYCLED BASE COURSE 50OSS 2,100 SY II Fr or +- C 4cy 5- Dollars Cents * contingency item 0o 1A A q Town of Southold CA# 0113.100Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID "A" May nolo TOTAL GROSS BID FOR BID "A": 00 TOTAL GROSS BID FOR BID "A" MUST BE WRITTEN IN WORDS: In case of discrepancy between the amount shown in figures and the amount shown in words, the amount shown in words will govern, and will be used as the unit price to determine correct extensions of the amount bid. As necessary, the Total Gross Bid will be corrected in accordance with the foregoing. The Town of Southold reserves the right to increase, decrease, or eliminate any or all items prior to or after award of the bid. It is emphasized that the quantities are approximations only. No guarantee is made for quantities stated nor is a guarantee made for the total bid. Such total is for the purpose of guidance in awarding the Contract only. Payment shall be made on the basis of actual work done at the unit and/or lump sum prices quoted. PP -10-A-4 Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID `B" May 2010 ITEM ESTIMATED QUANTITY PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS CLEARING AND GRUBBING 1 ILS For t I'r�' 0!1 rT ALYA r1c� S\ D n 14 nth he'coil 1 I r7 3W Dollars Cents UNCLASSIFIED EXCAVATION 2B 200 CY C /� � ` For -i •t' � I � (o i U) b oo Dollars Cents SMOOTH INTERIOR CORRUGATED POLYETHYLENE PIPE 14PLS-I5 80 LF \_� For- QT\Q 1 8 t -e Cis Ch%t i l (� ` `D l 60 Dollars Cents SMOOTH INTERIOR CORRUGATED SLOTTED POLYETHYLENE PIPE 14PLS-S- 240 LF 15 FoLO'fV tIunc re8 (J(U f- l� 00 f' ��,o� lu 0-0 Dollars Cents ASPHALT CONCRETE - TOP AND BINDER COURSES 51FX 1,600 TON q ���f� For— (51�P Ltfl.Cii'P oI �'l�.l '1' � UU SU (Do A'1G10co ob Dollars Cents E DD In D i Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES - BID`B" May 2010 ITEM ESTIMATED QUANTITY PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS 71-T 8,400 SY ASPHALTIC TACK COAT For. zeo ® () 00 Dollars Cents 76 1 LS MAINTENANCE AND PROTECTION OF TRAFFIC p S I- ForS�d Y1'H�[)lf QCPi�Cit �JtX. t�lnl�l�c� V �IILb I 11600 (D 1 ,�oo co Dollars Cents 80-X 150 SY STONE SWALE ( For —7 Dollars Cents 97 300 LF CEMENT CONCRETE CURB For_ + 5S Oo 1(.P I Silo oD Dollars Cents 100 7 EA LEACHING BASINS For w ("Ilam IJVLJ uv �SiVZ%V Dollars Cents rn_tn_u_) Town of Southold Fishers Island Road and Stormwater Improvement Project CA# 0113.100 SCHEDULE OF PRICES — BID `B" May 2010 ESTIMATED PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS ITEM QUANTITY PRICES WRITTEN IN WORDS CATCH BASINS - RECTANGULAR 102-A 1 EA iPl For -'5? ntg -} Am hY iAldl-e_ t 0" I I LAD -7a(x) Ob ollars Cents CATCH BASINS - ROUND 102-B 1 EA c� �.g For i 1t'W L.tn Ct t 2 fi °t w I (UteU (�1 f� 57&U Dollars Cents ALTERING DRAINAGE STRUCTURES 103 7 EA For VUJi7�IY�[�ltA�er[� k �Il(,� LUl�(� Dollars Cents CLEAN EXISTING DRAINAGE STRUCTURES 104B 5 EA For i.t ro `i R(�t bruj Dollars Cents CONCRETE SIDEWALKS AND RAMPS 105 600 SY For. Q -Q. Y) INYU �l�' C U0 ivUv Dollars U Cents Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID °B" May 2010 on in n n ESTIMATED PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID ITEM QUANTITY PRICES WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS TOPSOIL AND SEEDING ON PREPARED AREAS 123TSX 1,050 SY For ��Di(1 -t ��L�U �S U� C '��JL) (� Dollars Cents SA'WCUTTING PAVEMENT AND SIDEWALK 205 500 LF For �P.Y1 4- 02)ItL)D ` I u oo CSS Dollars Cents MDMD-IN-PLACE RECYCLED BASE COURSE SOOSS 8,500 SY For SIDIA + ,SU ) L�1) L1 I so J 2t�i , a5b iu Dollars Cents THERMOPLASTIC REFLECTORIZED PAVEMENT MARKINGS 685S 9,000 LF For 4- bU � / � D Sri UU ou Dollars Cents on in n n Town of Southold CA# 0113.100 TOTAL GROSS BID FOR BID `B": Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID `B" May 2010 TOTAL GROSS BID FOR BID "B" MUST BE WRITTEN IN WORDS: (U CENTS In case of discrepancy between the amount shown in figures and the amount shown in words, the amount shown in words will govern, and will be used as the unit price to determine correct extensions of the amount bid. As necessary, the Total Gross Bid will be corrected in accordance with the foregoing. The Town of Southold reserves the right to increase, decrease, or eliminate any or all items prior to or after award of the bid. It is emphasized that the quantities are: approximations only. No guarantee is made for quantities stated nor is a guarantee made for the total bid. Such total is for the purpose of guidance in awarding the Contract only. Payment shall be made on the basis of actual work done at the unit and/or lump sum prices quoted. DD in D c Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES - BID "C" May 2010 PP -10—C- 1 ESTIMATED PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID ITEM QUANTITY PRICES WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS CLEARING AND GRUBBING 1 1 LS UD }} I � I 00 Dollars Cents b0U UNCLASSIFIED EXCAVATION 2B 300 CY For Fi-LlD '1" X11 LX) UUO CRS Dollars Cents SMOOTH INTERIOR CORRUGATED POLYETHYLENE PIPE 14PLS-15 80 LF \ For 0" C111.nC6-ed ocx-p X1100 p 1 RD 9/0 UZ� Dollars Cents SMOOTH INTERIOR CORRUGATED SLOTTED POLYETHYLENE PIPE 14PLS-S- 240 LF 15 �� � 9� For gyp- fU-tin�L7�t d Of\Q -- uoll(u ) ( 00 Dollars Cents ASPHALT CONCRETE - TOP AND BINDER COURSES 51FX 3,800 TON j For C1nQ 111L1 P � i � � 1100 � 1-} O UU ';- o i b CSU Dollars V Cents PP -10—C- 1 Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID "C' May 2010 PP -1n -r_? ESTIMATED PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS ITEM QUANTITY PRICES WRITTEN IN WORDS ASPHALTIC TACK COAT 71-T 19,500 SY l0060 CD (o(D 11,700 6U Dollars Cents MAINTENANCE AND PROTECTION OF TRAFFIC 76 1 LS For rti�et SII (1U A wU fR� (�q l az U(D s ollars Cents STONE SWALE 80-X 150 SY <U�-y^ �Il(i0 '7o), For J?,112f�U 1Wy � ollars Cents CEMENT CONCRETE CURB 97 350 LF KA d For11 X 55' bo Dollars Cents LEACHING BASINS 100 7 EA ^� 1� d vb For L1)P `i 11 LLS h t Oa 5DOD ODD VU Dollars Cents PP -1n -r_? Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement project SCHEDULE OF PRICES — BID "C" May 2010 ITEM ESTIMATED QUANTITY PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS CATCH BASINS - RECTANGULAR 102-A 1 EA For vv '14llars Cents CATCH BASINS - ROUND 102-B 1 EA (( �p�* For � l—T 1Lt Z nd-red d- °� (�1� ��/\�7^� J ]lJV Uu Dollars Cents ALTERING DRAINAGE STRUCTURES 103 8 E ( �p For & P)ed i uIl1 rll.t. cLrca '�"l� t o '- (IUD I Q&) (50 R ODD Dollars Cents CLEAN EXISTING DRAINAGE STRUCTURES 104B 6 EA �p For d Tl1 1lA falle� �IIUU �(�(�� (�} 1,c )000 Dollars Cents CONCRETE SIDEWALKS AND RAMPS 105 780 S For C h\Z I UA- d n 1 & l C akf ���� (�nn,� vv l�//ll I Sq �� -Iv Dollars u U Cents Pp— if) —r -i Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID "C" May 2010 PP— rn —I'_n ESTIMATED PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID ITEM QUANTITY PRICES WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS TOPSOIL AND SEEDING ON PREPARED AREAS 123TSX 5,800 SY �p For en t-- C3IDLb IS' UD Dollars Cents SAWCUTTING PAVEMENT AND SIDEWALK 205 600 LF For 7Rn + C yo I I DID I U U / Q C) C) Cx) Dollars Cents MDMD-IN-PLACE RECYCLED BASE COURSE SOOSS 20,000 SY (r` - L� A- WJ I (I(� 0-0For Ruvo Dollars Cents THERMOPLASTIC REFLECTORIZED PAVEMENT MARKINGS 685S 19,500 LF For �0 sc)1100 (� 50vl n q so 00 Dollars Cents PP— rn —I'_n Town of Southold CA# 0113.100 TOTAL GROSS BID FOR BID "C": Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID "C" May 2010 TOTAL GROSS BID FOR BID°`C" MUST BE WRITTEN IN WORDS: In case of discrepancy between the amount shown in figures and the amount shown in words, the amount shown in words will govern, and will be used as the unit price to determine correct extensions of the amount bid. As necessary, the Total Gross Bid will be corrected in accordance with the foregoing. The Town of Southold reserves the right to increase, decrease, or eliminate any or all items prior to or after award of the bid. It is emphasized that the quantities arc approximations only. No guarantee is made for quantities stated nor is a guarantee made for the total bid. Such total is for the purpose of guidance in awarding the Contract only. Payment shall be made on the basis of actual work done at the unit and/or lump sum prices quoted. Pp— 10—C_i Town of Southold CA# 0113.100 SUMMARY OF BIDS TOTAL GROSS BID FOR BID "A": $ 1 q 9, Q q c) , 00 TOTAL GROSS BID FOR BID "A" MUST BE WRITTEN IN WORDS: Fishers Island Road and Stormwater Improvement Project May 2010 TOTAL GROSS BID FOR BID'S": $ 5G )19 (ri) , M TOTAL GROSS BID FOR BID`B" MUST BE WRITTEN IN WORDS: TOTAL GROSS BID FOR BID "C": $ 1 .OKq t ((A Q . U0 TOTAL GROSS BID FOR BID "C" MUST BE WRITTEN IN WORDS: . Cro DOLLARS The Town of Southold reserves the right to increat, decrease, or eliminate any or all items 1 ,)r to or after award of the bid. nn In AID� I Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY: &) 1 uIK6 A Partnership or Entity PRINCIPAL OFFICERS: BACKGROUND ka4ber Joyner u)tily C 8i uc-hDVS 6*1z.s ", CT- CoAstmcF t on 1. How m j years has your organization been in business under its present business name? vdtv-5 2. You normally perform what percent of the work with your own forces?% List trades that you organization normally performs below: PaV1Y9, (kfil(-heS, E trk- prepi�-r-ion 1 cr crefe, ) ands api "q 3. Have you ever failed to complete any work awarded to you? LL(—)—. If so, note where and why. 4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. No QS- l 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes, please provide details. NQ 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled =(1% Raton IS . K) 1(( bf providd6ij If bid Is a oo-y le& 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone # Telephone# Amount Completion % of Work T Uase- 'S� h sckm t uwr(- h Is" G hac--+- QS-2 ALL INFORMATION IS CONFIDENTIAL B&W PAVING & LANDSCAPING, LLC 215 FLANDERS ROAD PO BOX 70 MYSTIC, CT 06355 PHONE: 860-572-9942 FAX: 860-536-5833 CONTACT: JAMES WRAY, MEMBER SUMMARY OF WORK HISTORY CONTRACT AWARD CONTACT PROJECT NAME PROJECT DESCRIPTION AMOUNT CLIENT PERSON TELEPHONE # KILLINGLY COMMONS PAVING, ETC $ 2,249,704.00 KONOVER CONSTRUCTION MARK STAPLES 860-284-7110 KILLINGLY COMMONS PAVING, ETC $ 595,541.90 MIZZY CONSTRUCTION GRANT GORCZYCA 860-793-2289 BLUE BACK SQUARE PAVING, ETC $ 254,051.00 MANAFORT BRO'S ROB L. 860-445-5400 EVERGREEN WALK PAVING, ETC $ 221,895.00 KESSLER CONSTRUCTION RAY KESSLER 860-236-0833 SHEWVILLE RD. DRAINAGE DRAINAGE INSTALL $ 200,000.00 TOWN OF LEDYARD STEVE MASALIN 860-464-3220 KONOVER CONSTRUCTION (KBE) TA TRAVEL CENTER $ 753,124.00 KONOVER CONSTRUCTION MARK STAPLES 860-284-7110 ASHLAR VILLAGE PAVING, ETC $ 200,000.00 BCI BOBJACOBSEN 860-688-8024 NORTH HAVEN COMMONS SITE, ECT $ 700,000.00 KBE BUILDING T. TAR RAG NA 860-284-7110 UCONN -AVERY POINT STEAM LINE REPLACEMENT $ 225,000.00 NUTMEG CO. E GAWENDO 860-823-1780 NORTH HAVEN COMMONS PAVING, ETC $ 1,600,000.00 RICHARDS CORP. J. LEVINI 860-583-9229 CT DEPT PUBLIC WORKS GOVERNOR'S RESIDENCE $ 274,000.00 CT DEPART. PUBLIC WORKS PETER MCCLURE 860-371-1125 COAST GUARD ACADEMY LOWER FIELD DRAINAGE $ 312,310.00 NUTMEG CO. E GAWENDO 860-823-1780 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What � (.t�raz� trernbef Ib F�t�znc.tctlt t�a:c-�e'I' Ti �tii o`WW I�i� Merr�l'�� I D Seere r (Kqj b+pir 5-u pe&N r SLY 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? Yr -s 10. Bank References: C 'o s7ffc-i,_ &,bffuc It. Trade Association Membership: l- 1 i)St1 C CSA Kber of C®rnrn ei-Ce 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations? If yes, when? What was the outcome of the investigation? NO Qs -3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. s f) -M)(! "Ep - l r i S con R- DEKrM R L hoT VI01-t0 IL"11 `1 H9 PueA STATE OF CvnntfC*LcfL ) COUNTY OF t4eu) konctn ) JM vM, L34 being duly sworn deposes and says that he is the M &Lj1 jPC of u�hn 15 1 neYOu Tom, 'contractor and that answers to the foregoing questions and all statements therein contained are true and correct. 5_.� (Suture of person who signed bid) Sworn to before me this , '�i day of C l IA F 1 2010 NotaryPublic Commission Exira�atela�/�/3 QS-4 Our SCAp�iG, LLC and DgW pA �Y &a VAND ble Interest F,- ► ) SUSS Consolidated Financial Statements and Information Consolidated Supplementary as of and for the year ended December 319 2009 B&W Paving & Landscaping, LLC & Subsidiary' (a Variable Interest Entity) as of and for the year ended December 31, 2009 Table of Contents Accountant's Review Report Financial Statements Consolidated Balance Sheet Consolidated Statement of Income Consolidated Statement of Changes in Members' Capital Consolidated Statement of Cash Flows Notes to Financial Statements Suoolementary Information Pace 1 2 3 4 5 6 Consolidating Balance Sheet 12 Consolidating Statement of Income 13 Consolidating Statement of Cash Flows 14 Contracts in Progress 15 Completed Contracts (greater than $150,000 Contract Revenue) 16 TIMOTHY S. ASHBURNER CERTIFIED PUBLIC ACCOUNTANT To the Members B&W Paving & Landscaping, LLC PO Box 70 Mystic, Connecticut 06355 I have reviewed the accompanying consolidated balance sheet of B&W Paving & Landscaping, LLC (a Connecticut Limited Liability Company) .& Subsidiary (a Variable Interest Entity) as of December 31, 2009, and the related consolidated statements of income, members' capital and cash flows for the year then ended, in accordance with Statement on Standards for Accounting and Review Services issued by the American Institute of Certified Public Accountants. All information included in these financial statements is the representation of the management of B&W Paving & Landscaping, LLC & Subsidiary. . A review consists principally of inquiries of Company personnel and analytical procedures applied to financial data. It is substantially less in scope than an audit in accordance with generally accepted auditing standards, the objective of whichis the expression of an opinion regarding the financial statements taken as a whole. Accordingly, I do not express such an opinion. Based on my review, with the exception of the matters described in the last paragraph, I am not aware of any material modifications that should be made to the accompanying consolidated financial statements in order for them to be in conformity with generally accepted accounting principles. My review was made for the purpose of expressing limited assurance that there are no material modifications that should be made to the consolidated financial statements in order for them to be in conformity with generally accepted accounting principles. The information included as consolidated supplementary information is presented only for supplementary analysis purposes. Such information has been subjected to the Inquiry and analytical procedures applied in the review of the basic financial statements, and with the exception of the matters described in the last paragraph, I am not aware of any material modifications that should be made thereto. The Company has elected not to apply the principles of FASB ASC 740-10 (formerly FIN 48, Accounting for Uncertainty in Income Taxes) which requires the disclosure of uncertain tax positions taken and their possible effect on the financial statements. In addition, the Company has not adopted FASB ASC 820-10 (formerly SFAS No. 157, Fair Value Measurements) which requires the disclosure of fair values for certain financial instruments and long. lived assets. ,The effect on the financial statements due to the two preceding departures from generally accepted accounting standards has not been determined. ---, �r b� Timothy S. Ashbumer Certified Public Accountant Norwich, Connecticut February 16, 2010 758 gpg lykVEf tC1"ORvACH,,CONNEC71CQT 06360 TELEPHONE NUMBER 1(9RBa6-1493 FAX NUMBER: 1(860)885-0064 B&W Paving & Landscaping, LLC & Subsidiary Consolidated Balance Sheet as of December 31, 2009 ASSETS CURRENTASSETS Cash Accounts Receivable, net of $70,855 allowance for bad debts Costs and Estimated Earnings in Excess of Billings on Uncompleted Contracts Garden Center Inventory, at cost Prepaid Expenses/Other Current Assets Total Current Assets PROPERTY AND EQUIPMENT Land Land Improvements Buildings Equipment Vehicles & Boat Less: Accumulated Depreciation Net Property and Equipment OTHER ASSETS Construction in Progress, Lombardi Business Park Security Deposits/Other Assets Total Other Assets Total Assets LIABILITIES AND MEMBERS' CAPITAL CURRENT LIABILITIES Accounts Payable - Trade Accounts Payable - Lombardi Business Park Credit Cards Payable Accrued Taxes & Expenses Billings in Excess of Costs and Estimated Earnings on Uncompleted Contracts Note Payable - Line of Credit Current Portion of Long -Term Debt Current Portion of Capital Lease Obligation Current Portion of Construction Note Payable, Lombardi Business Park Total Current Liabilities LONG-TERM LIABILITIES Long -Tenn Debt, net of current portion Capital Lease Obligation, net of current portion Construction Note Payable, Lombardi Business Park, net of current portion Total Liabilities MEMBERS' CAPITAL James Wray Timothy Black_ Total Members' Capital Total Liabilities and Members' Capital See accompanying notes and accountant's report $ 13,200 2,235,528 272,732 28,226 78,502 288,083 491,597 239,179 1,931,217 756,122 3,706,198 (1,549,075) 753,814 15,898 $ 2,057,293 187,964 18,921 79,494 79,663 499,003 204,060 23,157 11,474 571,092 621,343 S 2,628,188 2,157,123 769,712 $ 5.555,023 3,161,029 711,720 59,757 430,072 4,362,588 1,192,435 $ 5,555,023 B&W Paving & Landscaping, LLC & Subsidiary Consolidated Statement of Income for the year ended December 31, 2009 SALES Paving, Site Work Landscape, Hardscape Snow Removal Garden Center Total Sales COST OF SALES Payroll and Payroll Taxes Materiels & Supplies Subcontractors & Outside Labor Repairs & Maintenance Depredation Fuel Equipment Rental Insurance Other Vehicle Expense Damage Restoration Employee Benefits Bonds and Permits Other Costs Total Cost of Sales Gross Profit OPERATING EXPENSES Guaranteed Payments to Members Payroll and Payroll Taxes Advertising Other, Taxes Professional Fees Telephone & Utilities Rent Office Expense Travel Miscellaneous Total Operating Expenses Net Operating Income (Loss) OTHER INCOME (EXPENSE) Rental Income/Expense, net (Flanders Rd.) Loss on Disposal of Equipment Refinancing Costs Contributions Penalties Interest Expense/Finance & Bank Charges Total Other Income (Expense) Net Income (Loss) See accompanying notes and accountants report. $ 8,968,996 233,790 979,360 181,428 10,363,574 2,190,885 4,294,987 923,640 584,651 376,444 312,489 391,008 196,856 20,294 30,820 94,843 76,296 107,878 9,601,091 762,483 132,557 163,924 45,358 27,387 47,220 50,059 26,870 21,025 22,480 41,489 578,369 184,114 (65,717) (4,095) (9,405) (4.275) (12,016) (69,291) (164,799) $ 19,315 B&W Paving & Landscaping, LLC & Subsidiary Consolidated Statement of Changes in Members' Capital for the year ended December 31, 2009 MEMBERS' CAPITAL, January 1, 2009 Net Income (Loss) Members' Contributions Members' Draw %MEMBERS' CAPITAL, December 31, 2009 See accompanying notes and accountant's report. 19,315 25,969 (334,359) 1,481,510 (289,075) $ 1,192,435 B&W Paving & Landscaping, LLC & Subsidiary Consolidated Statement of Cash Flows for the year ended December 31, 2009 CASH FLOWS FROM OPERATING ACTIVITIES Net Income (Loss) Adjustments to Reconcile Net Income to Net Cash Provided by Operations: Depreciation - Operations Depreciation - Rental (Flanders Rd.) Loss on Disposition of Equipment (Increase) Decrease in Accounts Receivable (Increase) Decrease in Costs and Estimated Earnings in Excess of Billings on Uncompleted Contracts (Increase) Decrease In Garden Center Inventory (Increase) Decrease in Other Assets Increase (Decrease) in Accounts Payable Trade Increase (Decrease) In Accounts Payable - Lombardi Business Park Increase (Decrease) In Credit Cards Payable Increase (Decrease) in Accrued Taxes and Expenses Increase (Decrease) in Billings in Excess of Costs and Estimated Earnings on Uncompleted Contracts Net Cash Provided (Used) by Operating Activities CASH FLOWS FROM INVESTING ACTIVITIES 19,315 376,444 41,375 4,095 33,256 (256,430) (25,726) (65,566) 635,458 187,964 (2,288) 56,854 44,594 $ 1,049,353 Proceeds from the Disposition of Equipment 39,500 Purchase of Vehicles, Boat, & Equipment, including down payments (535,019) Building Improvements - Flanders Rd. (13,251) Construction in Progress- Lombardi Business Park (312,214) Net Cash Provided (Used) by Investing Activities (820,984) CASH FLOWS FROM FINANCING ACTIVITIES Note Proceeds - Line of Credit, net Repayments of Notes Payable Repayments of Capital Lease Obligations Members' Contributions Members' Draw Net Cash Provided, (Used) by Financing Activities Net Increase (Decrease) In Cash CASH AND CASH EQUIVALENTS, January 1, 2009 CASH AND CASH EQUIVALENTS, December 31, 2009 SUPPLEMENTAL DISCLOSURES: CASH PAID FOR: Interest including Capitalized Interest & Rental Interest Income Taxes NONCASH INVESTING & FINANCING ACTIVITIES: Acquisition of Equipment & Vehicles through Financing Company & Bank Notes Acquisition of Construction In Progress through Construction Note Acquisition of Equipment through Capital Lease Obligation See accompanying notes and accountant's report. 349,003 (247,712) (19,740) 25,969 (334,359) (226,839) 1,53() 11,670 $ 13,200 92,088 446,946 441,600 21,069 S&W Paving & Landscaping, LLC & Subsidiary Notes to Financial Statements for the year ended December 31, 2009 1. SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES General The Company provides commercial and residential paving and site work and landscaping and snow removal services mainly in Connecticut The Company's subsidiary, a variable interest entity, operates a garden center. C4ns2lidaGon and Basis of P The consolidated financial statements are presented using the accrual basis of accounting in conformance with generally accepted accounting principles, except as discussed in this footnote. They include B&W Paving & Landscaping, LLC and ifs variable interest entity, TrmBuck2, LLC. The Company has not applied the principles of FASB ASC 740.10 (formerly FIN 48, Accounting for Uncertainty in Income Taxes) which requires the disclosure of uncertain tax positions taken and their possible effect on the financial statements. In addition, the Company has not applied the principles of FASB ASC 820.10 (formerly SFAS No. 157, Fair Value Instruments) which requires the disclosure of fair values for certain financial instruments and long lived assets. Cash & Cash Eauivalents For cash flow purposes, the Company considers all checking and savings accounts as cash and cash equivalents. Allowance for Bad Debts In general, the allowance for bad debt account is computed using management's judgment Management reviews old accounts receivable balances and uses certain percentages of these balances as guidance. Management also uses judgment to determine account receivable write -offs - Property & Eauipment Property and equipment is stated at cost Depredation is provided over five to thirty-nine years using the straight-line and double declining balance methods. Depredation expense for the year ended December 31, 2009 equaled $376,444 for operations and $41,375 related to the Flanders Road rental property. Invento Inventory consists of garden goods and is valued at cost Revenue & Cost Re000n On construction contracts, the Company recognizes revenues from on the percentage-ofcompletion method. Under this method, the completion percentage is measured by the percentage that costs incurred to date bear to total estimated final costs for each contract. For financial statement purposes, income is determined by applying the Percentage of completion, determined at the financial statement date to the estimated final gross profit for each contract., The Company utilizes this method because management believes that it is the best available measure of progress on contracts. Because of inherent uncertainties in estimating costs, 0 is reasonable to assume that estimates will change in the future. Changes in job performance, job conditions and estimated job profitability, including those arising from contract penalty provisions and final contract B&W Paving & Landscaping, LLC & Subsidiary (continued) Notes to Financial Statements for the year ended December 31, 2009 settlements, may result in revisions to final estimated revenue and costs and are recognized in the period In which the revisions are determined. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. Contract costs include all direct labor, labor burden, material, subcontract and other indirect costs associated with the contracts. General and administrable expenses are charged to expenses as Incurred. Costs and estimated earnings in excess of billings on uncompleted contracts and billings in excess of costs and estimated earnings on uncompleted contracts are included in current assets and current liabilities, respectively, and will be absorbed in the normal course of contract completion. Concentration of Credit Ri The Company had Cash deposits in a financial institution insured by the Federal Deposit Insurance Corporation (FDIC). As of December 31, 2009, the cash book balance equaled $13,200. The balance per the bank equaled $373,300 of which $111,924 was not FDIC Insured. Accounts receivable included $1,812,281 from sb(customers. This represents 89% of the total accounts receivable. Generally, the Company extends unsecured credit to its customers, but can usually file a contractor's Ben on the property on which the work is performed. Compensated Absences Compensated absences have not been accrued since they cannot be reasonably estimated. They are expensed as Incurred. Income Taxes The Company is treated as a partnership for federal and state income tax purposes. Consequently, federal and state income taxes are payable by the LLC members based on their share of the Company's income and loss. Estimates The preparation of financial statements in conformity with generally accepted accounting principles requires management to make estimates and assumptions that affect certain reported amounts and disclosures. Accordingly, actual results could differ from those estimates. Reclassification Payroll and payroll taxes related to general and administrative expenses have been reflected as an operating expense. Insurance has been reflected in cost of sales. CONSOLIDATION OF VARIABLE INTEREST ENTITY As indicated in note 1, the financial statements reflect the consolidated results of B&W Paving & Landscaping, LLC and TimBuck2, LLC. This consolidation is required by the Finandal Accounting Standards Board Interpretation 48R (as revised). TimBuck2, LLC is owned by B&W Paving & Landscaping, LLC's members. TimBuck2, LLC operates a retail garden center. $158,106 of capital was contributed by B&W Paving & Landscaping, LLC through it's members to the Company during the year. 5. 3. B&W Paving & Landscaping, LLC & Subsidiary Notes to Financial Statements for the year ended December 31, 2009 (continued) TimBuck2, LLC's sales for 2009 totaled $216,579 including $29,512 to B&W Paving & Landscaping, LLC. The Company had a $85,929 loss for the year ended December 31, 2009. Total assets were $90,242 as of December 31, 2009. Members' equity equaled $54,873. No B&W Paving & Landscaping, LLC assets were used as collateral for TimBuck2, I.I.C. Also, no TimBuck2 creditors had recourse against any assets of B&W Paving & Landscaping, LLC. The Company is also related to Advanced Resources, LLC but believes the relationship does not fit the criteria for consolidation in these financial statements. Advanced Resources, LLC is owned by one of B&W Paving & Landscaping, LLC's membars and the other members spouse. Advanced Resources, LLC performs tack coat applications for the paving industry. As of December 31, 2009, total assets equaled $21,127 and members' equity was $20.475. Sales for 20D9 totaled $23,543 and net income was $12,898. As of December 31, 2009, B&W Paving & Landscaping, LLC owes Advanced Resources, LLC $454. ACCOUNTS RECEIVABLE Customer receivables as of December 31, 2009 consisted of the following Accounts receivable, net of bad debt allowance of $70,855 $ 1,847,800 Retainage receivable467,728 Total $ 2,315,528 4. COSTS AND ESTIMATED EARNINGS ON UNCOMPLETED CONTRACTS Costs and, estimated eamings on uncompleted contracts were determined as follows: Costs incurred on uncompleted contracts $ Estimated earnings 1,479,209 447,031 1,926,240 Billings through December 31, 2009 1,733,171 $ 193,069 These items have been included in the accompanying balance sheet under the following captions: Costs and estimated earnings in excess of billings on uncompleted contracts $ 272;7S2 Billings in excess of costs and estimated earnings on uncompleted contracts _ (79,663) $ 193,069 CONTRACT REVENUE BACKLOG The Company has the following estimated contract revenue backlog as of December 31, 2009: Estimated Contract Revenue Baddog Estimated Revenue Backlog on Contracts in Progress Total Estimated Contract In Progress Revenue $ 4,923,930 B&W Paving & Landscaping,.LLC.& Subsidiary Notes to Financial Statements for the year ended December 31, 2009 Contract in Progress Revenue through December 31, 2009 2010 Estimated Contract Revenue Backlog on Contracts in Progress Revenue Backlog on 2010. New Signed,Contracts.. . . December 31, 2009 Estimated Contract Revenue Backlog 6. NOTE PAYABLE - LINE OF CREDIT (1,925,240) (continued) 2,997,690 1,951,060 $ 4,948,750 The Company has a $800,000 line of credit with a bank. The line is due and payable in November 2010. As of December 31, 2009, the balance was $499,003. Interest is being charged at the bank's prime rate plus 1.75%. As of December 31, 2009 the Company was being charged 5%. The note Is secured by the assets of the Company and Is personally guaranteed by its members and Tknbuck2, LLC. The line was increased from $500,000 to $800,000 during the year. $9,405 in refinance costs were Incurred. 7. CONSTRUCTION NOTE PAYABLE 8. The company has a construction note payable with a outstanding' balance of $441,546. The note relates to a commercial building being constructed for use by the company. As of December 31, 2009 the Company has incurred $753,814 in land and construction costs. Construction should be completed by the. spring . of 2010 and a permanent rnprtgage totaling $460,000 will be paid in monthly installments beginning in June 2010 through May 2025. These monthly payments are expected to equal $3,820. Interest only at 5.75% is currently being paid and capitalized during the construction period. $7,279 in interest has been capitalized during 2009. Interest charged is based on the U.S. Treasury Securities rate plus 3.5%. The note/mortgage is secured by the property and is personalty guaranteed by the members of the Company. The mortgage matures as follows: 2010 - $11,474, 2011 - $20,585, 2012 - $21,801, 2013 - $23,088, 2014-$24,450, thereafter -$358,602. LONG-TERM DEBT As of December 31, 2009 long-term debt consists of the following: Mortgage .payable to bank, payable in monthly installments of $2,854 including interest at 5.25% through 2022. The note is secured by property. $ 308,959 Note payable to bank, payable in monthly installments of $2,495 including interest at 6.5% through 2010. The note Is secured by equipment 2,481 Note payable to finance company, payable in monthly installments of $2,024 including interest at 8.6% through 2010. The note is secured by equipment 9,964 Note payable to bank, payable in monthly installments of $445 including Interest at 13.3% through 2011. The note is secured by a vehicle. 5,355 Note payable to finance company, payable in monthly installments of $694 Including Interest at 0% through 2011. The note is secured by a vehicle. 15,267 111 B&W Paving & Landscaping, LLC & Subsidiary - (continued) Notes to Financial Statements for the year ended December 31, 2009 Note payable to finance company, payable in monthly installments of $736 including interest at 11.8% through 2012. The note is secured by a vehicle. 17,363 Note payable to finance company, payable in monthly installments of $724 including interest at 11.8% through 2012. The note is secured by a vehicle. 17,095 Note payable to finance company, payable in monthly installments of $538 including interest at 4.0% through 2012. The note is secured by equipment 14,348 Note payable to finance company, payable In monthly installments of $756 including Interest at 5.0% through 2012. The note is secured by equipment. 19,945 Note payable to finance company, payable in monthly installments of $1,548 including interest at 6.6% through 2013. The note is secured by equipment. 63,914 Note payable to finance company, payable in monthly installments of $872 including interest at 9.0% through 2012. The note is secured by equipment. 25,370 Note payable to finance company, payable in monthly installments of $434 including interest at 14.6% through 2013. The note is secured by equipment 13,679 Nate payable to finance company, payable in monthly installments of $698 including interest at 2.9% through 2013. The note is secured by equipment. 22,127 Note payable to bank, payable in monthly Installments of $4,249 including interest at 7.5% through 2014. The note is secured by vehicles. 188,134 " Note payable to finance company, payable in monthly installments of $2,406 including interest at 4.0% through 2013. The note Is secured by equipment. 102,368 Note payable to finance company, payable in monthly installments of $1,461 including interest at 0% through 2012. The note is secured by a vehicle. 46,740 Note payable to finance company, payable in monthly installments of $1,333 including interest at 0% thr66gh 2012.' The note is secured by a vehicle. 42,661 Total Long-temi Debt 915,780 Less: Current Portion (204,060) Long -tern Debt, Net of Current Portion $ 711.720 Longterm debt matures as follows: 2010 - $204,060, 2011 - $195,771, 2012 - $159,143, 2013 -$111,158 2014:- $39,508, 2015 and beyond - $206,140.. . Several obligations are guaranteed by the members of the company. CAPITAL LEASE OBLIGATIONS The company is obligated under capital leases for the purchase of equipment. Property and equipment includes the cost of this equipment totaling $112,200. The financial statements also reflect depreciation and accumulated depreciation of $39,247,related to this equipment The leases are secured by the equipment. 10 B&W Paving & Landscaping, LLC & Subsidiary Notes to Financial Statements for the year ended December 31, 2009 Minimum future lease payments are as follows: 2010 2011 2012 2013 Less: Amount Representing Interest Present Value of Future Minimum Lease Payments 10. OPERATING LEASE OBLIGATIONS The Company has no long-term equipment or real estate leases. Equipment rental expense under month-to-month leases totaled $391,008 for the year. Real estate rental expenses under month-to-month leases totaled $26,870 for the year. 11. RENTAL INCOMEIEXPENSE (continued) $ :29,730 29,730 24,322 15,013 98,795 (15,871) $ 82,924 B&W Paving & Landscaping, LLC rents a retail kication (Flanders Rd.) to its subsidiary, Timbuck2, LLC. Rental income/expense is reconciled as follows: Rental Income - B&W Paving & Landscaping $ 66,600 Expenses Mortgage Interest $ 15,519 Real Estate Tax 8,823 Depreciation 41,375 Total Expenses 65,717 Net Rental Income/Expense - B&W Paving & Landscaping, LLC 883 Consolidation Rental Income/Expense Elimination (66,600) Consolidated Net Rental Income Expense $ (85,717) 12. MAJOR CUSTOMERS/SUPPLIERS The Company had five major customers that accounted for 42% of sales. The Company had three suppliers that accounted for 75% of material and supply purchases. 13. RETIREMENT PLAN The Company has a SIMPLE retirement plan. Employees may make a contribution as a percentage of their pay but cannot make a contribution greater than $14,000. For 2009, the Company match is up to 3% of eligible compensation. Pension expense for 2009 was $5,948. 11 B&W Paving 8 Landscaping, LLC 8 Subsidiary Supplementary information Consolidating Balance Shut as of Decerrnher 31, 2009 ASSETS CURRENTASSETS Cash Ac=mts Recal"ble net of bad debt allowance of $70,855 Costs and Estimated Earnings M Excess or Bsrmgs on Uncompleted Contracts Gartlan Cerner Im,entoy, at coat _ Prepaid EJWena")Otlner Current Assets Total Curreril Assets PROPERTY AND EQUIPMENT Land Land Improvements Building Equipment Vehicles 8 Boat Lou: Accumulated Depredation Net Property and Equipment OTHER ASSETS Construction M Propress, Lombardi Business Park Beady DePOSIWOMWAssets Total Other Assets Total Assets LIABILITIES AND MEMBERS' CAPITAL CURRENT LIABILITIES Accounts Payable - Trade Accounts Payable - Lombardi Business Park Credit Cards Payable Accrued Taxes 6 Expenses Billings M Excess of Costs and Estimated Earnings on Uncompleted Contracts Note Payable - Line or Credit Current Portion of LWQ-Term Debt Current Portion of Capital Lease Obligation Current portion of Construction Note Payable, LOmberdl Business Park Total Current Liabilities LONG-TERM LIABILITIES LW*Tefm Debt net of ourrenl portion Capital Lusa Ob6ga0on, not of current obligation Construction Note Payable, Lombardi Business Park Total LlabBtiu MEMBERS' CAPITAL James Wray Timothy Black Total Membera Capital Total Liabilities and Members' Capital See accompanying not" and accountant's report. Ly nm Total Elimination Consolidated - Eniigua Balance Shut S 1,351 $ 2,234,732 11,849 $ 7,450 - 13,200 5 - S 13,200 272,732 2,242,182 (81654) 2,235,528 28,228 272,732 28,228 - 272,732 77289 1 213 78 502 28,226 ...... 104 48,738 2,834,642 (8,854) 78 502 2,828,188 288,083 491,597 - 288,083 288,063 230,030 - 9,149 491,597 239,179 491,597 1,903,020 28,197 1,931,217 - 239,179 748392 9730 758122 - 1,831,217 3,859,122 47,078 3,706,198 758 122 (1,542229) (68481 (1549075) 3,700.198 2118893 40,230!1549075) 2,757,723 - 2,157,123 753,814 14824 1474 753,814 - 753,814 786 438 1 274 15 898 769 712 15 898 769,712 S 5.477,435 S 90242 S 5 561 877 8 (8 854) S 5 555 023 $ 2,054,208 S 187,964 9,739 $ 2,063,947 $ (8,854) $ 2,067,293 12,728 8,195 187,964 18,921 - 167.954 75,774 3,720 78,494 18,921 79.8133 - 79,883 79,484 499,003 - 79,663 204,080499,003 204,060 499,003 18,158 6.999 23,157 - 204,060 11474 11474 - 3,141,030 28,853 3,187,88474 3 (8,654) 11474 3,161 029 711,720 711,720 50,651 8,818 59,767 711,720 430072 -430072 S9,7B7 4,333,673 35,5139 4,389,242 (8,854) 430 072 1,382,566 568,881 568,881 2,211 52 482821 4G2621343 571,092 571,092 1,137,762 S4,673 343 1 182 435 1,192,435 S 5,471 435 5 90.242 S 6,561677 S (B.6 54 $ M55,023 023 12 85W Paving 3 Landscaping, LLC 8 Subsidiary Supplanrentry Intormallm Consdl0atkV Statement of Incom for the year ended December 31, 2009 Elimination Conwg8ate8 D&W TIMBnxiQ Enkiea SbnL of Income SALES PavIng, Site Work 2 8,968,908 $ - $ 8,986,996 8 - S 0,968,996 Landscapb, Hatdscape 239,777 5,539 245,418 (11,828) 233,790 Snow Ramwal 979,380 - 979,360 979,380 Garden Center - 210940 210040 (2D b12) 181,428 _ Total Sales 10,180,193 210,879 .10,404,712 (41,138) 10,383,574 COST OF SALES Payroll and Payroll Texas 2,133,580 57,299 2,190,885 2,190,886 Materials& Supplies 4,209,913 128,212 4,336,125 (41,138) 4,223,987 SubcOnOxlors d Outside labor 923,840 023,840 - 923,840 Repairs & Mahmnarm 679,631 5,020 564,851 584,651 Depredation 369,726 6,719 378,444 - 378,444 Fuel 308.157 4,332 312,489 - 312,188 Equiprnem Randal 390,435 573 391,008 - 391,008 Insumte 190,512 6.344 196,856 - 198,856 Ogler Vehk:W Expense 19,880 814 20,294 - 20,294 Dama9s Restoration 30,350 470 30,920 - 30,820 Employee Ballast 94,843 - 94,843 - 04.843 Uniforms 6 Safely 21,431 831 22,082 - 22,062 Bonds and Pmnit 75,046 350 76,298 - 76,290 Smen Tools _ 42,155 11378 43;533 - 43,533 OBror Costs 41,169 1.11442,283 42 283 _ ToCost Sales 9.431.173 211,056 9642229 (41138) 9601087 Gross Profit 758,960 5,523 782,483 - 762,483 OPERATING EXPENSES Guaranteed Paye ewris to Partners 132,557 - 132,557 - 132,557 Payroll and Payroll Taxes. 103,924 163,924 • - 163,924 Advertising 30,920 14,438 45,358 - 45,358 Other Taxes 26,869 518 27,387 - 27,387 Profeselonal Fees 47,220 47,220 47,220 Telephone 8 Utilities - 47,983 2,078 50,059 - 50,059 ROM Oske Expense 28,870 66,600 - 93,470 (88,600) 26,070 Travel 19,098 1.129 21,025 - 21,025 Mscaparreoue 22,051 38155 429 2.734 22,480 41409 22,480 41489 Total Operating Expenses _ 557.045 87.924 644,969 (68,600) 578 380 Net Operating knccme(Lon) 199,915 (82,401) 117,614 66,600 184,114 OTHER INCOME (EXPENSE) Rental brCo n&VApense, net (Flanders Rd.) 083 - 883 (86,800) (85,717) Loss on Disposal of Equipment (4,095) (4,095) (4,095) Refinanckng Cost (9.405) - (9,405) (9,405) CoMdbueons (4,050) (225) (4,276) - (4,275) Permlues Interest Expense (11,644) (372) (12,016) (12,016) TOW Other lneonre (Expense) (88,380)(2931) (89281) - (69291) _ (94,671) (3,5281 .188,199) (88800) (164799) Net income (Loss) $ 105,244 9 (85.929) S 19,315 $ - S 19.315 See accomparrling miss and accountant's report i 13 B&W Paving & Landscaping, LLC & Subsidiary Supplementary Information Consolidating Statement of Cash flows for the year ended December 31, 2009 CASH FLOWS FROM OPERATING ACTIVTIES Net Income (Loss) Adjustments to Reconcile Nel Income M Net Cash Provided by Operations: Depredation- Operations Depredation Randal (Flanders Rd.) Loss on Disposition of Equipment (Increase) Decrease In Accounts Receivable (Increase) Decrease In Costs and Estimated Eamirgs.in Excess or 818ings on Uncompleted Contracts (Increase) Decrease In Garden Coder Inventory (Increase) Decrease in OtherAssota Increase (Decrease) in Accounts Payable - Trade Increase (Decrease) M Accounts Payable - Lomberdl Business Park Increase (Decrease) In Credit Cards Payable Increase (Decrease) In Accrued Tares and Expenses Increase (Decrease) in BBings in Excess of Costs and Estimated Earnings 1. on UnconplaW Contracts Not Cash Provided (Used) by Operetlng Activities CASH FLOWS FROM INVESTING ACTIVITIES Proceeds from the Dtsposl6on of Equipment Purchase of Vehksas, Boat & Equipment Including down payments Building ImpnMments - Flanders Rd. Construction In Progress - Lorlbardl Bushnss Park Net Cash Provided (Used) by Investing ActM ies CASH FLOWS FROM FINANCING ACTIVITIES Note Proceeds- Lin of Credit, net Repayments of Notes Payable Repayments of Capital Lease Obligations Members' Contribution Membere'Dnaw Net Cash Provided (Used) by Financing Acntlig, Net Increase (Decrease) in Cash CASH AND CASH EQUIVALENTS, January 1, 2009 CASH AND CASH EQUIVALENTS, December 31, 2009 SUPPLEMENTAL DISCLOSURES: CASH PAID FOR: Interest, Including Capitalized Interest & Rental Interest Income Taxes S&W TmButk279181 349,003 _ Elimination EnMea Consolidated Cash Flows S 105,244 $ (85,929) $ 19,315 $ - S 19,315 369,725 6,719 376,444 - 378,444 41,375 4,095 - 41,375 (228 8391 41,375 38,014 - 5,558 4,095 41,572 (8,318) 4,095 33,258 (258,430) - (256,430)- ( (63,603) (25,726) (1,955) (25,726) (65,558) (25,430) (25,728) 8811,150 (39,008) 627,142 - 8,118 (85,558) 835,458 187,984 (3,133) 845 187,984 (2,288) 187,964 54,361 2,473 56,854 - - (2,288) 56,854 44,594 1,188,376 - (137,023) 44 594 1.049 14 594 ,353 - 1,049,353 39,500 (518,181) (18,838) 39,&)o (535,019 39,500 (13,251) 113 2R11 (535,019) 349,003 (247,712) - 349,003 _ 349,003 (14,588) - (5,172) (247,712) (19.740) (247,712) 5,000 179,075 184,075 (158,108) (19,740) 25,969 (478 215) f384 492) (18250) (492 485) 158 108 (334,359) 157 653 (228 8391 (228,839) (2,262) 3,792 1,530 1,530 3,613 8 057 11 670 11,870 $ 1.351 S 11,849 $ 13,200 $ - S 13 200 $ 89,157 $ NONCASH INVESTING & FINANCING ACTIVITIES: Acquisition of Equipment & Vehicles through Finance Company & B9nk Notes S Acquisition of Construction In Progress through Mortgage Acquisition of Equipment through Capital Lease Obligation 446,948 $ 441,600 2,931 $ 92,088 $ $ 446,946 441,800 21,089 21,089 Sae accompanying notes and accountant's report. 14 $ 92,088 $ 446,948 441,600 21,089 SBW Paving & Landscaping, LLC 6 Subsldlary, Supplementary Inlorrm0on Contracts In Progress as of December 31, 2008 Total Tata) CONTRCTS �EN PROGRESS Estimated Contras Revenues Estimated GrossA Profit (Loss - . antras R venues Cost of Revenues Grose P� Billings 19 Dats Ezcesa Costs and Estimated Earnings In of @Ulnas Brings In Eacess Of Costs and Estimated - Ellington YMCA EB�tffit Paving CorS 52.241 Fogarty Camp Fogerty 116,050 $ 6,920 $ 60,567 t 56,955 S 3,812 $ 60,760 S _ (193) Pavlegl88e Work 83.9%Compkde Boston Post Rd.. 1,063,185 254,796 891,534. 677,876 213,659 874,100 217,434 Sldewsks - 7.1%Complete Flahan Island Recreational Path - 78,634 10,667 5,577 4,820 757 _ S,b77 _ Paving 12.8%Complete Cromwell Chelsea Estates 2,374,308 1,234,347 297,880 143,067 154,973 377,450 (79,470) PavkWSiN Work _ 51.2% Compkde 11291,765 142 722 670 582 688 492 74 090 620 881 49,721 . 6 4,923,930 8 1 649 452 $ 11926.240 S 1 —479,209 9 - 447.031 3 1,733,171 S 272.732 (79,663) See a=ompanying notes and accountant's report 15 B&W Paving & Landscaping, LLC & Subsidiary Supplementary Information Completed Contracts (greater than $150,000 Contract Revenue) for the year ended December 31, 2009. COMPLETED CONTRACTS ($150 North Haven Commons " Paving/Site Work Connecticut Governors Residence " Driveway Repairs Strawbridge Condo Project Paving Lowes Torrington Paving Lowes Cromwell Paving Palmer Field Paving/Site Work Judson Elementary School Paving Uncas on the Thames Roadway Improvements Higley Village Paving Bloomfield Magnet School S@ework Town of Lebanon Paving Metals Management Paving Derby Middle School Paving/Site Work Town of Wethersfield Paving/Site Work " Project started in 2008. Contract Cost of Gross Revenues Revenues Profit $ 2,574,085 $ 2,069,272 $ 504,813 317,372 263,688 53,684 669,157 643,427 25,730 294,614 247,699 46,915 381,355 324,643 56,712 361,495 367,841 (6,346) 153,639 168,926 (15,287) 249,622 171,388 78,234 157,979 146,905 11,074 235,502 199,251 36,251 367,603 368,554 (951) 351,071 360,073 (9,002) 333,592 356,205 (22,613) 289,852 352,037 (62,185) See accompanying notes and accountant's report. 16 A"""BC, RESOLUTION 2010-771 ��p ADOPTED DOC ID: 6235 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2010-771 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON SEPTEMBER 21,2010: RESOLVED that the Town Board of the Town of Southold hereby amends Resolution No. 2010-632 dated August 10, 2010 to read as follows: RESOLVED that the Town Board of the Town of Southold hereby approves Change Order #1 to the Fishers Island Road and Stormwater Improvement Project Contract with Corazzini Asphalt, Inc. in the amount of $64r797M $18,750.00, subject to the approval of the Town Engineer and Town Attorney. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Albert Krupski Jr., Councilman SECONDER: Vincent Orlando, Councilman AYES: Ruland, Orlando, Talbot, Krupski Jr., Evans, Russell RESOLUTION 2010-632 ADOPTED DOC ID: 6118 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2010-632 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON AUGUST 10, 2010: RESOLVED that the Town Board of the Town of Southold hereby approves Change Order #1 Asphalt, Inc. in the amount of $64,797.00, subject to Town Attorney. �Q Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED 15 TO 0] MOVER: Vincent Orlando, Councilman SECONDER: Albert Krupski Jr., Councilman AYES: Ruland, Orlando, Talbot, Krupski Jr., Russell ABSTAIN: Louisa P. Evans RESOLUTION 2010-559 ADOPTED DOC ID: 6050 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2010-559 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JULY 27,2010: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Corazzini Asphalt Inc. for the amount of $867,065 for the Fishers Island Road and Stormwater Improvement Project. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: William Ruland, Councilman SECONDER: Vincent Orlando, Councilman AYES: Ruland, Orlando, Talbot, Krupski Jr., Evans, Russell rgo N RESOLUTION 2010-567 •�Ii ADOPTED DOC ID: 6055 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2010-567 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JULY 27,2010: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Supervisor Scott A. Russell to execute an Aereement between the Town of Southold and Cashin Associates. P.C. to provide construction management services in connection with the Fishers Island Road and Stormwater Improvement Project, in accordance with their Proposal dated June 7, 2010, at a cost not to exceed $87,500, subject to the approval of the Town Attorney, Budget Line H.5110.2.400.200. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Louisa P. Evans, Justice SECONDER: Christopher Talbot, Councilman AYES: Ruland, Orlando, Talbot, Krupski Jr., Evans, Russell RESOLUTION 2010-560 ADOPTED DOC ID: 6056 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2010-560 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JULY 27,2010: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Corazzini Asphalt Inc. to provide road improvement asphalt and drainage services in connection with the Fishers Island Road and Stormwater Improvement Project, at a cost of $867,065, subject to the approval of the Town Attorney, Budget Line H.5110.2.400.200. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Vincent Orlando, Councilman SECONDER: Albert Krupski Jr., Councilman AYES: Ruland, Orlando, Talbot, Krupski Jr., Evans, Russell RESOLUTION 2010-220 ADOPTED DOC ID: 5770 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2010-220 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MARCH 9,2010: RESOLVED that the Town Board of the Town of Southold hereby finds that the proposed project entitled "Fishers Island Road and Stormwater Improvement Project" is classified as an Unlisted Action pursuant to SEQRA Rules and Regulations, 6 NYCRR Section 617, and that the Town Board of the Town of Southold hereby establishes itself as lead agency for the uncoordinated review of this action and issues a Negative Declaration for the action in accordance with the recommendation of Mark Terry dated March 9, 2009, and authorizes Supervisor Scott A. Russell to sign the short form EAF in connection therewith, and is consistent with the LWRP pursuant to Chapter 268 of the Town Code of the Town of Southold, Waterfront Consistency Review. :7 Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Louisa P. Evans, Justice SECONDER: Albert Krupski Jr., Councilman AYES: Ruland, Orlando, Talbot, Krupski Jr., Evans, Russell RESOLUTION 2010-189 ADOPTED 11ZaZHls3WIF01 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2010-189 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON FEBRUARY 23,2010: RESOLVED that the Town Board of the Town of Southold hereby authorizes Supervisor Scott A. Russell to retain Cashin Associates, P.C. to provide professional eneineerine and bid phase services in connection with the Fishers Island Road and Stormwater Improvement Project, in accordance with their Proposal dated February 22, 2010, at a cost not to exceed $36,500.00, subject to the approval of the Town Attorney. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: William Ruland, Councilman SECONDER: Vincent Orlando, Councilman AYES: Ruland, Orlando, Talbot, Krupski Jr., Evans, Russell • F-1 L ELIZABETH A. NEVILLE, RMC, CMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER SOUryI ,�{��Of T OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net 2010 FI Road & Stormwater Improvement Proiect Bid Opening 6/3/10 10:00 A.M. Corazzini Asphalt PO Box 1281 Cutchogue, NY 11935 Richard Corazzini 631-734-5600 B & W Paving & Landscaping 215 Flanders Road Mystic, CT 06355 James Wray 860-572-9942 Terry Contracting & Materials 840 West Main Street Riverhead, NY 11901 James C. Terry 631-727-0170 Posillico Civil 1750 New Highway Farmingdale, NY 11735 Michael Trotta 631-249-1872 A B C 267,475.00 527,312.00 867,065.00 197,740.00 593,960.00 1,087,640.00 245,450.00 629,800.00 1,283,250.00 292,400.00 651,630.00 1,194,600.00 I TOWN OF SOUTHOLD FISHERS ISLAND Towv cc ROAD AND STORMWATER IMPROVEMENT PROJECT TECHNICAL SPECIFICATION REEi6B v 7:) SOUTHOLD, SUFOLK COUNTY, NEW YORK CA PROJECT NO: 0113.100 MAY 2010 ""k Prepared for: Town of Southold Trustees 53095 Main Road Southold, New York 11971 Prepared by: C 10 � Ci Cashin dates, P.C. s+ 0775�y ENGINEERING PLANNI C N tCTION MANAGEMENT �p >� .ir 1200 Veterans Memorial Highway • Hauppauge, New York 11788 • 631.348.7600 601 Brickell Key Drive . Miami, Florida 33131 • 305.579.2006 LEGAL NOTICE - INVITATION TO BID ' NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING PROJECT: FISHERS ISLAND ROAD & STORM WATER IMPROVEMENT PROJECT Definite specifications may be obtained at the Southold Town Clerks Office beoinnina 10:00 AM on May 6m. 2010. ' 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, 3rd June 2010. Day Month Year ALL VENDORS MUST SUBMIT BIDS IN A SEALED ENVELOPE: PLEASE PRINT ON FACE OF ENVELOPE: 1.) NAME AND ADDRESS OF BIDDER ' 2.) BID NAME • ALL BIDS MUST BE ACCOMPANIED BY A 5% BID SECURITY ' It is the Bidders responsibility to read the Bid Specification, Instruction to Bidders and General Conditions, which outline bidding rules by the Town of Southold. Upon Submission of Bid, it is understood that the Bidder has read, fully understands and will comply with said GENERAL CONDITIONS, and specif!cation requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of this Bid Document for your records. A non-refundable fee of 11150 will be charged for Plans & Spectficatlons. Payment can be made by either Money Order, Cash or Check (Made Payable to the Town of Southold). ' The Town of Southold welcomes & encourages all minority and women -owned businesses to participate in the bidding process. 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 informality, and 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. Please advise if you intend to bid or not. ' Dated: May 4. 2010 BY ORDER OF THE SOUTHOLD TOWN BOARD By: Elizabeth A. Neville Southold Town Clerk LJ TABLE OF CONTENTS FISHERS ISLAND ROAD AND STORMWATER IMPROVMENTS Title Page ---- Invitation to Bid ---- Table of Contents ---- Instructions to Bidders IB -1 tiro IB -6 NYS Wage Rates ---- Standard Insurance Requirements SIR -1 thm SIR -2 General Conditions GC -1 dim GC -10 Conditions of Contract CC -1 thru CC -17 Proposal Form Package PP -1 thru PP -9 Qualification of Bidders QS -1 thm QS -4 Contract Agreement A-1 thru A-7 Questions Page Q-1 Specifications ----- General Construction Drawings (Separate) 1 of 20 thm 20 of 20 I ' INSTRUCTIONS TO BIDDERS INDEX 1. Receipt and Opening of Bids 2. Form, Preparation and Presentation of Proposal 3. Bid Security 4. Qualifications of Bidders 5. Rejection of Bids ' 6. Bidders Responsibility 7. Construction Terms and Conditions 8. Security for Faithful Performance ' 9. Bid Reservations 10. Non -Collusive Statement 11. Addenda and Interpretations 12. Method of Award 13. Single Price Bid Analysis ' 14. Municipal Exempt Status 15. Labor Law 16. Wage Rates ' 17. Insurance Required by the Town of Southold 18. Quantities I i 1 �I I P I I I ' INSTRUCTIONS TO BIDDERS 1. RECEIPT AND OPENING OF BIDS The Town of Southold invites bids on the forms herein provided for the Town of Southold Fishers Island Road and Stormwater Improvement Project. Sealed bids shall be received by the ' Town Clerk of the Town of Southold at 53095 Main Road, Southold, New York no later than 10:00 a.m. on the date indicated herein at which time they will be opened and publicly read aloud. ' All bids received after the time stated for the opening in the Notice to Bidders may not be considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay ' in the mail or in the handling of the mail by employees of the Town. Whether sent by mail or by means of personal delivery, the bidder assumes responsibility for having his bid deposited on time at the place specified. Faxed bids will not be accepted. 2. FORM. PREPARATION AND PRESENTATION OF PROPOSAL The Proposal Form as issued by the Town Clerk shall be completely filled in, in black ink or typed on the original bid foam. No photocopies will be accepted. All blank spaces for bid prices must be filled in, in both words and figures, with a total or gross sum for which the bid is made. All lines must have an indication of the bidder's response whether it be "0", "N/A", "No Charge", or a dollar figure. All lines must be filled in to indicate bidder's acknowledgement of the request. Bids that do not have all applicable lines filled in on the bid proposal form may be disqualified as a non-responsive bid. We cannot assume there is "no charge" when lines are left empty. Bids that contain any omission, erasure, alteration, addition or items not called for in the itemized bid form or that contain irregularities of any kind will not be accepted. In case of discrepancy between the unit price and total amount bid for any item, the unit price, as expressed in words, shall govern. The following two items will automatically render a bid unacceptable to the Town of Southold: a. Failure to sign bid proposal page. b. Failure to include necessary bid security deposit (as required). ' It shall be fully understood that any deviations from the inclusion of the above items will be grounds to see the bid as non-compliant and will not be considered for award. 3. BID SECURITY (a) The Bid must be accompanied by a certified check on a solvent bank or trust company with its principal place of business in New York State, or an acceptable bid bond, in an amount equal to not less than five percent (5%) of the total amount bid, made payable to the Town of Southold (herein identified as Owner), as assurance that the bid is made in good faith. The certified checks or bid bonds of unsuccessful bidders will be returned after execution of the Contract between the ' Owner and the successful bidder; the certified check or bid bond of the successful bidder will be retained until filing and approval of the Performance Bond and until completion of five percent (5%) of the work under the Contract. EB -2 INSTRUCTIONS TO BIDDERS ' (b) The successful bidder, upon his failure or refusal to execute and deliver the Contract and bonds required within ten (10) days after the date of notice of the acceptance of his bid, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security he deposited ' with his bid. 4.OUALIFICATIONS OF BIDDERS ' (a) Forms for qualifications of bidders, giving evidence of sufficient facilities, equipment, experience and financial ability to insure completion of the work are provided with the bid specification package, and shall be filled out by the contractor and returned with the bid ' submission. (b) Information contained in any statement of financial ability shall be not more than thirty days old at the time of submission. ' (c) The Town reserves the right to make such investigation as it may deem necessary or advisable to determine any bidder's ability to do the work, and the bidder shall famish to the Town, on request, all data and information pertinent thereto. The Town reserves the right to reject any bid if such investigation fails to satisfy the Town that the bidder is fully qualified to do ' the work. Financial instability of a bidder may be cause for non -award. 5. REJECTION OF BIDS (a) The TOWN BOARD reserves the right to reject any bid if the evidence submitted in the qualifications statement or an investigation of such bidder fails to satisfy the TOWN BOARD that such bidder is properly qualified to cavy out the obligations of the Contract and to complete the work contemplated therein. Conditional bids will be considered informal and will be rejected. (b) The TOWN BOARD reserves the right to reject any and all bids, in whole or in part, to waive any informality in any or all bids, and to accept the bid or part thereof which it deems most favorable to the Town after all bids have been examined and/or checked. ' 6. BIDDERS RESPONSIBILITY (a) Bidders are cautioned not to submit bids until after having inspected the site of the proposed ' improvement and having made themselves familiar with local conditions. The attention of persons intending to submit bids is specifically called to the paragraph of the Contract which debars a Contractor from pleading misunderstanding or deception because of estimates or ' quantities, character, location or other conditions surrounding the same. Special attention is called to the notes on the Plans or in the itemized form of bid, which are made a part of this Contract, which may alter or revise the Specifications for the particular contract. (b) No representation is made as to the existence or nonexistence of groundwater, which may in any way impede the work, proposed to be accomplished. Each bidder shall fully inform himself ' as to groundwater and sub -surface conditions prior to submitting his bid. I IB -3 ' INSTRUCTIONS TO BIDDERS ' (c) The submission of a bid will be construed to mean that the bidder is fully informed as to the extent, cost, and character of the materials, labor, and equipment required to complete the proposed job in accordance with the Plans and Specifications, including all other expenses ' incidental thereto. (d) Bidders must examine the Plans and Specifications and exercise their own judgment as to the nature and amount of the whole of the work to be done, and for the bid prices, must assume all t risks of variance by whomsoever made in computation or statement of amounts or quantities necessary to fully complete the work in strict compliance with the Contract Documents. ' (e) The Bidder shall assume all risks and responsibility and shall complete the work in whatever material and under whatever conditions he may encounter or create, without extra cost to the Town. ' (f) No pleas of ignorance or misunderstanding of conditions that exist or that may hereafter exist, or of conditions or difficulties that may be encountered in the execution of the work under this Contract, as a result of failure to make the necessary examinations and investigations, will be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. The Contractor's responsibility is to fulfill in every detail all of the requirements of the Contract Documents. 7. CONSTRUCTION TERMS AND CONDITIONS ' The successful bidder is warned that the work specified in the Conditions of Contract, together with the Instructions to Bidders, Proposal Form, General Conditions, Plans, Specifications and instructions of the Engineer or his duly authorized representative will be rigidly enforced. ' S. SECURITY FOR FAITHFUL PERFORMANCE AND MAINTENANCE The successful bidder shall be required to execute a Performance Bond equal to one hundred Is percent (100%) of the amount bid, such bonds to be executed by a New York licensed insurance carrier/surety company with an A rating or better from A.M. Best & Co. and acceptable to the Owner; or bonds secured by collateral; or securities approved by the Owner. The Performance Bond shall be written so as to remain in full force and effect as a maintenance bond for a period of not less than one (1) year after the date of final acceptance of the work. ' The successful bidder, upon failure to execute and deliver the bonds required within ten (10) days after the date of notice of award, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security deposited with his bid, and he will be liable for and he agrees to ' pay to the Owner on demand, the difference between the price bid and the price for which such contract shall subsequently be relet including the cost of such reletting less the amount of such deposit. No plea of mistake in such accepted bid shall be available to the bidder for recovery of ' his deposit or as a defense to any action upon accepted bid, unless said mistake can be proven by documentary evidence acceptable to the Town. ' After approval of the bonds and execution of the Contract and after ten (10) percent of the work has been completed, the bid security accompanying the bid will be returned. J 1 ID -4 n ' 9. BID RESERVATIONS Bids submitted shall remain in effect for forty-five (45) days past the date of bid opening. This period may be extended, for the benefit of the Town, by mutual agreement between the Bidder and the Town Clerk. ' 10. NON -COLLUSIVE STATEMENT The form of non -collusion bidding certification contained in the proposal package must be ' executed by the Bidder and submitted with the proposal. The submission of this statement certifies that the prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement for the purpose of restricting competition, as to any 1 matter relating to such prices with any other bidder or with any competitor. 11. ADDENDA AND INTERPRETATIONS Every request for information or interpretation of the Contract Documents or Drawings must be addressed in writing to the Clerk Town of Southold 53095 Route 25 P.O. Box 1179 ' Southold, N.Y. 11971, and to be given any consideration, must be received at least five (5) days prior to the date fixed for the opening of bids. Any such interpretations or supplemental instructions will be in the form of written addenda, and will be mailed or faxed to all prospective bidders. The failure of any bidder to receive any such addenda will not relieve the bidder of any obligation under his bid as submitted. Any addenda so issued shall become part of the Contract Documents. ' 12. METHOD OF AWARD The bid will be awarded to the lowest responsive, responsible bidder for either Bid "A", Bid "B" or Bid "C" at the sole option of the Town as will best promote the public interest, taking into consideration the reliability of the bidder, the quality of the materials, equipment, or supplies to be furnished, and conformity with the specifications. 13. SINGLE PRICE BID ANALYSIS In the event a single bid is received, the Town will conduct a price analysis of the bid price prior to the award of the contract. ' 14. MUNICIPAL EXEMPT STATUS The Town is exempt from the payment of Federal, State and local taxes. Taxes must not be included in proposal prices. ' IB -5 ' INSTRUCTIONS TO BIDDERS 15. LABOR LAW The Contractor and each and every subcontractor performing work at the site of the project to which this Contract relates shall comply with the applicable provisions of the Labor Law, as amended, of the State of New York. Attention is called to certain provisions of the Labor Law, as set forth in the Conditions of ' Contract, Paragraph 11, which are hereby referred to and made a part hereof. 16. WAGE RATES The rates of wages determined by the New York State Industrial Commissioner pursuant to the Labor Law, which shall be paid on this project, are set forth herein following the Instructions to ' Bidders. Contractors and subcontractors are required to submit to the Town, within thirty days after issuance of the first payroll, and every thirty days thereafter, a transcript of the original payroll records, subscribed and affirmed as true under the penalties of perjury. 17. INSURANCE REOMED BY THE TOWN OF SOUTHOLD ' The successful bidder will be required to procure and pay for the following types of insurance, as set forth in more detail herein following the Instructions to Bidders in the Standard Insurance Requirements Section. (a) Comprehensive Automobile Policy (b)Comprehensive General Liability (c)Excess/Umbrella Insurance (d)Workmen's Compensation Insurance (e) Disability Insurance and Unemployment ' Insurance 18.OUANTITIES Any quantities set forth in the bid specifications are approximations only. No guarantee is made for any quantities stated. Payment shall be on the basis of actual quantities supplied or the actual work done at the unit prices quoted. I 1 I 1 IB-6 1 1 If 1 1 I 1 Location Oriental and Central Avenues Project ID# Project Type Roadway and Stonnwater Improvements Colleen C. Gardner, Commissioner Schedule Year 2009 through 2010 Date Requested 04/09/2010 PRC# 2010002962 PREVAILING WAGE SCHEDULE FOR ARTICLE 8 PUBLIC WORK PROJECT Attached is the current schedule(s) of the prevailing wage rates and prevailing hourly supplements for the project referenced above. A unique Prevailing Wage Case Number (PRC#) has been assigned to the schedule(s) for your project. The schedule is effective from July 2009 through June 2010. All updates, corrections, posted on the 1 st business day of each month, and future copies of the annual determination are available on the Departments website www. labor. state. ny.us. Updated PDF copies of your schedule can be accessed by entering your assigned PRC# at the proper location on the website. It is the responsibility of the contracting agency or its agent to annex and make part, the attached schedule, to the specifications for this project, when it is advertised for bids and /or to forward said schedules to the successful bidder(s), immediately upon receipt, in order to insure the proper payment of wages. Please refer to the "General Provisions of Laws Covering Workers on Public Work Contracts" provided with this schedule, for the specific details relating to other responsibilities of the Department of Jurisdiction. Upon completion or cancellation of this project, enter the required information and mail OR fax this form to the office shown at the bottom of this notice, OR fill out the electronic version via the NYSDOL website. NOTICE OF COMPLETION / CANCELLATION OF PROJECT Date Completed: Name & Title of Representative: www.labor.state.ny.us. Date Cancelled: Phone: (518) 457-5589 Fax: (518)485-1870 W. Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240 PWAsk@labor.state.ny.us ' David A. Paterson, Governor ' Town of Southold Michael Borst, Engineer Cashin Associates 1200 Veterans Memorial Highway j Hauppauge NY 11788 1 1 If 1 1 I 1 Location Oriental and Central Avenues Project ID# Project Type Roadway and Stonnwater Improvements Colleen C. Gardner, Commissioner Schedule Year 2009 through 2010 Date Requested 04/09/2010 PRC# 2010002962 PREVAILING WAGE SCHEDULE FOR ARTICLE 8 PUBLIC WORK PROJECT Attached is the current schedule(s) of the prevailing wage rates and prevailing hourly supplements for the project referenced above. A unique Prevailing Wage Case Number (PRC#) has been assigned to the schedule(s) for your project. The schedule is effective from July 2009 through June 2010. All updates, corrections, posted on the 1 st business day of each month, and future copies of the annual determination are available on the Departments website www. labor. state. ny.us. Updated PDF copies of your schedule can be accessed by entering your assigned PRC# at the proper location on the website. It is the responsibility of the contracting agency or its agent to annex and make part, the attached schedule, to the specifications for this project, when it is advertised for bids and /or to forward said schedules to the successful bidder(s), immediately upon receipt, in order to insure the proper payment of wages. Please refer to the "General Provisions of Laws Covering Workers on Public Work Contracts" provided with this schedule, for the specific details relating to other responsibilities of the Department of Jurisdiction. Upon completion or cancellation of this project, enter the required information and mail OR fax this form to the office shown at the bottom of this notice, OR fill out the electronic version via the NYSDOL website. NOTICE OF COMPLETION / CANCELLATION OF PROJECT Date Completed: Name & Title of Representative: www.labor.state.ny.us. Date Cancelled: Phone: (518) 457-5589 Fax: (518)485-1870 W. Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240 PWAsk@labor.state.ny.us General Provisions of Laws Covering Workers on Article 8 Public Work Contracts ' Introduction ' The Labor Law requires public work contractors and subcontractors to pay laborers, workers, or mechanics employed in the performance of a public work contract not less than the prevailing rate of wage and supplements (fringe benefits) in the ' locality where the work is performed. Responsibilities of the Department of Jurisdiction A Department of Jurisdiction (Contracting Agency) includes a state department, agency, board or commission: a county, , city, town or village; a school district, board of education or board of cooperative educational services; a sewer, water, fire, improvement and other district corporation; a public benefit corporation; and a public authority awarding a public work contract. ' The Department of Jurisdiction (Contracting Agency) awarding a public work contract MUST obtain a Prevailing Rate Schedule listing the hourly rates of wages and supplements due the workers to be employed on a public work project. This schedule may be obtained by completing and forwarding a "Request for wage and Supplement Information" form (PW ' 39) to the Bureau of Public Work. The Prevailing Rate Schedule MUST be included in the specifications for the contract to be awarded and is deemed part of the public work contract. Upon the awarding of the contract, the law requires that the Department of Jurisdiction (Contracting Agency) furnish the ' following information to the Bureau: the name and address of the contractor, the date the contract was let and the approximate dollar value of the contract. To facilitate compliance with this provision of the Labor Law, a copy of the Department's "Notice of Contract Award" form (PW 16) is provided with the original Prevailing Rate Schedule. The Department of Jurisdiction (Contracting Agency) is required to notify the Bureau of the completion or cancellation of any public work project. The Department's PW 200 form is provided for that purpose. Hours No laborer, worker, or mechanic in the employ of a contractor or subcontractor engaged in the performance of any public ' work project shall be permitted to work more than eight hours in any day or more than five days in any week, except in cases of extraordinary emergency. The contractor and the Department of Jurisdiction (Contracting Agency) may apply to ' the Bureau of Public Work for a dispensation permitting workers to work additional hours or days per week on a particular public work project. Wages and Supplements , The wages and supplements to be paid and/or provided to laborers, workers, and mechanics employed on a public work project shall be not less than those listed in the current Prevailing Rate Schedule for the locality where the work is performed. If a prime contractor on a public work project has not been provided with a Prevailing Rate Schedule, the contractor must notify the Department of Jurisdiction (Contracting Agency) who in tum must request an original Prevailing Rate Schedule form the Bureau of Public Work. Requests may be submitted by: mail to NYSDOL, Bureau of Public Work State Office Bldg. Campus, Bldg. 12, Rm. 130, Albany, NY 12240; Fax to Bureau of Public Work (518) 485-1870; or electronically at the NYSDOL website www.labor.state.ny.us. ' Upon receiving the original schedule, the Department of Jurisdiction (Contracting Agency) is REQUIRED to provide complete copies to all prime contractors who in tum MUST, by law, provide copies of all applicable county schedules to each subcontractor and obtain from each subcontractor, an affidavit certifying such schedules were received. If the original ' schedule expired, the contractor may obtain a copy of the new annual determination from the NYSDOL website www.labor.state.ny.us. The Commissioner of Labor makes an annual determination of the prevailing rates. This determination is in effect from ' July 1 st through June 30th of the following year. The annual determination is available on the NYSDOL website www.labor.state.ny.us. Payrolls and Payroll Records Every contractor and subcontractor MUST keep original payrolls or transcripts subscribed and affirmed as true under ' penalty of perjury. Payrolls must be maintained for at least three (3) years from the project's date of completion. At a minimum, payrolls must show the following information for each person employed on a public work project: Name, Social , Security number, Classification(s) in which the worker was employed, Hourly wage rate(s) paid, Supplements paid or provide, and Daily and weekly number of hours worked in each classification. Every contractor and subcontractor shall submit to the Department of Jurisdiction (Contracting Agency), within thirty (30) ' days after issuance of its first payroll and every thirty (30) days thereafter, a transcript of the original payrolls, subscribed and affirmed as true under penalty of perjury. The Department of Jurisdiction (Contracting Agency) shall receive and maintain such payrolls. In addition, the Commissioner of Labor may require contractors to furnish, with ten (10) days of a request, payroll records sworn to as their validity and accuracy for public work and private work. Payroll records include, by are not limited to time cards, work description sheets, proof that supplements were provided, cancelled payroll checks and payrolls. Failure to provide the requested information within the allotted ten (10) days will result in the withholding of up to 25% of the contract, not to exceed $100,000.00. If the contractor or subcontractor does not maintain a place of business in New York State and the amount of the contract exceeds $25,000.00, payroll records and certifications must be kept on the project I' worksite. The prime contractor is responsible for any underpayments of prevailing wages or supplements by any subcontractor. ' All contractors or their subcontractors shall provide to their subcontractors a copy of the Prevailing Rate Schedule specified in the public work contract as well as any subsequently issued schedules. A failure to provide these schedules by a contractor or subcontractor is a violation of Article 8, Section 220-a of the Labor Law. ' All subcontractors engaged by a public work project contractor or its subcontractor, upon receipt of the original schedule and any subsequently issued schedules, shall provide to such contractor a verified statement attesting that the subcontractor has received the Prevailing Rate Schedule and will pay or provide the applicable rates of wages and supplements specified therein. (See NYS Labor Laws, Article 8. Section 220-a). ' Determination of Prevailing Wage and Supplement Rate Updates Applicable to All Counties The wages and supplements contained in the annual determination become effective July 1st whether or not the new determination has been received by a given contractor. Care should be taken to review the rates for obvious errors. Any ' corrections should be brought to the Department's attention immediately. It is the responsibility of the public work contractor to use the proper rates. If there is a question on the proper classification to be used, please call the district • office located nearest the project. Any errors in the annual determination will be corrected and posted to the NYSDOL ' website on the first business day of each month. Contractors are responsible for paying these updated rates as well, retroactive to July 1st. When you review the schedule for a particular occupation, your attention should be directed to the dates above the ' column of rates. These are the dates for which a given set of rates is effective. To the extent possible, the Department posts rates in its possession that cover periods of time beyond the July 1 st to June 30th time frame covered by a particular annual determination. Rates that extend beyond that instant time period are informational ONLY and may be updated in future annual determinations that actually cover the then appropriate July 1 st to June 30th time period. I' Withholding of Payments When a complaint is filed with the Commissioner of Labor alleging the failure of a contractor or subcontractor to pay or ' provide the prevailing wages or supplements, or when the Commissioner of Labor believes that unpaid wages or supplements may be due, payments on the public work contract shall be withheld from the prime contractor in a sufficient amount to satisfy the alleged unpaid wages and supplements, including interest and civil penalty, pending a final determination. When the Bureau of Public Work finds that a contractor or subcontractor on a public work project failed to pay or provide the requisiteprevailing wages or supplements, the Bureau is authorized by Sections 220-b of the Labor Law to so notify the financial officer of the Department of Jurisdiction (Contracting Agency) that awarded the public work contract. Such ' officer MUST then withhold or cause to be withheld from any payment due the prime contractor on account of such contract the amount indicated by the Bureau as sufficient to satisfy the unpaid wages and supplements, including interest and any civil penalty that may be assessed by the Commissioner of Labor. The withholding continues until there is a final determination of the underpayment by the Commissioner of Labor or by the court in the event a legal proceeding is instituted for review of the determination of the Commissioner of Labor. ' The Department of Jurisdiction (Contracting Agency) shall comply with this order of the Commissioner of Labor or of the court with respect to the release of the funds so withheld. ' Summary of Notice Posting Requirements The current Prevailing Rate Schedule must be posted in a prominent and accessible place on the site of the public work ' project. The prevailing wage schedule must be encased in, or constructed of, materials capable of withstanding adverse weather conditions and be titled "PREVAILING RATE OF WAGES" in letters no smaller than two (2) inches by two (2) inches. Every employer providing workers. compensation insurance and disability benefits must post notices of such coverage in ' the format prescribed by the Workers. Compensation Board in a conspicuous place on the jobsite. Every employer subject to the NYS Human Rights Law must conspicuously post at its offices, places of employment, or employment training centers, notices fumished by the State Division of Human Rights. Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite notices furnished by the NYS Department of Labor. Apprentices 1. Employees cannot be paid apprentice rates unless they are individually registered in a program registered with the NYS Commissioner of Labor. The allowable ratio of apprentices to joumeyworkers in any craft classification can be no greater ' than the statewide building trade ratios promulgated by the Department of Labor and included with the Prevailing Rate Schedule. An employee listed on a payroll as an apprentice who is not registered as above or is performing work outside the classification of work for which the apprentice is indentured, must be paid the prevailing joumeyworker's wage rate for ' the classification of work the employee is actually performing. NYSDOL Labor Law, Article 8, Section 220-3, require that only apprentices individually registered with the NYS Department of Labor may be paid apprenticeship rates on a public work project. No other Federal or State Agency of ' office registers apprentices in New York State. Persons wishing to verify the apprentice registration of any person must do so in writing by mail, to the NYSDOL Office of Employability Development / Apprenticeship Training, State Office Bldg. Campus, Bldg. 12, Albany, NY 12240 or by Fax ' to NYSDOL Apprenticeship Training (518) 457-7154. All requests for verification must include the name and social security number of the person for whom the information is requested. The only conclusive proof of individual apprentice registration is written verification from the NYSDOL Apprenticeship ' Training Albany Central office. Neither Federal nor State Apprenticeship Training offices outside of Albany can provide conclusive registration information. It should be noted that the existence of a registered apprenticeship program is not conclusive proof that any person is , registered in that program. Furthermore, the existence or possession of wallet cards, identification cards, or copies of state forms is not conclusive proof of the registration of any person as an apprentice. • Interest and Penalties ' In the event that an underpayment of wages and/or supplements is found: - Interest shall be assessed at the rate then in effect as prescribed by the Superintendent of Banks pursuant to ' section 14-a of the Banking Law, per annum from the date of underpayment to the date restitution is made. - A Civil Penalty may also be assessed, not to exceed 25% of the total of wages, supplements, and interest due. Debarment ' Any contractor or subcontractor and/or its successor shall be ineligible to submit a bid on or be awarded any public work contract or subcontract with any state, municipal corporation or public body for a period of five (5) years when: - Two (2) willful determinations have been rendered against that contractor or subcontractor and/or its successor , within any consecutive six (6) year period. - There is any willful determination that involves the falsification of payroll records or the kickback of wages or supplements. Criminal Sanctions Willful violations of the Prevailing Wage Law (Article 8 and Article 9 of the Labor Law) constitute a misdemeanor ' punishable by fine or imprisonment, or both. Discrimination No employee or applicant for employment may be discriminated against on account of age, race, creed, color, national ' origin, sex, disability or marital status. No contractor, subcontractor nor any person acting on its behalf, shall by reason of race, creed, color, disability, sex or ' national origin discriminate against any citizen of the State of New York who is qualified and available to perform the work to which the employment relates (NYS Labor Law, Article 8, Section 220-e(a)). No contractor, subcontractor, nor any person acting on its behalf, shall in any manner, discriminate against or intimidate , any employee on account of race, creed, color, disability, sex, or national origin (NYS Labor Law, Article 8, Section 220- The Human Rights Law also prohibits discrimination in employment because of age, marital status, or religion. ' There may be deducted from the amount payable to the contractor under the contract a penalty of $50.00 for each calendar day during which such person was discriminated against or intimidated in violation of the provision of the contract (NYS Labor Law, Article 8, Section 220-e(c) ). , The contract may be cancelled or terminated by the State or municipality. All monies due or to become due thereunder may be forfeited for a second or any subsequent violation of the terms or conditions of the anti -discrimination sections of the contract (NYS Labor Law, Article 8, Section 220-e(d) ). t Every employer subject to the New York State Human Rights Law must conspicuously post at its offices, places of employment, or employment training centers notices fumished by the State Division of Human Rights. tWorkers' Compensation In accordance with Section 142 of the State Finance Law, the contractor shall maintain coverage during the life of the contract for the benefit of such employees as required by the provisions of the New York State Workers' Compensation ' Law. A contractor who is awarded a public work contract must provide proof of workers' compensation coverage prior to being allowed to begin work. ' The insurance policy must be issued by a company authorized to provide workers' compensation coverage in New York State. Proof of coverage must be on form C-105.2 (Certificate of Workers' Compensation Insurance) and must name this agency as a certificate holder. ' If New York State coverage is added to an existing out-of-state policy, it can only be added to a policy from a company authorized to write workers' compensation coverage in this state. The coverage must be listed under item 3A of the information page. ' The contractor must maintain proof that subcontractors doing work covered under this contract secured and maintained a workers' compensation policy for all employees working in New York State. '• Every employer providing worker's compensation insurance and disability benefits must post notices of such coverage in the format prescribed by the Workers' Compensation Board in a conspicuous place on the jobsite. Unemployment Insurance ' Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite notices fumished by the New York State Department of Labor. 11 C David A. Paterson, Governor Town of Southold Michael Borst, Engineer Cashin Associates 1200 Veterans Memorial Highway Hauppauge NY 11788 Location Oriental and Central Avenues Project ID# Project Type Roadway and Stormwater Improvements Colleen C. Gardner, Commissioner Schedule Year 2009 through 2010 Date Requested 04/09/2010 PRC# 2010002962 Notice of Contract Award New York State Labor Law, Article 8, Section 220.3a requires that certain information regarding the awarding of public work contracts, be furnished to the Commissioner of Labor One "Notice of Contract Award" (PW 16, which may be photocopied), MUST be completed for EACH prime contractor on the above referenced project. Upon notifying the successful bidder(s) of this contract, enter the required information and mail OR fax this form to the office shown at the bottom of this notice, OR fill out the electronic version via the NYSDOL website. Contractor Information All information must be supplied Federal Employer Identification Number: Name: Address: City: Amount of Contract: Approximate Starting Date: Approximate Completion Date: State: Zip: Contract Type: [ ] (01) General Construction [ ] (02) Heating/Ventilation [ ] (03) Electrical [ ] (04) Plumbing [ ] (05) Other : I 1 �J F 1.1 Phone: (518) 457-5589 Fax: (518) 485-1870 ' W. Averell Hamman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240 www.labor.state.ny.us. PW 16 PWAsk@labor.state.ny.us I 1 1 IMPORTANT NOTICE FOR 1 CONTRACTORS & CONTRACTING AGENCIES 1 Social Security Numbers on Certified Payrolls 1 The Department of Labor is cognizant of the concerns of the potential for misuse or 1 inadvertent disclosure of social security numbers. Identity theft is a growing problem and we are sympathetic to contractors' concerns with regard to inclusion of this information on payrolls if another identifier will suffice. For these reasons, the substitution of the use of the last four digits of the social security number on certifled payrolls submitted to contracting agencies on public 1 work projects is now acceptable to the Department of Labor. 1 NOTE: This change does not affect the Department's ability to request and receive the entire social 1 security number from employers during the course of its public work / prevailing wage investigations. 1 1 1 1 To all State Departments, Agency Heads and Public Benefit Corporations ' IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND ' Budget Policy & Reporting Manual ' B-610 Public Work Enforcement Fund ' effective date December 7, 2005 1. Purpose and Scope: ' This Item describes the Public Work Enforcement Fund (the Fund, PWEF) and its • relevance to State agencies and public benefit corporations engaged in construction or reconstruction contracts, and announces the recently -enacted increase to the percentage of , the dollar value of such contracts that must be deposited into the Fund. This item also describes the roles of the following entities with respect to the Fund: - New York State Department of Labor (DOL), ' - The Office of the State of Comptroller (OSC), and ' - State agencies and public benefit corporations. ' 2. Background and Statutory References: DOL uses the Fund to enforce the State's Labor Law as it relates to contracts for ' construction or reconstruction as defined in subdivision two of Section 220 of the Labor Law. State agencies and public benefit corporations participating in such contracts are required to make payments to the Fund. Chapter 511 of the Laws of 1995 (as amended by Chapter 513 of the Laws of 1997, Chapter 655 of the Laws of 1999, Chapter 376 of the Laws of 2003 and Chapter 407 of the ' Laws of 2005) established the Fund. 3. Procedures and Agency Responsibilities: ' The Fund is supported by transfers and deposits based on the value of contracts for construction and reconstruction, as defined in subdivision two of Section 220 of the Labor Law, into which all State agencies and public benefit corporations enter. , Chapter 407 of the Laws of 2005 increased the amount required to be provided to this fund to .10 of one -percent of the total cost of each such contract, to be calculated at the time agencies or public benefit corporations enter into a new contract or if a contract is amended. ' The provisions of this bill became effective August 2, 2005. ' To all State Departments, Agency Heads and Public Benefit Corporations IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND ' - Name and billing address of State agency or public OSC will report to DOL on all construction -related ("D") contracts approved during the • month, including contract amendments, and then DOL will bill agencies the appropriate assessment monthly. An agency may then make a determination if any of the billed ' contracts are exempt and so note on the bill submitted back to DOL. For any instance where an agency is unsure if a contract is or is not exempt, they can call the Bureau of Public Work at the number noted below for a determination. Payment by check or journal ' voucher is due to DOL within thirty days from the date of the billing. DOL will verify the amounts and forward them to OSC for processing. ' For those contracts which are not approved or administered by the Comptroller, monthly reports and payments for deposit into the Public Work Enforcement Fund must be provided to the Administrative Finance Bureau at the DOL within 30 days of the end of each month ' or on a payment schedule mutually agreed upon with DOL. Reports should contain the following information: ' - Name and billing address of State agency or public benefit corporation; • - State agency or public benefit corporation contact and phone number; ' - Name and address of contractor receiving the award; - Contract number and effective dates; - Contract amount and PWEF assessment charge (if contract amount has been amended, reflect increase or decrease to original contract and the adjustment in the PWEF charge); and ' - Brief description of the work to be performed under each contract. Checks and Journal Vouchers, payable to the "New York State Department of Labor" should be sent to: Department of Labor Administrative Finance Bureau-PWEF Unit Building 12, Room 464 State Office Campus ' Albany, NY 12240 Any questions regarding billing should be directed to NYSDOL's Administrative Finance ' Bureau-PWEF Unit at (518) 457-3624 and any questions regarding Public Work Contracts should be directed to the Bureau of Public Work at (518) 457-5589. C] 11 NEW LEGISLATION Effective February 24, 2008 WORKER NOTIFICATION - A9052 -S6240 This provision is an addition to the existing prevailing wage rate law, Labor Law §220, paragraph a of subdivision 3-a. It requires contractors and subcontractors to provide written notice to all laborers, workers or mechanics of the prevailing wage rate for their particular job classification on each pay stub*. It also requires contractors and subcontractors to post a notice at the beginning of the performance of every public work contract on each job site that includes the telephone number and address for the Department of Labor and a statement informing laborers, workers or mechanics of their right to contact the Department of Labor if he/she is not receiving the proper prevailing rate of wages and/or supplements for his/her particular job classification. The required notification will be provided with each wage schedule, may be downloaded from our website www./abor.state.ny. its or made available upon request by contacting the Bureau of Public Work at 518-457-5589. * In the event that the required information will not fit on the pay stub, an accompanying sheet or attachment of the information will suffice. II II I I '�l THIS Is• PUBLIC WORK PROJECT Any worker, laborer, or mechanic employed on this project is entitled to receive the prevailing wage and supplements rate for the classification at which he/she is working. These wages are set by law and Chapter 629 must be posted at the work site. of the Labor Laws The can also be found at of 2007 y www, labor. sta te. n y. us If you feel that you have not received proper wages or benefits, please call our nearest office. * Albany Binghamton Buffalo Garden City New York City (518)457-2744 (607)721-8005 (716)847-7159 (516)228-3915 (212)775-3568 Newburgh Patchogue Rochester Syracuse Utica White Plains (845)568-5398 (631)687-4886 (585)258-4505 (315) 428-4056 (315)793-2314 (914) 997-9507 * For New York City government agency construction projects, please contact the Office of the NYC Comptroller at (212) 669-4443, www.comptrollernyc.gov - click on Bureau of Labor Law. Contractor Name: Project Location: STATE OF NEW YORK David A. Paterson, Governor DEPARTMENT OF LABOR Colleen C. Gardner, Commissioner NEW LEGISLATION Effective July 18, 2008 OSHA 10 -hour Construction Safety and Health Course — S1537 -A This provision is an addition to the existing prevailing wage rate law, Labor Law §220, section 220-h. It requires that on all public work projects of at least $250,000.00, all laborers, workers and mechanics working on the site, be certified as having successfully completed the OSHA 10 -hour construction safety and health course. It further requires that the advertised bids and contracts for every public work contract of at least $250,000.00, contain a provision of this requirement. NOTE: The OSHA ' 10 Legislation does not apply to projects advertised for bid prior to July 18, 2008 AND only applies to workers on a public work project that are required under Article 8 to receive the prevailing wage. Rules and regulations will be promulgated and posted on the NYSDOL website www. labor.state.ny.us when finalized. Page 1 of 2 111 Where to find OSHA 10 -hour Construction Course 1. NYS Department of Labor website for scheduled outreach training at: ' www.labor.state.nv.us/workeWrotcction/safetvhcalth/DOSH ONSITE CONSULTATION.shtm 2. OSHA Training Institute Education Centers: ' Rochester Institute of Technology OSHA Education Center Rochester, NY ' Donna Winter Fax (585) 475-6292 ' e-mail: diwtpo(t'z,.rit.edu (866) 385-7470 Ext. 2919 ' ),vww.rit.edu/--outreach/course.2hp3?CourselD=54 ' Atlantic OSHA Training Center UMDNJ — School of Public Health ' Piscataway, NJ Janet Crooks Fax(732)235-9460 e-mail: crooksie(&umdni.edu (732)235-9455 https://ophp.umdnj.edu/wconnect/ShowSchedule.awp?-----GROUP—AOTCON-10— 1 Keene State College www.keene.edu/courses/print/courses osha.cfm 3. List of trainers and training schedules for OSHA outreach training at: ' www.OutreachTrainers.org Cl Page 2 of 2 Manchester, NH Leslie Singleton e-mail: 1_singletinna.keene.edu ' (800)449-6742 www.keene.edu/courses/print/courses osha.cfm 3. List of trainers and training schedules for OSHA outreach training at: ' www.OutreachTrainers.org Cl Page 2 of 2 Requirements for OSHA 10 Compliance ' **A certification by the employer attesting that all employees have completed such course is ' not sufficient proof that the course has been completed. Any questions regarding this statute may be directed to the New York State Department of P ' Labor, Bureau of Public Work at 518-485-5696. Page 1 of 1 ' Chapter 282 of the Laws of 2007, codified as Labor Law 220-h will take effect on July 18, 2008. The statute provides as follows: , The advertised specifications for every contract for public work of $250,000.00 or more must contain a provision requiring that every worker employed in the performance of a public ' work contract shall be certified as having completed an OSHA 10 safety training course. The clear intent of this provision is to require that all employees of public work contractors receive such training "prior to the performing any work on the project." ' The Bureau will enforce the statute as follows: All contractors and sub contractors must attach a copy of proof of completion of the OSHA 10 course to the first certified payroll submitted to the contracting agency and on each succeeding payroll where any new or additional employee is fust listed. , Proof of completion may include but is not limited to: ' • copies of bona fide course completion card; • training roster, attendance record of other documentation from the certified trainer pending the issuance of the card. ' • other valid proof **A certification by the employer attesting that all employees have completed such course is ' not sufficient proof that the course has been completed. Any questions regarding this statute may be directed to the New York State Department of P ' Labor, Bureau of Public Work at 518-485-5696. Page 1 of 1 WICKS Reform 2008 (For all contracts advertised or solicited for bid on or after 7/1/08) ' Raises the threshold for public work projects subject to the Wicks Law requiring separate specifications and bidding for the plumbing, heating and electrical work. The total project's threshold would increase from $50,000 to: $3 million in Bronx, ' Kings, New York, Queens and Richmond counties, $1.5 million in Nassau, Suffolk and Westchester counties; and $500,000 in all other counties. . For projects below the monetary threshold, bidders must submit a sealed list ' naming each subcontractor for the plumbing, HVAC and electrical work and the amount to be paid to each. The list may not be changed unless the public owner finds a legitimate construction need, including a change in specifications or costs or use of a Project Labor Agreement (PLA), and must be open to public • inspection. 1 • Allows the state and local agencies and authorities to waive the Wicks Law and use a PLA if it will provide the best work at the lowest possible price. If a PLA is ' used, all contractors shall participate in apprentice training programs in the trades of work it employs that have been approved by the Department of Labor (DOL) for not less than three years. They shall also have at least one graduate ' in the last three years and use affirmative efforts to retain minority apprentices. PLA's would be exempt from Wicks, but deemed to be public work subject to prevailing wage enforcement. ' • The Commissioner of Labor shall have the power to enforce separate specification requirements on projects, and may issue stop -bid orders against public owners for non-compliance. • Other new monetary thresholds, and similar sealed bidding for non -Wicks ' projects, would apply to certain public authorities including municipal housing authorities, NYC Construction Fund, Yonkers Educational Construction Fund, NYC Municipal Water Finance Authority, Buffalo Municipal Water Finance Authority, Westchester County Health Care Association, Nassau County Health Care Corp., Clifton -Fine Health Care Corp., Erie County Medical Center Corp., NYC Solid Waste Management Facilities, and the Dormitory Authority. ' • Reduces from 15 to 7 days the period in which contractors must pay subcontractors. IMPORTANT INFORMATION Regarding Use of Form PW30R "Employer Registration for Use of 4 Day / 10 Hour Work Schedule" To use the '4 Day / 10 Hour Work Schedule": There MUST be a Dispensation of Hours (PW30) in place on the project T, You MUST register your intent to work 4 / 10 hour days, by completing the PW30R Form. REMEMBER... The '4 Day/ 10 Hour Work Schedule' applies ONLY to Job Classifications and Counties listed on the PW30R Form. PW30R-Notice (Please note: For each Job Classification check the individual wage schedule for specific details regarding their 4/10 hour day posting.) NYSDOL Bureau of Public Work I 1 1 1 1 1 1 tJ 1 lofl 1 n LJ ' Instructions for Completing Form PW30R "Employer Registration for Use of 4 Day/ 10 Hour Work Schedule" Before completing Form PW30R check to be sure ... • There is a Dispensation of Hours in place on the project. The 4 Day / 10 Hour Work Schedule applies to the Job Classifications you will be using. ' • The 4 Day / 10 Hour Work Schedule applies to the County / Counties where the work will take place. Instructions (Type or Print legibly): Contractor Information: '• Enter the Legal Name of the business, FEIN, Street Address, City, State, Zip Code; the Company s • Phone and Fax numbers; and the Company's email address (if applicable) ' • Enter the Name of a Contact Person for the Company along with their Phone and Fax numbers, and the personal email address (if applicable) ' Project Information: • Enter the Prevailing Rate Case number (PRC#) assigned to this project ' • Enter the Project Name / Type (i.e. Smithtown CSD — Replacement of HS Roof) • Enter the Exact Location of Project (i.e. Smithtown HS, 143 County Route #2, Smithtown,NY; Bldgs. 1 & 2) • If you are a Subcontractor, enter the name of the Prime Contractor for which you work • On the Checklist of Job Classifications - o Go to pages 2 and 3 of the form ' o Place a checkmark in the box to the right of the Job Classification you are choosing o Mark all Job Classifications that apply Requestor Information: • Enter the name of the person submitting the registration, their title with the company, and the date the registration is filled out Return Completed Form: ' • Mail the completed PW30R form (3 pages) to: NYSDOL Bureau of Public Work, SOBC —Bldg. 12 — Rm.130, Albany, NY 12240 -OR- • Fax the completed PW30R form (3 pages) to: NYSDOL Bureau of Public Work at (518)485-1870 ' PW30R-Instructions NYSDOL Bureau of Public Work 1 of 1 1 New York State Department of Labor Bureau of Public Work W. Averell Hamman State Office Campus Building 12 - Room 130 Albany, New York 12240 Phone -(518)457-5589 Fax -(518)485-1870 Wore completing Form PW30R check to be sure ... There is a Dispensation of Hours in place on the project. The 4 Day / 10 Hour Work Schedule applies to the Job Classifications you will be using. The 4 Day / 10 Hour Work Schedule applies to the County / Counties where the work will take place. Please Type or Print the Requested Information Nhen completed ... Mail to NYSDOL Bureau of Public Work, SOBC, Bldg. 12, Rm.130, Albany, NY 12240 or - Fax to NYSDOL Bureau of Public Work at (518) 485-1870 Company Name: Address: City: Phone Number Contact Person: Phone No: Project PRC#: Exact Location of Project: (If you are Subcontractor) Prime Contractor Name: Fax Number: Fax No: FEIN: State: Zip Code: Email Address: Email: Project Name/Type: County: 1 Job Classification(s) to Work 4/10 Schedule: (Choose alt that apply on lob Classification Checklist- Pages 2 & 3) ' Name: Title: Date : ' PW -30R (07-09) 1 of 3 1 I Ll [I, Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule) PW -30R (07-09) NYSOOL Bureau of Public Work 2 of 3 ❑ Electrician 25m Nassau, Suffolk Cayuga, Chenango, Cortland, Herkimer, Madison, Oneida, ❑ Electrician 43 Onondaga, Oswego, Otsego, Tompkins, Wayne Electrician 840Teledata Cayuga, Onondaga, Ontario, Seneca, Wayne, Yates ❑ Genesee, Livingston, Monroe, Ontario, Orleans, Wayne, ❑ Electrician 86 Wyoming ❑ Electrician Lineman 10491-ine/Gas Nassau, Suffolk Albany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, ❑ Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Rensselaer, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Sullivan, Tioga, Tompkins, Electrician Lineman 1249a iUlster, Warren, Washington, Wayne, Wyoming, Yates Columbia, Delaware; Dutchess, Greene, Orange, Putnam, ❑ Elevator Constructor 138 Rockland, Sullivan, Ulster, Westchester Allegany, Cattaraugus, Chautauqua, Erie, Genesee, Niagara, E]Elevator Constructor 14 Orleans, Wyoming Chemung, Livingston, Monroe, Ontario, Schuyler, Seneca, ❑ Elevator Constructor 27 Steuben, Wayne, Yates Albany, Clinton, Columbia, Essex, Franklin, Fulton, Greene, Hamiliton, Herkimer, Montgomery, Oneida, Otsego, ❑ Rensselaer, Saratoga, Schenectady, Schoharie, Warren, Elevator Constructor 35 Washington Broome, Cayuga, Chenango, Cortland, Delaware, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, St. Lawrence, ❑ Elevator Constructor 62,1 Tioga, Tompkins Jefferson, Lewis, Livingston, Monroe, Ontario, Seneca, St. ❑ Glazier 677.1 Lawrence, Wayne, Yates Broome, Cayuga, Chemung, Chenango, Cortland, Herkimer, ❑ Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, Insulator - Heat & Frost 30 -Syracuse Otsego, Schuyler, Seneca, St Lawrence, Tioga, Tompkins PW -30R (07-09) NYSOOL Bureau of Public Work 2 of 3 I 1 1 Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule) 30ffiffim 1 0 ❑ Electrician 25m Nassau, Suffolk Cayuga, Chenango, Cortland, Herkimer, Madison, Oneida, ❑ Electrician 43 Onondaga, Oswego, Otsego, Tompkins, Wayne Electrician 840Teledata Cayuga,Onondaga, Ontario, Seneca, Wayne, Yates ❑ Genesee, Livingston, Monroe, Ontario, Orleans, Wayne, ❑ Electrician 86 Wyoming Electrician Lineman 1049Line/Gas Nassau, Suffolk ❑ Albany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, E]Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Rensselaer, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Sullivan, Tioga, Tompkins, Electrician Lineman 1249a Ulster, Warren, Washington, Wayne, Wyoming, Yates Columbia, Delaware, Dutchess, Greene, Orange, Putnam, ❑ Elevator Constructor 138 Rockland; Sullivan, Ulster, Westchester Allegany, Cattaraugus, Chautauqua, Erie, Genesee, Niagara, ❑ Elevator Constructor 74 Orleans, Wyoming Chemung, Livingston, Monroe, Ontario, Schuyler, Seneca,. Elevator Constructor Z7 Steuben, Wayne, Yates Albany, Clinton, Columbia, Essex, Franklin, Fulton, Greene, Hamiliton, Herkimer, Montgomery, Oneida, Otsego, ❑ Rensselaer, Saratoga, Schenectady, Schoharie, Warren, Elevator Constructor 35 Washington Broome, Cayuga, Chenango, Cortland, Delaware, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, St. Lawrence, ❑ Elevator Constructor 62,1 Tioga, Tompkins Jefferson, Lewis, Livingston, Monroe, Ontario, Seneca, St. ❑ Glazier 677.1 Lawrence, Wayne, Yates Broome, Cayuga, Chemung, Chenango, Cortland, Herkimer, ❑ Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, Insulator - Heat & Frost 30 -Syracuse Otsego, Schuyler, Seneca, St Lawrence, Tioga, Tompkins IPW -30R (07-09) NYSDOL Bureau of Public Work 2 of 3 1 Rates for 07/012009 - 06/30/2010 ' Last Introduction to the Prevailing Rate Schedule Published by the New York State Department of Labor PRC Number 2010002962 ' Information About Prevailing Rate Schedule This information is provided to assist you in the interpretation of particular requirements for each classification of worker contained in the attached Schedule of Prevailing Rates. Classification It is the duty of the Commissioner of Labor to make the proper classification of workers taking into account whether the work is heavy and highway, building, sewer and water, tunnel work or residential, and to make a determination of wages and supplements to be paid or provided. It is the responsibility of the public work contractor to use the proper rate. If there is a question on the proper classification to be used, please call the district office located nearest the project. District office locations and phone numbers are listed below. Prevailing Wage Schedules are issued separately for "General Construction Projects" and "Residential Construction Projects" on a county - by -county basis. General Construction Rates apply to projects such as: Buildings, Heavy & Highway, and Tunnel and Water & Sewer rates. Residential Construction Rates generally apply to construction, reconstruction, repair, alteration, or demolition of one family, two family, row housing, or rental type units intended for residential use. Some rates listed in the Residential Construction Rate Schedule have a very limited applicability listed along with the rate. Rates for occupations or locations not shown on the residential schedule must be obtained from the General Construction Rate Schedule. Please contact the local Bureau of Public Work office before using Residential Rate Schedules, to ensure that the project meets the required criteria. ' Paid Holidays Paid Holidays are days for which an eligible employee receives a regular day's pay,but is not required toperform work. If an employee works on a day listed as a paid holiday, this remuneration is in addition to paymenof the required prevailing rate for the work actually performed. Overtime At a minimum, all work performed on a public work project in excess of eight hours in any one day or more than five days in any workweek is ' overtime. However, the specific overtime requirements for each trade or occupabon on a public work project may differ. Specific overtime requirements for each trade or occupation are contained in the prevailing rate schedules. Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employee actually performs work on such holidays. The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for these covered holidays can be found in the OVERTIME PAY section listings for each classification. Supplemental Benefits Particular attention should be given to the supplemental benefit requirements. Although in most cases the payment or provision of supplements is for each hour worked, some classifications require the payment or provision of supplements for each hour paid (including paid holidays on which no work is performed) and/or may require supplements to be paid or provided at a premium rate for premium hours worked. Effective Dates When you review the schedule for a particular occupation, your attention should be directed to the dates above the column of rates. These are the dates for which a given set of rates is effective. The rate listed is valid until the next effective rate change or until the new annual determination which takes effect on July 1 of each year. All contractors and subcontractors are required to ay the current prevailing rates of wages and supplements. If you have any questions please contact the Bureau of Public Work or visit the New York State Department of Labor website (www.labor.state.ny.us) for current wage rate information. Apprentice Training Ratios The following are the allowable ratios of registered Apprentices to Journey -workers. ' For example, the ratio 1:1,1:3 indicates the allowable initial ratio is one Apprentice to one Joumeyworker. The Joumeyworker must be in place on the project before an Apprentice is allowed. Then three additional Joumeyworkers are needed before a second Apprentice is allowed. The last rabo repeats indefinitely. Therefore, three more Joumeyworkers must be present before a third Apprentice can be hired, and so on. ' Please call Apprentice Training Central Office at (518) 457-6820 if you have any questions. ' Page 24 Title (Trade) Ratio Boilermaker (Construction) 1:1,1:4 Boilermaker (Shop) 1:1,1:3 Carpenter (Bldg.,H&H, Pile Driver/Dockbuilder) 1:1,1:4 'Carpenter (Residential) 1:1,1:3 Electrical (Outside) Lineman 1:1,12 ' Page 24 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor Last Published on Apr 012010 PRC Number 2010002962' Electrician (Inside) 1:1,1:3 Elevator/Escalator Construction & Modernizer 1:1,1:2 , Glazier 1:1,1:3 Insulation & Asbestos Worker 1:1,1:3 Iron Worker 1:1,1:4 ' Laborer 1:1,1:3 Mason 1:1,1:4 ' Millwright 1:1,1:4 Op Engineer 1:1,1:5 Painter 1:1,1:3 Plumber & Steamfitter 1:1,1:3 Roofer 1:1,1:2 Sheet Metal Worker 1:1,1:3 ' Sprinkler Fitter 1:1,1:2 If you have any questions concerning the attached schedule or would like additional information, please contact the nearest BUREAU of ' PUBLIC WORK District Office or write to: New York State Department of Labor •� Bureau of Public Work State Office Campus, Bldg. 12 Albany, NY 12240 District Office Locations: Telephone # FAX # ' Bureau of Public Work -Albany 518-457-2744 518-485-0240 ' Bureau of Public Work - Binghamton 607-721-8005 607-721-8004 Bureau of Public Work - Buffalo 716-847-7159 716-847-7650 ' Bureau of Public Work - Garden City 516-228-3915 516-7943518 Bureau of Public Work - Newburgh 845-568-5287 845-568-5332 Bureau of Public Work - New York City 212-775-3568 212-775-3579 Bureau of Public Work - Patchogue 631-687-4883 631-687-4904 ' Bureau of Public Work - Rochester 585.258-4505 585-258-4708 Bureau of Public Work - Syracuse 315428-4056 315-428-0671 Bureau of Public Work - Utica 315-793-2314 315-793-2514 ' Bureau of Public Work - White Plains 914997-9507 914-997-9523 Bureau of Public Work - Central Office 518-457-5589 518.485-1870 ' I I Page 25 1 Prevailing Wage Rates for 0710112009 - 06/30/2010 Published by the New York State Department of Labor Last Published on Apr 012010 PRC Number 2010002962 Suffolk County Suffolk County General Construction ' Asbestos Worker 04/01/20% JOB DESCRIPTION Asbestos Worker DISTRICT 9 1 NOTE: *On Mechanical Systems that are NOT to be SCRAPPED 'Increase to be allocated at a later date. 'SUPPLEMENTAL BENEFITS Abestos Worker Removal & Abatement Only $9.15 • OVERTIME PAY See (B, B2, K) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE NOTE: Easter Paid at Time and One-half IF worked REGISTERED APPRENTICES Apprentice Removal & Abatement Only: 1000 hour terms at the following percentage of Journeyman's rates. 1st 2nd 3rd 4th 78% 80% 83% 89% Supplemental Benefits (per Hour worked) Apprentice Removal & Abatement Only $9.15 9-12a - Removal Only Boilermaker 041411201e JOB DESCRIPTION Boilermaker DISTRICT 4 ENTIRE COUNTIES Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Sullivan, Ulster, Westchester WAGES Per Hour: 07/01/2009 COUNTIES $ 45.89 'ENTIRE Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk 45.89 WAGES ' Per hour: 07/01/2009- 12/011/2009- 11/30/2009 11/30/2010 Abestos Worker +Additional Removal & Abatement Only` $32.95 $3.00" 1 NOTE: *On Mechanical Systems that are NOT to be SCRAPPED 'Increase to be allocated at a later date. 'SUPPLEMENTAL BENEFITS Abestos Worker Removal & Abatement Only $9.15 • OVERTIME PAY See (B, B2, K) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE NOTE: Easter Paid at Time and One-half IF worked REGISTERED APPRENTICES Apprentice Removal & Abatement Only: 1000 hour terms at the following percentage of Journeyman's rates. 1st 2nd 3rd 4th 78% 80% 83% 89% Supplemental Benefits (per Hour worked) Apprentice Removal & Abatement Only $9.15 9-12a - Removal Only Boilermaker 041411201e JOB DESCRIPTION Boilermaker DISTRICT 4 ENTIRE COUNTIES Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Sullivan, Ulster, Westchester WAGES Per Hour: 07/01/2009 NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay. 'Same as Boilermaker (Includes replacement of parts and repairs & renovation of an existing unit). OVERTIME PAY Page 26 Boilermaker $ 45.89 Repairs & Renovation 45.89 SUPPLEMENTAL BENEFITS ' Per Hour: 07/01/2009 BoilerMaker 48% of Hourly Wage Paid + $ 8.07 Repairs & Renovation' NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay. 'Same as Boilermaker (Includes replacement of parts and repairs & renovation of an existing unit). OVERTIME PAY Page 26 Prevailing Wage Rates for 07/01/2009 - 00/30/2010 Published by the New York State Department of Labor' Last Published on Apr 012010 PRC Number 2010002962 Suffolk County See (D, O) on OVERTIME PAGE HOLIDAY Paid: See8, 16, 23, 24) on HOLIDAY PAGE Overtime: See (5, 6, 11, 12, 15, 25) on HOLIDAY PAGE NOTE: `Employee must work in pay week to receive Holiday Pay. "'Boilermarker gets 4 times the hourly wage rate for working on labor Day. "'Repairs & Renovation see (B,E,Q) on HOLIDAY PAGE REGISTERED APPRENTICES (1/2) Year Terms at the following pecentage of Boilermaker's Wage 1st 2nd 3rd 65% 65% 70% Supplemental Benefits Per Hour: Boilermaker Apprentice(s) Repairs & Renovation' Apprentice(s) 4th 75% 07/01/2009 48% of Hourly Wage Paid + $ 8.07 5th 6th 7th 80% 85% 90% $48% of Hourly Wage Paid + $ 8.07 NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay. 'Includes replacement of parts and repairs & renovation of an existing unit. 1 8th 95% ' 4-5 Carperrters o4uotno1a 11 JOB DESCRIPTION Carpenter DISTRICT 9 ' ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Rockland, Westchester PARTIAL COUNTIES Orange: South of but including the following, Waterloo Mills, SlateHill, New Hampton, Goshen, Blooming Grove, Mountainville, east to the Hudson River. Putnam: South of but including the following, Cold Spring, TompkinsComer, Mahopac, Croton Falls, east to Connecticut border. Suffolk: West of Port Jefferson and Patchoque Road to Route 112 tothe Atlantic Ocean. WAGES ' Per hour: 07/01/2009 10/17/2009 Core Drilling: Additional Driller $ 33.25 $ 2.21' Assistant Driller 27.22 194" Note: Hazardous Waste Pay Differential: ' For Level C, an additional 10% above wage rate per hour For Level B, an additional 10% above wage rete per hour For Level A, an additional 10% above wage rate per hour Note: When required to work on water: an additional $ 0.50 per hour. , " May be allocated between wages and benefits. SUPPLEMENTAL BENEFITS , Per hour paid: Driller $ 15.31 Assistant 15.31 ' Page 27 1 'JOB DESCRIPTION Carpenter ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester ' WAGES Per Hour: 07/01/2009 07/01/2010 Timberman $ 40.50 SUPPLEMENTAL BENEFITS Per hour paid: Additional $ 3.53' LTimberman $ 40.62 'May be allocated between wages and benefits. 'OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See (18,19) on HOLIDAY PAGE. Paid: for 1 at & 2nd yr. Apprentices See (5,6,11,13,16,18,19,25) DISTRICT 9 Overtime: See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE. REGISTERED APPRENTICES Wages per hour is Pecentage of Joumeymans Wage. ' ( 1 ) year terms: tat 2nd 3rd 4th 40% 50% 65% 80% Supplemental benefits per hour: Apprentices $ 25.14 9-1536 Carpenter JOB DESCRIPTION Carpenter DISTRICT 9 'ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per hour: 07/01/2009 07/01/2010 Additonal Building Page 28 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Apr 01 2010 Published by the New York State Department of Labor PRC Number 2010002962 Suffolk County OVERTIME PAY OVERTIME: See (B,E,K',P,R") on OVERTIME PAGE. HOLIDAY HOLIDAY: Paid: See (5,6) on HOLIDAY PAGE. Overtime: ' See (5,6) on HOLIDAY PAGE. ' " See (8,10,11,13) on HOLIDAY PAGE. Assistant: One (1) year increments at the following percentage of Assistant wages. This is not an apprenticeship for Driller. 1st Year 2nd Year 3rd Year 4th Year 70% 80% 90% 100% ■ 9-1536-CoreDriller 'JOB DESCRIPTION Carpenter ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester ' WAGES Per Hour: 07/01/2009 07/01/2010 Timberman $ 40.50 SUPPLEMENTAL BENEFITS Per hour paid: Additional $ 3.53' LTimberman $ 40.62 'May be allocated between wages and benefits. 'OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See (18,19) on HOLIDAY PAGE. Paid: for 1 at & 2nd yr. Apprentices See (5,6,11,13,16,18,19,25) DISTRICT 9 Overtime: See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE. REGISTERED APPRENTICES Wages per hour is Pecentage of Joumeymans Wage. ' ( 1 ) year terms: tat 2nd 3rd 4th 40% 50% 65% 80% Supplemental benefits per hour: Apprentices $ 25.14 9-1536 Carpenter JOB DESCRIPTION Carpenter DISTRICT 9 'ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per hour: 07/01/2009 07/01/2010 Additonal Building Page 28 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Apr 01 2010 Published by the New York State Department of Labor' PRC Number 2010002962 Suffolk County Millwright $ 44.24 $ 3.62" 'May be allocated between wages and benefits SUPPLEMENTAL BENEFITS ' Per hour paid: Millwright $ 44.75 , OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See (18,19) on HOLIDAY PAGE. Paid: for 1 st & 2nd yr. , Apprentices See (5,6,11,13,16,18,19,25) Overtime See (5,6,11,13,16,18,19,25)onHOLIDAY PAGE. REGISTERED APPRENTICES ' Wages per hour is Pecentage of Joumeymans wage (1) year terms: 1 St. 2nd. 3rd. 4th. ' 55% 65% 75% 95% Supplemental benefits per hour: (1)year terms: 1 St. 2nd. 3rd. 4th. ' $28.19 $31.29 $35.51 $40.62 9-740.1 Carpenter 04/01/2010' JOB DESCRIPTION Carpenter DISTRICT 9 ENTIRE COUNTIES ' Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per hour: 07/01/2009 Marine Construction: Marine Diver $ 56.32 M.D.Tender 40.17 , SUPPLEMENTAL BENEFITS Per hour paid: Journeyman $ 40.86 ' OVERTIME PAY ' See (B, E, E2, Q) on OVERTIME PAGE HOLIDAY , Paid: See (18,19) on HOLIDAY PAGE. Paid: for 1 at & 2nd yr. Apprentices See (5,6,10,11,13,16,18,19) ' Overtime: See (5,6,10,11,13,16,18,19) on HOLIDAY PAGE. REGISTERED APPRENTICES Wager per hour is Percentage of Joumeymans Wage (1) year terms: Page 29 1 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor ' Last Published on Apr 012010 PRC Number 2010002962 Suffolk County 1st 2nd 3rd 4th 40% 50% 65% 80% Supplemental benefits per hour: Apprentices $ 26.97 9-1456MC ' Carpenter 04101/2010' JOB DESCRIPTION Carpenter DISTRICT 9 ENTIRE COUNTIES Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per hour: 07/01/2009 Carpet/Resilient Floor Coverer SUPPLEMENTAL BENEFITS Per hour paid: Floor Coverer OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY $ 44.02 $ 38.58 Paid: See (18, 19)on HOLIDAY PAGE. Paid: for 1 at 8 2nd yr. Apprentices See (5,6,11,13,16,18,19,25) Overtime: See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE. REGISTERED APPRENTICES Wage per hour is Pecentage of Journeymans Wage (1) year terms: 1st. 2nd. 40% 50°h ' Supplemental benefits per hour: Apprentices $ 25.83 3rd. 4th. 65% 80% 9-2287 Carpenter 04!01/2010; ' JOB DESCRIPTION Carpenter DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per hour: 07/01/2009 07/01/2010 Additional ' Piledriver $ 44.61 $ 3.72• Dockbuilder 44.61 3.72' 'SUPPLEMENTAL BENEFITS Per hour paid: ' Page 30 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor Last Published on Apr 012010 PRC Number 2010002962 Suffolk County Joumeyman $ 40.86 - May be allocated between wages and benefits. , OVERTIME PAY See (B, E2, O) on OVERTIME PAGE 7 HOLIDAY ' Paid: See (18,19)on HOLIDAY PAGE. Paid: for 1 at & 2nd yr. Apprentices See (5,6,11,13,16,18,19,25) ' Overtime: See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE. ' REGISTERED APPRENTICES Wages per houris Pecentage of Joumeymans Wage r (1)yearterms: 1 St. 2nd. 3rd. 4th. 40% 50% 65% 80% Supplemental benefits per hour: Apprentices $ 26.97 9-1456 Camente►- Building 1 Heavy&Highway 04/01/2010 JOB DESCRIPTION Carpenter- Building / Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES ' Per Hour: 07/01/2009 Building Carpenter $ 37.21 ' Heavy Highway Carpenter $ 37,21 SUPPLEMENTAL BENEFITS Per Hour: 07/0112009 Both Carpenter , Categories $ 30.29 OVERTIME PAY See (B, E, O) on OVERTIME PAGE HOLIDAY ' Paid: See (18,19) on HOLIDAY PAGE Overtime: See (5, 6, 16, 23, 24, 25) on HOLIDAY PAGE REGISTERED APPRENTICES One(1) Year Terms at the following pecentage of Joumeymans Wage ' 1st 2nd 3rd 4th 40% 55% 65% 75% Supplemental Benefits Per Hour: ' 07/01/2009 All Apprentice Terms $ 17.38 4-Reg.Council Nass/Suff' Electrician 04101/2010 Page 31 ' Prevailing Wage Rates for 07/01/2009 - 06130/2010 Published by the New York State Department of Labor 'Last Published on Apr 01 2010 PRC Number 2010002962 Suffolk County JOB DESCRIPTION Electrician DISTRICT 4 ENTIRE COUNTIES ' Nassau, Suffolk WAGES Per Hour: 07/01/2009 ' Tree Trimmer/ Line Clearance Specialist $ 26.46 ' NOTE: This Rate For Line Clearance Only. SUPPLEMENTAL BENEFITS Per Hour: 07/01/2009 ' Tree Trimmer/ Line Clearance Specialist 20.5% of Hourly Wage Paid + ' $ 5.48 NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay OVERTIME PAY See (B, E, P) on OVERTIME PAGE HOLIDAY Paid: See (5, 6, 8, 16, 23, 24, 25, 26) on HOLIDAY PAGE NOTE: Time and One Half the Hourly Rate plus Holiday Pay if Worked 4-10497Tree Electrician 04/01/2010 ' JOB DESCRIPTION Electrician DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/01/2009- 06/01/2010 05/31/2010 Telephone & Intergrated Tele- $ 33.31 $ 34.22 Data Sytems Electrician "PLEASE NOTE" This rate dassification applies to ALL Voice, Data & Video work.. Excluding Fire Alarm Systems and Energy Managment Systems (HVAC Controls), in those cases the regular Electrician rate applies. To ensure proper use of this rate please call Nassau Offices at (516)228-3915 or Suffolk Offices at (631)687-4882. SUPPLEMENTAL BENEFITS Per Hour: 07/01/2009- 06/01/2010 05/31/2010 ' Electrician 15.5% of Hourly 15.5% of Hourly Wage Paid + Wage Paid + $ 14.89 $ 15.44 ' NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE 'HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 15, 16, 25) on HOLIDAY PAGE 4-25tela Electrician 0410112010, JOB DESCRIPTION Electrician DISTRICT 4 ' Page 32 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor , Last Published on Apr 01 2010 PRC Number 2010002962 Suffolk County ENTIRE COUNTIES Nassau, Suffolk WAGES , Per Hour: 07/01/2009- 06/01/2010 05/31/2010 Electrcian , Electrical Maintenance $ 36.70 $ 37.70 "PLEASE NOTE" ' Applicable to "EXISTING ELECTRICAL SYSTEMS" including, but not limited to TRAFFIC SIGNALS & STREET LIGHTING. Not used for addons. '. IMPORTANT NOTICE - EFFECTIVE 04/01/2009 •• ' Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday, with one-half (1/2) hour allowed for a , lunch period. NOTE - In order to use the'4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project. SUPPLEMENTAL BENEFITS Per Hour: Electrcian 12% of Hourly 12% of Houdy Wage Paid + Wage Paid + $ 14.40 $ 14.94 NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay OVERTIME PAY See (B, E2, H) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 15, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES One(1) Year Term(s) at the following Percentage of Joumeyman(s) Wage: 1st Yr 2nd Yr 3rd Yr 4th Yr 5th Yr 40% 50% 60% 70% 80% Supplemental Benefits per hour Apprentice(s) 12% of Hourly 12% of Hourly Wage Paid + Wage Paid + $ 12.46 $ 12.65 NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay 4-25m Electrician 04/01/2010' ' JOB DESCRIPTION Electrician DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/01/2009 Electrician/Wireman $ 45.75 HVAC Controls 45.75 Fire Alarms 45.75 (low volt included) I Page 33 1 Prevailing Wage Rates for 07/01/2009 • 06/30/2010 Published by the New York State Department of Labor Last Published on Apr 01 2010 PRC Number 2010002962 Suffolk County PUMP & TANK WORK ' Electrcian/Wireman SUPPLEMENTAL BENEFITS Per Hour: Electrcian/Wireman (all categories) $ 35.20 07/01/2009 16.0% of Hourly Wage Paid + $ 22.69 ' NOTE: "Hourly Wage Paid" shall include any and all premium(s) OVERTIME PAY 'See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 15, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES One(1) Year Terms at the following Percetage of Joumeyman(s) Wage '1st 2nd 3rd 4th 5th 35% 40% 45% 50% 60% Supplemental Benefits per hour Apprentice(s) t 1 at Tenn 3% of Hourly Wage Paid + $ 4.54 2nd Term 3% of Hourly Wage Paid + $ 6.79 ' 3rd Term 16.0% of Hourly Wage Paid + $ 10.21 4th Term ' 5th Tenn ' 6th Term 16.0% of Hourly Wage Paid + $ 11.35 16.0% of Hourly Wage Paid + $ 13.61 6th 70% 16.0% of Hourly Wage Paid + $ 15.88 NOTE: "Hourly Wage Paid' shall include any and all premium(s) pay 4-25 Electrician Lineman 04101/20% JOB DESCRIPTION Electrician Lineman DISTRICT 4 ENTIRE COUNTIES 'Nassau, Queens, Suffolk WAGES For Utility Distribution & Transmission Line Construction ' Per Hour: 07/01/2009- 04/04/2010 04/03/2010 Page 34 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor, Last Published on Apr 01 2010 PRC Number 2010002962 Suffolk County Lineman/Splicer $ 43.35 $ 45.52 Marerial Man 37.71 39.60 Heavy Equip. Operator 34.68 36.42 , Groundman 26,01 27.31 Flagman 19.51 20.48 Undergrond Natural Gasline Mechanic (2" or Less) , 07/01/2009- 06/01/2010 ' 05/31/2010 Journeyman U.G.Mech. $ 35.77 $ 37.92 IMPORTANT NOTICE - EFFECTIVE 04/01/2009'" ' Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. NOTE - In order to use the'4 Day/10 Hour Work Schedule; you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project. SUPPLEMENTAL BENEFITS , Per Hour: Utility Distribution & Transmission Line Construction 07/01/2009- 04/04/2010 04/03/2010 All Classifications 24.5% of Hourly 25% of Hourly ' Wage Paid + Wage Paid + $ 6.95 $ 7.19 NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay ' Underground Natural Gas Mechanic , 07/01/2009- 06/01/2010 05/31/2010 Journeyman U.G.Mech. $ 16.57 $ 17.97 OVERTIME PAY ' See (B, Q) on OVERTIME PAGE See (B,G,P) for Natural Gas Mechanic ' HOLIDAY Paid: See (5, 6, 8, 16, 23, 25, 26) on HOLIDAY PAGE Overtime: See (1) on HOLIDAY PAGE REGISTERED APPRENTICES ' 1000 hour Periods at the following Percentage of Journeyman's Wage. lat. 2nd. 3rd. 4th. 51h. 6th. 7th. 60% 65% 70% 75% 80% 85% 90% 4-1049 Line/Gas Elevator Constructor 04/01/2010 , JOB DESCRIPTION Elevator Constructor DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk PARTIAL COUNTIES Rockland: Entire County except for the Township of Stony Point Page 35 t Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor Last Published on Apr 01 2010 PRC Number 2010002962 Suffolk County Westchester: Entire County except for the Townships of Bedford, Lewisboro, Cortland, Mt. Kisco, North Salem, Pound Ridge, Somers and Yorktown. WAGES Per hour: 07/01/2009- 03/17/2010 Elevator Constructor Elevator Modernization & ' Service/Repair SUPPLEMENTAL BENEFITS Per hour: Elevator Constructor 03/16/2010 $ 49.78 $ 39.65 07/01/2009- 03116/2010 $ 25.12 ' Modernization & Service/Repair $ 24.56 OVERTIME PAY Constructor. See (C, O) on OVERTIME PAGE. Modem./Service See ( B. H ) 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 HOLIDAY PAGE REGISTERED APPRENTICES WAGES: Per Hour 07/01/2009- 03/16/2010 One (1) year terms at the following Percentage ' of Elevator Constructor Hourly Rate 1 st Tern 50% 2nd Tenn 55% 3rd Term 65% 4th Term 75% Modernization Service/Repair:: 1stTerm 50% 2nd Term 55% 3rd Term 65% 4th Term 75% ' Supplemental Benefits per hour paid: Elevator Constructor: 1 st Term $ 20.04 2nd Tenn $ 20.96 3rd Term $ 21.88 '4th Term $ 22.70 Modernization & Service/Repair: 1 st Term $ 20.32 2nd Tenn $ 20.66 3rd Term $ 21.53 4th Tenn $ 22.39 ' Page 36 $ 51.47 $ 40.93 03/17/2010 $ 26.44 $ 25.86 03/17/2010 50% 55% 65% 75% 50% 55% 65% 75% $ 21.55 $ 22.14 $ 23.85 $ 24.05 $ 21.48 $ 21.82 $ 22.72 $ 23.61 9-1 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Apr 01 2010 Published by the New York State Department of Labor PRC Number 2010002962 Suffolk County Glazier 04/0112010 Repair & Maintenance": $ 14.04 JOB DESCRIPTION Glazier DISTRICT 9 ' ENTIRE COUNTIES Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Sullivan, Ulster, Westchester WAGES ( 8th and 9th or more ) will be at the double time rate of pay. Per hour: 07/01/2009- 05/01/2010 ' 04/30/2010 HOLIDAY Glazier $ 46.60 Additional ' $ 3.45/hour' Scaffolding $ 47.60 Additional $ 3.45/hour' , Repair & Maintenance: Glazier $ 25.85 Additional , (1) terms at the following $ 1.00/hour' ' 'Increase to be allocated at a later date Repair & Maintenance- 40% of Joumeymans wage , All repair & maintenance work on a particular building, 50%— "— " ' whenever performed, where the total cumulative contract value is under 60% "" """" $100,000.00. SUPPLEMENTAL BENEFITS Per hour paid: Journeyman.... $ 24.69 Glazier Repair & Maintenance": $ 14.04 OVERTIME PAY OVERTIME: See (C',D'O) on OVERTIME PAGE. ' Denotes if an optional 8th hour is required same will be at the regular rate of pay. If 9th hour is worked then both hours or more ( 8th and 9th or more ) will be at the double time rate of pay. " For Repair & Maintenance see (B,F, P) on overtime page. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 16, 25) on HOLIDAY PAGE The Following are paid holidays for the Repair & Maintenance Class: New Years day, Presidents day, Memorial day, Independents day, Labor day, Thanksgiving day, Day after Thanksgiving, and Christmas day. ' REGISTERED APPRENTICES Wage per hour. (1) terms at the following ' year wage rates. 1st term... $ 15.65 40% of Joumeymans wage 2nd term... $ 23.33 50%— "— " ' 3rd tens... $ 28.85 60% "" """" 4th term... $ 37.29 80% Supplemental Benefits: (Per hour worked) 1st term.... $ 11.42 2nd term.... $ 16.63 3rd term.... $ 18.24 4th term.... $ 21.47 9-1281 (DC9 NYC)' Page 37 1 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor Last Published on Apr 01 2010 PRC Number 2010002962 Suffolk County Insulator - Heat & Frost 04/01/2010 'JOB DESCRIPTION Insulator- Heat & Frost ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk ' WAGES Per hour: 07/01/2009- 01/06/2010 01/05/2010 ' Heat, Frost & Asbestos additional Insulator(s) $ 54.51 $ 2.00/hr ' SHIFT WORK: 2nd Shift: Same wage and regular rate ' 3rd Shift: 14% premium on wage and benefits SUPPLEMENTAL BENEFITS Per Hour: 07/01/2009- 01/06/2010 01/05/2010 'Insulator(s) $ 24.11 $ 24.11 OVERTIME PAY See (C, O, V) on OVERTIME PAGE Wage and benefits for 8th Hour to be paid at time and one half HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 11, 15, 16, 25, 26) on HOLIDAY PAGE REGISTERED APPRENTICES Wages: Apprentice Insulator(s) 1 year terms at the following percentage of Journeyman's rates. 1st 2nd 3rd 4th ' 40% 60% 70% 80% DISTRICT 9 ' Supplemental Benefits per hour: Apprentice Insulator(s) Use same % as ' for Wage of $ 24.11 9-12 ' Ironworker 04101/2010 JOB DESCRIPTION Ironworker DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES Wages: (Per Hour) 07/01/2009 ' Page 38 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor Last Published on Apr 012010 PRC Number 2010002962 Suffolk County Structural..... $ 41.05 Riggers..... $ 41.05 ' Machinery Movers..... $ 41.05 Machinery Erectors..... $ 41.05 ' Time and one-half shall be paid for all work in excess of (8) eight hours at the end of a work day to a maximum of two hours on any regular work day (the ninth (9th) and tenth (10th) hours of work)and double time shall be paid for all work thereafter. " Time and one-half shall be paid for all work on Saturday up to eight (8) hours and double time shall be paid for all work thereafter. HOLIDAY Paid: See (1) on HOLIDAY PAGE 6, Overtime: See (5, 6, 8, 18,19) on HOLIDAY PAGE REGISTERED APPRENTICES Wages: (Per Hour) Six (6) month terms at the following wage rate. 1st 2nd 3rd 4th 5th 6th $21.82 22.42 23.02 23.02 23.02 23.02 ' Supplemental Benefits: (Per Hour) 07/01/2009 ' $ 37.85 ' SUPPLEMENTAL BENEFITS Per Hour: 04/01120101 1 07/01/2009 DISTRICT 9 Journeyman.. $ 52.50 Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester ' OVERTIME PAY ' See (B',E",Q,V) on OVERTIME PAGE. ' Time and one-half shall be paid for all work in excess of (8) eight hours at the end of a work day to a maximum of two hours on any regular work day (the ninth (9th) and tenth (10th) hours of work)and double time shall be paid for all work thereafter. " Time and one-half shall be paid for all work on Saturday up to eight (8) hours and double time shall be paid for all work thereafter. HOLIDAY Paid: See (1) on HOLIDAY PAGE 6, Overtime: See (5, 6, 8, 18,19) on HOLIDAY PAGE REGISTERED APPRENTICES Wages: (Per Hour) Six (6) month terms at the following wage rate. 1st 2nd 3rd 4th 5th 6th $21.82 22.42 23.02 23.02 23.02 23.02 ' Supplemental Benefits: (Per Hour) 07/01/2009 ' $ 37.85 WAGES Per hour: 07/01/2009 9- 40/361-St� Ironworker JOB DESCRIPTION 04/01120101 1 Ironworker DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester PARTIAL COUNTIES ' Rockland: Southam Section WAGES Per hour: 07/01/2009 ' Reinforcing & Metal Lathing... $ 49.87 t SUPPLEMENTAL BENEFITS Per hour paid: Journeyman $ 33.01 ' OVERTIME PAY See ('A, E, Q, "V) on OVERTIME PAGE OVERTIME: See (A',E,Q,V") on OVERTIME PAGE. , All overtime in excess of ten (10)hours shall be paid at double wage. Page 39 ' 0 1 J Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor Last Published on Apr 01 2010 PRC Number 2010002962 Suffolk County HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 11, 13, 18, 19, 25) on HOLIDAY PAGE REGISTERED APPRENTICES Wage per hour. (1) year terms at the following wage rates: 1st 2nd 3rd $ 28.55 $ 33.15 $ 38.21 Supplemental Benefits per hour paid: 1 st 2nd 3rd $ 22.56 $ 24.21 $ 25.36 9-46Reinf ' Ironworker 04101/2010 JOB DESCRIPTION Ironworker DISTRICT 9 'ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester • WAGES 'Per hour: 07/01/2009 Ornamental $ 39.85 Chain Link Fence $ 39.85 Guide Rail Installation $ 39.85 Shift Work: Minimum duration of 5 days. 'Monday thru Friday: When two or three shifts are employed, each shift shall work 7 hour days and be paid for 10 1/2 hours. Shifts not completing the full 7 hours shall be paid 1 1/2 times the straight -time rate for the hours worked. 'Monday thru Friday: (Guardrail & Sign work only) When two or three shifts are employed, each shift shall work 7 hours and be paid for 9 hours. Shifts not completing the full 7 hours shall be paid at 1 1/2 times the straight rate for hours worked. Saturday, Sunday, Holidays: When two or three shifts are employed, each shift shall work 7 hour days and be paid for 15 3/4 hours. Shifts not completing the full 7 hours shall be paid 2 1/4 times the straight -time rate for the hours worked. ' SUPPLEMENTAL BENEFITS Per hour paid: 07101/2009 Journeyman: $ 36.17 OVERTIME PAY OVERTIME: See (A',D1,E",Q,V) on OVERTIME PAGE. `Time and one-half shall be paid for all work in excess of seven (7) hours at the end of a work day to a maximum of two (2) hours on any ' regular work da (8th & 9th hours of work) and double time shall be paid for all work thereafter. "Time and one-half shall be paid for all work on Saturday up to seven (7) hours and double time shall be paid for all work thereafter. HOLIDAY Paid: See (1) on HOLIDAY PAGE 'Overtime: See (5, 6, 25) on HOLIDAY PAGE REGISTERED APPRENTICES 1st term represents first 1-4 months, thereafter (1/2) year terms at the following percentage of Journeyman's wage. ' APPRENTICES: 1st 2nd 3rd 4th 5th 6th 50% 50% 55% 60% 70% 80% Supplemental Benefits per hour paid: ' Page 40 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor , Last Published on Apr 012010 PRC Number 2010002962 Suffolk County 07/01/2009 ' APPRENTICES 1 at Term $ 28.69 2nd Term 28.69 3rd Tenn 29.41 4th Term 30.33 5th Term 31.55 6th Term 32.97 ' ' 9 -580 -Or Ironworker 04/01/2010'' JOB DESCRIPTION Ironworker DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester , WAGES Per hour: 07/01/2009 07/01/2010 Additional Derrickman/Rigger $ 52.50 $1.50' ' • 'Increase to be allocated at a later date , SUPPLEMENTAL BENEFITS Journeyman 07/01/2009 07/01/2010 , $ 27.03 $ 27.03 OVERTIME PAY OVERTIME See (A',D1,E",Q,V) on OVERTIME PAGE. ' 'Time and one-half shall be paid for all work in excess of seven (7) hours at the end of a work day to a maximum of two hours on any regular work day (the eighth (8th) and ninth (9) hours of work) and double time ' shall be paid for all work thereafter. "Time and one-half shall be paid for all work on Saturday up to seven (7) hours and double time shall be paid for all work thereafter. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 10) on HOLIDAY PAGE HOLIDAY: Paid:........ See (1) on HOLIDAY PAGE. ' Overtime:.... See (5', 6', 8", 24", 25") on HOLIDAY PAGE. 'No work shall be performed on this day, except in cases of emergency. Such work shall be done at double time rate of pay. ' "Double time rate of pay. "'Work stops at schedule lunch break with full day's pay. REGISTERED APPRENTICES Wage per hour: ' (1/2) year terms at the following percentage of journeyman's wage. 1st 2nd 3rd 4th 5th 6th 50% 50% 70% 80% 90% 90% ' Supplemental benefits per hour paid: ' Registered Apprentice 1 st year 50% of journeyman's rate All others 75% of journeyman's rate 9-197D/R ' Laborer - Building 04/01/2010 Page 41 1 OVERTIME PAY See (A, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 25) on HOLIDAY PAGE • REGISTERED APPRENTICES Regular Hours Work Terms (Not Available for Abetment Work) Prevailing Wage Rates for 07/01/2009 - 06/30/2010 1 hr to 1000hrs Published on Apr 01 2010 1001hrs to 2000hrs 'Last JOB DESCRIPTION Laborer -Building 2001 fire to 3000hrs ENTIRE COUNTIES TERM #4 3001 hrs to 4000hrs Nassau, Suffolk Wages per hour: ' WAGES APPRENTICES (Not Allowed on Abetment Work) Per Hour: 07/01/2009 ' Building Laborer $ 31.85 #2 Asbestos Abatement Worker $ 31.50 ' (Re -Roofing see Roofer) 21.75 SUPPLEMENTAL BENEFITS TERM #4 Per Hour: 07/01/2009 ' Building Laborer $ 22.51 Asbestos Worker $ 11.60 OVERTIME PAY See (A, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 25) on HOLIDAY PAGE • REGISTERED APPRENTICES Regular Hours Work Terms (Not Available for Abetment Work) Supplemental Benefits per hour: APPRENTICES 'TERM 1*1 $ 14.59 TERM #2 16.16 TERM #3 16.92 TERM #4 17.77 Published by the New York State Department of Labor PRC Number 2010002962 Suffolk County DISTRICT 4 ' 4-66 Laborer - HeavAHInhway 04/01/2010 'JOB DESCRIPTION Laborer-Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk ' WAGES Laborer(Heavy/Highway): GROUP # 1: Asphalt Rakers, Concrete Curb Formsetters. ' GROUP # 2: Asphalt Shovelers, Roller Boys and Tampers. GROUP # 3: Basic Laborer, Power Tool(Jackhammer), Landscape Construction, Traffic Control Personnel(flaggers). ' WAGES PER HOUR: 07/01/2009 ' Page 42 TERM #1 1 hr to 1000hrs TERM #2 1001hrs to 2000hrs #3 2001 fire to 3000hrs 'TERM TERM #4 3001 hrs to 4000hrs Wages per hour: APPRENTICES (Not Allowed on Abetment Work) TERM #1 $ 16.00 #2 19.00 'TERM TERM #3 21.75 TERM #4 24.50 Supplemental Benefits per hour: APPRENTICES 'TERM 1*1 $ 14.59 TERM #2 16.16 TERM #3 16.92 TERM #4 17.77 Published by the New York State Department of Labor PRC Number 2010002962 Suffolk County DISTRICT 4 ' 4-66 Laborer - HeavAHInhway 04/01/2010 'JOB DESCRIPTION Laborer-Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk ' WAGES Laborer(Heavy/Highway): GROUP # 1: Asphalt Rakers, Concrete Curb Formsetters. ' GROUP # 2: Asphalt Shovelers, Roller Boys and Tampers. GROUP # 3: Basic Laborer, Power Tool(Jackhammer), Landscape Construction, Traffic Control Personnel(flaggers). ' WAGES PER HOUR: 07/01/2009 ' Page 42 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor' Last Published on Apr 012010 PRC Number 2010002962 Suffolk County APPRENTICES $ 24.45 GROUP # 1 $ 33.89 After Forty (40)paid GROUP # 2 $ 32.94 , GROUP # 3 $ 30.05 (800 hour) Terms at the following Percentage of Joumeymans Wage: SUPPLEMENTAL BENEFITS Per Hour: 07/01/2009 ' ' ALL GROUPS $ 24.45 After Forty (40)paid , Hours in a work Week $ 15.92 OVERTIME PAY See (B, E2, F) on OVERTIME PAGE NOTE: Premium Pay of 25% of wage for all Straight time hours on all ' New York State D.O.T. and other Goverment Mandated Off -Shift Work NOTE: Hazardous Material Work add an Additional 10% ' of Houdy Rate HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (1) on HOLIDAY PAGE ' REGISTERED APPRENTICES • One (1) Year Terms at the following Pecentage of the Journeyman's Wage 1st 2nd ' 80% 90% 4-1298 , Mason 04/01/2010' JOB DESCRIPTION Mason DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES , Per Hour: 07/01/2009 Brick/Blocklayer $ 48.50 SUPPLEMENTAL BENEFITS ' Per Hour: 07/01/2009 Brick/Block Layer $ 22.04 , OVERTIME PAY See (A, E, E2, Q) on OVERTIME PAGE ' Supplemental Benefits per hour: APPRENTICES $ 24.45 After Forty (40)paid Hours in a work Week $ 15.92 ' 4-1298 , Mason 04/01/2010' JOB DESCRIPTION Mason DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES , Per Hour: 07/01/2009 Brick/Blocklayer $ 48.50 SUPPLEMENTAL BENEFITS ' Per Hour: 07/01/2009 Brick/Block Layer $ 22.04 , OVERTIME PAY See (A, E, E2, Q) on OVERTIME PAGE , HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 25) on HOLIDAY PAGE REGISTERED APPRENTICES ' (800 hour) Terms at the following Percentage of Joumeymans Wage: 1st 2nd 3rd 4th 5th 50% 60% 70% 80% 90% ' Page 43 1 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor Last Published on Apr 01 2010 PRC Number 2010002962 Suffolk County Supplemental Benefits per hour: ' All Apprentices $ 13.11 9-1 Brk Mason - Building, 04/01/2010 JOB DESCRIPTION Mason -Building DISTRICT 9 ENTIRE COUNTIES ' Bronx, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per hour: 07/01/2009 Building: Tile Finisher $ 37.68 SUPPLEMENTAL BENEFITS ' Journeyman $ 21.40 OVERTIME PAY See (A, E, Q) on OVERTIME PAGE HOLIDAY 'Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 10, 11, 15,16) on HOLIDAY PAGE REGISTERED APPRENTICES Wages: (per hour paid) ( 750 hour ) terms at the following percentages of journeyman's wage. '1st 2nd 3rd 4th 5th 6th 7th 8th 50% 55% 65% 70% 75% 85% 90% 95% ' Supplemental Benefits: (per hour paid) (750) hour terms at the following percentages of journeyman's wage: Apprentices. 1st 2nd 3rd 4th 5th 6th 7th 8th 50% 55% 65% 70% 75% 85% 90% 95% 9-7/88-ff Mason- Buildlnst 04/01/2010 ' JOB DESCRIPTION Mason - Building DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester ' WAGES Per hour: 07/01/2009 Building:Marble Restoration ' Marble, Stone, etc & Polisher $ 36.26 Marble, Stone, etc Finishers $ 18.94 BENEFITS 'SUPPLEMENTAL Journeyman: 07/01/2009 Polisher $ 19.80 'Finisher 10.47 OVERTIME PAY See (A, E, Q, V) on OVERTIME PAGE 'HOLIDAY Paid: See (-5, 6, 11, 15) on HOLIDAY PAGE Overtime: See (5, 6, 11, 15) on HOLIDAY PAGE ' Page 44 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor ' Last Published on Apr 012010 PRC Number 2010002962 Suffolk County - 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. All others See ( 1 ) on HOLIDAY PAGE. REGISTERED APPRENTICES ' Wages: (per hour worked) Polisher: ' 900 hour terms at the following percentage of Journeyman's wage. Term: 1st 2nd Shift Work: 3rd 4th Hours: 1- 901- 1801- 12:midnight Saturday 2701- 900 1800 2700 3600 $ 93.66 70% 80% 90% 100% Finisher: ' OVERTIME PAY See (A, E, Q, -V) on OVERTIME PAGE 'Applicable to Shift Work ONLY 750 hour terms at the following percentage of Journeyman's wage. ' HOLIDAY Term: 1st 2nd 3rd 4th 5th 6th 7th Hours: 1- 751- 1501- 2251- 3001- 3751- 4501- 750 1500 2250 3000 3750 4500 5250 70% Supplemental Benefits: (per hour worked) Polisher: Finisher: 74% 78% 82% 07/01/2009 88% 96% 100% Tenn wage % of $6.50 plus $13.30 $ 10.47 I 1 I, 9-7/24 ' Mason - Buiidina 04/01@01 JOB DESCRIPTION Mason -Building DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES ' Per hour: 07/01/2009 Building: Tile Setters $ 46.83 ' Shift Work: 12:O1am Monday- 12:00midnight Friday $ 58.53 ' 12:01 am Saturday- 12:midnight Saturday $ 70.24 ' 12:01 am Sunday- 12:00midnight Sunday $ 93.66 SUPPLEMENTAL BENEFITS Journeyman: $ 24.65 ' OVERTIME PAY See (A, E, Q, -V) on OVERTIME PAGE 'Applicable to Shift Work ONLY ' HOLIDAY Paid: See (1) on HOLIDAY PAGE Page 45 ' Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor 'Last Published on Apr 01 2010 PRC Number 2010002962 Suffolk County Overtime: See (5, 6, 8, 10, 11, 15, 16) on HOLIDAY PAGE REGISTERED APPRENTICES ' Wage per hour: (750 hr)terms at the following wage rates. Term: 1st 2nd 3rd 4th 5th 6th 7th 8th 9th Hours: 1- 751- 1501- 2251- 3001- 3751- 4501- 5251- 6001- 750 1500 2250 3000 3750 4500 5250 6000 6750 Wages: $22.73 25.18 29.93 32.26 34.72 39.47 41.82 44.10 45.32 Supplemental Benefits per hour paid: Term: 1st 2nd 3rd 4th 5th 6th 7th 8th 9th ' Hours: 1- 751- 1501- 2251- 3001- 3751- 4501- 5251- 6001- 750 1500 2250 3000 3750 4500 5250 6000 6750 Supps. $12.00 13.03 15.23 16.37 17.38 19.58 20.70 21.90 24.15 9-7/52 'Mason - Bulldina 04101/2010 JOB DESCRIPTION Mason - Building DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES Building: 07/01/2009 ' Mosaic & Terrazzo Mechanic $ 42.14 Mosaic & Terrazzo Finisher $ 40.65 SUPPLEMENTAL BENEFITS ' Joumeyman: $ 29.26 'OVERTIME PAY See (A, E, Q, V) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 11, 15, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES Wage per hour: (750 Hour) terms at the following percentage of the Terrazzo Mechanic's wage. ' 1st 2nd 3rd 4th 5th 6th 7th 8th 1- 751- 1501- 2251- 3001- 3751- 4501- 5251- 750 1500 2250 3000 3750 4500 5250 6000 ' 50% 55% 65% 70% 75% 85% 90% 95% Supplemental benefits per hour paid: (750 hour) terms at the following percentage of Terrazzo Mechanic's benefit. 1st 2nd 3rd 4th 5th 6th 7th 8th 1- 751- 1501- 2251- 3001- 3751- 4501- 5251- 750 1500 2250 3000 3750 4500 5250 6000 ' 50% 55% 65% 70% 75% 85% 90% 95% 9-7/3 ' Mason - Buildina t Heavy&Hfahwav 04/01/2010 JOB DESCRIPTION Mason - Building / Heavy&Highway DISTRICT 9 COUNTIES 'ENTIRE Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES ' Page 46 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor ' Last Published on Apr 012010 PRC Number 2010002962 Suffolk County NOTE: Shall include but not limited to Precast concrete slabs (London Walks) Marble and Granite pavers 2'x 2' or larger. Per Hour: 07/01/2009 ' Stone Setter $ 55.34 ' Stone Tender $ 36.68 SUPPLEMENTAL BENEFITS ' Per Hour: 07/01/2009 Stone Setter $ 23.23 , Stone Tender $ 15.28 OVERTIME PAY See ('C, "E, Q) on OVERTIME PAGE ' On weekdays the eighth (8th) and ninth (91h) hours are time and one-half all work thereafter is paid at double the hourly rate. .' The first seven (7) hours on Saturday is paid at time and one-half all work thereafter is paid at double the hourly rate. HOLIDAY ' Paid: See (8, 25) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE REGISTERED APPRENTICES ' Per Hour: 07/01/2009 Stone Setter(750 hour) terms at the following wage rate per hour. tat 2nd 3rd 4th 5th 6th ' tern term term term term term $27.71 $32.15 $36.58 $41.02 $45.45 $49.89 HOLIDAY ' Supplemental Benefits for all terms ' 07/01/2009 ' $ 14.69 9-1 Stn JOB DESCRIPTION Mason - Building / Heavy&Highway DISTRICT 9 ENTIRE COUNTIES ' Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES Per hour: 07/01/2009 ' Marble -Finisher $ 41.30 SUPPLEMENTAL BENEFITS Journeyman $ 24.33 ' OVERTIME PAY See (C, O, V) on OVERTIME PAGE HOLIDAY Paid: See ('2) on HOLIDAY PAGE ' Overtime: See (5, 6, 8, 11, 15, 25) on HOLIDAY PAGE ' 1/2 Day for Labor Day REGISTERED APPRENTICES ' Wages: 750 hour terms at the following percentage of Journeyman's wage. 1st 2nd 3rd 4th 5th 6th 7th 8th ' 1- 751- 1501- 2251- 3001- 3751- 4501- 5251- 750 1500 2250 3000 3750 4500 5250 6000 Page 47 1 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor 'Last Published on Apr 01 2010 PRC Number 2010002962 Suffolk County 50% 55% 65% 70% 75% 85% 90% 95% tSupplemental Benefits: 07/01/2009 1 st-6th terms $14.50 + term wage % of $9.83 ' 7th and 8th terms $24.33 9 -7120 -MR ' Mason - Heaw&Hinhway 04/01/2010 JOB DESCRIPTION Mason - Heavy&Highway DISTRICT 9 'ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07/01/2009 ' (MASON) Pointer, Cleaner& Caulkers $ 41.19 SUPPLEMENTAL BENEFITS Pointer, Cleaners & $ 21.32 Caulkers 'OVERTIME PAY See (B, E2, H) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE REGISTERED APPRENTICES Wages: (Per hour) One (1) year terms at the following wage rates. 1 at 2nd 3rd 4th 07/01/2009 $ 22.16 $ 25.41 $ 30.14 $ 36.57 Apprentices Supplemental Benefits: (per hour paid) ' 07/01/2009 1st 2nd 3rd 4th $3.15 $7.21 $10.21 $10.21 9-1 PCC 'Mason -Heavv&Hlahway 04/01/2010 JOB DESCRIPTION Mason - Heavy&Highway DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES 'Per Hour: 07/01/2009 Cement Mason $ 47.50 ' SUPPLEMENTAL BENEFITS Per Hour: 07/01/2009 Cement Mason $ 26.61 OVERTIME PAY See (D, O, V) on OVERTIME PAGE Page 48 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor , Last Published on Apr 01 2010 PRC Number 2010002962 Suffolk County HOLIDAY Paid: See (1) on HOLIDAY PAGE ' Overtime: See (5, 6, 8, 11, 13,25) on HOLIDAY PAGE REGISTERED APPRENTICES ( 1 ) year terms at the following Percentage of Joumeymans Wage. 1stTerm 50% ' 2nd Term 60% ' 3rd Term 70% ' Supplement Benefits per hour paid: ' Apprentices: ' 1 at term $ 17.25 2nd term 19.13 3rd term 20.99 ' 9-780 Operating Engineer- Building 0410112010 ' JOB DESCRIPTION Operating Engineer - Building DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk ' WAGES BUILDING CATEGORIES: CLASS"AA"CRANES: Crane, Truck Crane, Derrick, Dragline, Dredge, Crawler Crane, Tower Crane & Pile Driver. CLASS "A": Asphalt Spreader, Backhoe Crawler, Boiler, Boring Machine, Cherry Picker (over 50 tons), Concrete Pump, Gradall, Grader, Hoist,Loading ' Machine (10 yds. or more), Milling Machine, Power Winch - Stone Setting/Structural Steel & Truck Mounted, Powerhouse, Road Paver, Scoop -Carryall -Scraper in Tandem, Shovel, Sideboom Tractor, Stone Spreader (self-propelled), Tank Work, 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 & Front Loader, 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, Work Boat CLASS "C": Curb Machine, Maintenance Engineer (Small Equip. & Well Point), Field Mechanic, Milling Machine (Small), Pulvi Mixer, Pumps (all), Roller (dirt), Ridge Cutter, Vac-AII, Shotblaster, Striping Machine, Interior Hoist, Concrete Finish Machine, ConcreteSpreader, Conveyer, Curing 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, Mixer, Mulching Machine, Oiler, Pump (gypsum), Pump (single action diaphragm), Stump Chipper, Track Tamper, Tractor (caterpillar or wheel), Vibrator, Dockhand on Workboat. 07/01/2009 , Class "AA" $ 55.50 Cranes: Boom length over 100 feet add $ 1.00 per hour ' " 150 " " $1.50 " 250" "$2.00" " " 350" "$3.00" " Class "A" $ 46.04• , "Add $3.50 for Hazardous Waste Work Class "B" $ 43.65' ' "Add $2.50 for Hazardous Waste Work Page 49 1 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor ' Last Published on Apr 01 2010 PRC Number 2010002962 Suffolk County Class "C" $ 42.06' 'Add $1.50 for Hazardous Waste Work Class "D" $ 38.85 Class "E" $ 37.24 SUPPLEMENTAL BENEFITS Per Hour: 07/01/2009 ' ALL CLASSES $ 28.19 NOTE: Overtime Rate $ 22.85 'OVERTIME PAY See (D, O) on OVERTIME PAGE HOLIDAY ' Paid: See (5, 6, 8, 9, 15, 25) on HOLIDAY PAGE Overtime: See (5, 6, 8, 9, 15, 25) on HOLIDAY PAGE "NOTE": Employee must be employed day before and day after a holiday to receive holiday pay. 'REGISTERED APPRENTICES One(1) Year Terms at the following Rate: 07/01/2009 1 st Term $ 20.84 2nd Term 21.67 3rd Term 22.33 Supplemental Benefits per hour: APPRENTICES $ 15.89 Note: OVERTIME AMOUNT 5.85 4-138 OpemUna Enainew - Buildina I Heaw&Hluhwar 04/0V2010- JOB DESCRIPTION Operating Engineer - Building / Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/01/2009 ' Page 50 Well Driller $ 30.51 ' Well Driller Helper $ 26.83 Hazardous Waste Differential Added to Hourly Wage: Level A $ 3.00 Level B 2.00 Level C 1.00 Monitoring Well Work Add to Hourly Wage: Level A $ 3.00 Level B 2.00 BENEFITS 'SUPPLEMENTAL Per Hour: 07/01/2009 ' Page 50 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Apr 012010 Published by the New York State Department of Labor' PRC Number 2010002962 Suffolk County Crane, Truck Crane, Derrick, Dragline, Dredge, Crawler Crane, Tower Crane, Pile Driver. Well Driller $ 10% of straight - Well Drller Helper time rate plus $ 9.95 ' (NOTE) Additional $3.00 for Premium Time OVERTIME PAY See (B, E, G, P) on OVERTIME PAGE HOLIDAY Paid: See (5.6,16,23) on HOLIDAY PAGE Overtime: See (5, 6, 16, 23) on HOLIDAY PAGE 4-138we1i' Operating Engineer -Heaver&HInhway 04101/2010' JOB DESCRIPTION Operating Engineer - Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk ' WAGES Party Chief - One who directs a survey party Instrument Man - One who runs the instrument and assists Party Chief ' Rodman - One who holds the rod and in general, assists the survey party Categories cover GPS & Under Ground Surveying Per Hour: 07/01/2009 Heavy Highway/Building Party Chief $ 52.90 ' Instrument Man 39.64 Rodman 34.84 Steel Erection , Party Chief $ 53.26 Instrument Man 41.77 Rodman 28.43 ' SUPPLEMENTAL BENEFITS Per Hour: 07/01/2009 Heavy Highway/Building $ 24.20 Steel Erection $ 24.20 OVERTIME PAY ' See (B, `E, Q) on OVERTIME PAGE " Doubletims paid on the 9th hour on Saturday. HOLIDAY ' Paid: See (5, 6, 8, 11, 12, 15, 25) on HOLIDAY PAGE Overtime: See (5, 6, 8, 11, 12, 15, 25 on HOLIDAY PAGE 4-15D-N/S co. Operating Enaineer - Heavy&Hiahway 0410112010' JOB DESCRIPTION Operating Engineer - Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk , WAGES HEAVY/HIGHWAY CATEGORIES: CLASS "AA" CRANES: ' Crane, Truck Crane, Derrick, Dragline, Dredge, Crawler Crane, Tower Crane, Pile Driver. CLASS"A": t Page 61 1 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor 'Last Published on Apr 01 2010 PRC Number 2010002962 Suffolk County Asphalt Spreader, Backhoe Crawler, Boiler Cherrypicker (over 50 tons), Concrete Pump, Grader, Gradall, Hoist Loading Machine 10 yds. or more), Milling Machine, Power Winch -Stone Setting/Structural Steel or Truck Mounted, Powerhouse, Road Paver, Scoop-CarryallScaper in ' Tandem, Shovel, Sideboom Tractor, Stone Spreader (self propelled), Tank Work, Track Alignment Machine. CLASS "B": Backhoe, Boom Truck, Bulldozer, Boring 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 Winches (all others not included in CLASS A), Asphalt Roller, Hydraulic Pump with Boring Machine, Scoop, Carryall, Scaper, Maintenance Man on Tower Crane, Trenching Machine, Vermeer Cutter, Work Boat. 'CLASS "C": Curb Machine, Maintenance Engineer (Small Equip. & Well Point), Field Mechanic, Milling Machine (Small), Pulvi-Mixer, Pumps, Roller (Dirt), Vac -All, Welding/Buming, Compressor (Structural Steel & 2 or more Batteries), Concrete Finish Machine, Concrete Spreader, Conveyor, Curing Machine, Fireman, Hoist (One Drum), Ridge Cutter, Striping Machine, Welding Machine (Structural Steel & Pile Work). CLASS "D": Compressor (Pile,Crane,Stone Setting), Concrete Saw Cutter/ Breaker, Work Lift (Walk Behind,Power Operated), Generator (Pile ' Work),Hydra Hammer, Hand Operated Compactor, Pin Puller, Portable Heater, Powered Broom/Buggy/Grinder, Pump (Single Action -1 to 3 Inches/Gypsum/Double Action Diaphragm), Hand Trenching Machine, Welding Machine. CLASS "E": ' Batching Plant, Generator, Grinder, Mixer, Mulching Machine, Oiler, Pump (Centrifugal up to 3 In.), Root Cutter, Stump Chipper, Oiler on Tower Crane, Track Tamper, Tractor, Vibrator, Deckhand on Work Boat. 07/01/2009 Class "AA" $ 54.85 Cranes: Boom Length over 100 feet add $ 1.00 per hour " 150" "$1.50" " ' 250" "$2.00" 350 " " $ 3.00 " Class "A" $ 48.47' 'Add $3.50 for Hazardous Waste Work. Class "B" $ 45.24' 'Add $2.50 for Hazardous Waste Work. ' Class"C" $ 43.61" 'Add $1.50 for Hazardous Waste Work Class "D" $ 40.33 Class "E" $ 38.71 ' "NOTE": PREMIUM PAY of 25% on straight time hours for NEW YORK STATE- D.O.T. and other GOVERNMENTAL MANDATED off -shift work. SUPPLEMENTAL BENEFITS 'Per Hour: 07/01/2009 ALL CLASSES $ 28.44 Note: OVERTIME AMOUNT $ 22.85 OVERTIME PAY See (D, O) on OVERTIME PAGE HOLIDAY Paid: See (5, 6, 8, 9, 15, 25) on HOLIDAY PAGE ' Overtime: See (5, 6, 8, 9, 15) on HOLIDAY PAGE "NOTE": Employee must be employed day before and day after a holiday to receive holiday pay. 'REGISTERED APPRENTICES One(1) Year Terms at the following Rate: 1 at Term $ 20.84 '2nd Term 21.67 3rd Term 22.33 ' Page 52 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor ' Last Published on Apr 01 2010 PRC Number 2010002962 Suffolk County APPRENTICES Note: OVERTIME AMOUNT $ 15.89 5.85 4-138 ' Operating Engineer - Marine Construction 04/01/2010 ' JOB DESCRIPTION Operating Engineer - Marine Construction ENTIRE COUNTIES Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, S Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates WAGES Per Hour: DREDGING OPERATIONS 07/01/2009 CLASS A Ir]I•I�3 -iii it Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer, eneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins, Operator, Leverman, $ 32.89 Lead Dredgeman CLASS Al To Conform to Operating Engineer Dozer, Front Loader Prevailing Wage in Locality where Work Operator is being Performed including Benefits. CLASS B Spider/Spill Barge Operator, $ 28.49 Tug Operator(over1000hp), Operatorll, Fill Placer, Derrick Operator, Engineer, Chief Mate, Electrician, Chief Welder, Maintenance Engineer Certified Welder, $ 26.84 Boat Operator(licensed) CLASS C Drag Barge Operator, $ 26.14 Steward, Mate, Assistant Fill Placer, Welder (please add) $ 0.06 Boat Operator $ 25.29 CLASS D Shoreman, Deckhand, $ 21.09 Rodman, Scowman, Cook, Messman, Porter/Janitor Oiler(please add) $ 0.09 SUPPLEMENTAL BENEFITS Per Hour: THE FOLLOWING SUPPLEMENTAL BENEFITS APPLY TO ALL CATEGORIES All Classes A & B (overtime hours add) 07/01/2009 $ 8.05 plus 7% of straight time wage $ 0.63 Page 53 LI I 1 1 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor ' Last Published on Apr 01 2010 PRC Number 2010002962 Suffolk County I All Class C (overtime hours add) $ 7.75 plus 7% of straight time wage $ 0.48 All Class D $ 7.45 plus 7% of straight time wage (overtime hours add) $ 0.23 OVERTIME PAY See (B, F, R) on OVERTIME PAGE HOLIDAY Injection Operator Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 15, 26) on HOLIDAY PAGE 4-25a-MarConst Operating Engineer -Trenchless Pipe Rehab 04/01/2010 JOB DESCRIPTION Operating Engineer-Trenchless Pipe Rehab DISTRICT 4 'ENTIRE COUNTIES Nassau, Suffolk WAGES IMPORTANT NOTE: Rates posted apply to Nassau and Suffolk counties only. ' Per Hour: 07/01/2009 'DSET/DSSET Operator $ 31.50 Robotic Unit Operator 31.50 'DDCC Injection Operator 31.50 Technician/Equipment Operator 27.00 AM Liner/Hydra Seal Installer 27.00 Hobas Pipe, Polyethyene Pipe or Pull and Inflate Liner Inst. 27.00 ' SUPPLEMENTAL BENEFITS Per Hour Worked 'All Classifacations $ 11.34 OVERTIME PAY See (B, H) on OVERTIME PAGE 'HOLIDAY Paid: See (5, 6, 8, 9, 15, 25) on HOLIDAY PAGE REGISTERED APPRENTICES At One Year Terms ' (Per Hour) First Year $ 16.00 ' Second Year 16.75 Third Year 17.25 ' Fourth Year 18.00 ' Page 54 Prevailing Wage Rates for 07/01/1009 - 06/30/2010 Published by the New York State Department of Labor' Last Published on Apr 01 2010 PRC Number 2010002962 Suffolk County Supplemental Benifit (Per Hour Worked) All Terms $ 11.34 4-138TrchPReh Painter 0410112010 ' JOB DESCRIPTION Painter DISTRICT 9 ENTIRE COUNTIES ' Nassau, Suffolk WAGES Per hour: 07/01/2009 Drywall Taper $ 35.00 $ 35.00 38.00 SUPPLEMENTAL BENEFITS ' Per hour worked: (per Hour) ' Journeyman $ 23.14 , OVERTIME PAY ' See (A, H) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (4, 5, 6, 25) on HOLIDAY PAGE REGISTERED APPRENTICES Wages(per Hour) 07/01/2009 1 st Year $ 13.25 1 2nd Year 17.50 $ 35.00 38.00 3rd Year 21.00 4th Year 28.00 ' Suppemental Benefits: (per Hour) 38.00 1 at year $10.27 , 2nd Year 13.50 3rd year 16.26 4th year 21.34 ( per hour worked ) 07/01/2009 9-NYDCT9-DW4T Painter 04!011201 JOB DESCRIPTION Painter DISTRICT 9 , ENTIRE COUNTIES ' Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Suffolk, Westchester WAGES ' (Per hour) 07/01/2009 Brush / Taper Spray & Scaffold $ 35.00 38.00 ' Fire Escape 38.00 Decorator 38.00 Paperhanger/Wall Coverer 36.83 SUPPLEMENTAL BENEFITS , ( per hour worked ) 07/01/2009 Paperhanger $ 2725 All others 23.14 ' OVERTIME PAY See (A, H) on OVERTIME PAGE ' HOLIDAY Page 55 1 Painter- Bridge & Structural Steel 04/01/2010 ' JOB DESCRIPTION Painter- Bridge & Structural Steel DISTRICT 9 ENTIRE COUNTIES Albany, Bronx, Clinton, Columbia, Dutchess, Essex, Franklin, Fulton, Greene, Hamilton, Kings, Montgomery, Nassau, New York, Orange, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schohade, Suffolk, Sullivan, Ulster, Warren, Washington, Westchester WAGES (Per Hour Worked) 07/01/2009 10/01/2009 10/01/2010 STEEL: Bridge Painting $ 45.25 $ 45.50 $ 46.25 ' Power Tool/Spray $ 51.25 $ 51.50 $ 52.25 Shift Work: Where project specifications and/or contract provide for night work outside the regular hours of work, and said night work is ' performed on a second shift, which is separate from the first crew, the night shift employees shall be paid an additional 10% of the regular wage up to seven (7) hours, after which they shall be paid at time and one half the regular wage. If only a night shift is employed, the employees shall be paid at time and one half. Note: For Bridge Painting Contracts, ALL WORKERS on and off the bridge (including Flagmen) are to be paid Painter's Rate; the contract must be ONLY for Bridge Painting. SUPPLEMENTAL BENEFITS Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Apr 01 2010 Published by the New York State Department of Labor PRC Number 2010002962 Suffolk County Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 16, 25) on HOLIDAY PAGE ' 07/01/2009 APPRENTICES 10/01/2010 'REGISTERED Indentured after 5/31/93 ( 1) year terms at the following wage rate. $ 29.90' $ 31.04• (per hour) $ 28.31" $ 29.90" 1 st term... $ 13.25 ' Hourly Rate after 40 hours 'Appr Appr 2nd term... 17.50 from May 1 st to Nov. 15th Appr 3rd term... 21.00 $6.00 only $6.75 only Appr 4th tens... 28,00 ' Spplemental benefis: ' from Nov. 16th to April 30th $5.00 only (per Hour worked) $6.75 only Appr 1st term... $10.27 Appr 2nd term... 13.50 Appr 3rd term... 16.26 Appr 4th tens... 21.34 ' 9-NYDC9-B/S Painter- Bridge & Structural Steel 04/01/2010 ' JOB DESCRIPTION Painter- Bridge & Structural Steel DISTRICT 9 ENTIRE COUNTIES Albany, Bronx, Clinton, Columbia, Dutchess, Essex, Franklin, Fulton, Greene, Hamilton, Kings, Montgomery, Nassau, New York, Orange, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schohade, Suffolk, Sullivan, Ulster, Warren, Washington, Westchester WAGES (Per Hour Worked) 07/01/2009 10/01/2009 10/01/2010 STEEL: Bridge Painting $ 45.25 $ 45.50 $ 46.25 ' Power Tool/Spray $ 51.25 $ 51.50 $ 52.25 Shift Work: Where project specifications and/or contract provide for night work outside the regular hours of work, and said night work is ' performed on a second shift, which is separate from the first crew, the night shift employees shall be paid an additional 10% of the regular wage up to seven (7) hours, after which they shall be paid at time and one half the regular wage. If only a night shift is employed, the employees shall be paid at time and one half. Note: For Bridge Painting Contracts, ALL WORKERS on and off the bridge (including Flagmen) are to be paid Painter's Rate; the contract must be ONLY for Bridge Painting. SUPPLEMENTAL BENEFITS Per Hour Worked: ' 07/01/2009 10/01/2009 10/01/2010 Journeyman $ 28.31' $ 29.90' $ 31.04• $ 28.31" $ 29.90" $ 31.04•` ' Hourly Rate after 40 hours from May 1 st to Nov. 15th $5.00 only $6.00 only $6.75 only Houriy Rate after 50 hours ' from Nov. 16th to April 30th $5.00 only $6.00 only $6.75 only ''For the period of May 1 st to November 15th: This rate shall be paid up to maximun of forty (40) hours worked per week. For all hours exceeding 40, the hourly rate shall drop to the hourly rate shown above by date. EXCEPT for the first and last week of employment on the project, and for the weeks of Memorial Day, Independence Day and Labor Day, this rate shall be paid for the actual number of hours worked. "For the period of November 16th to April 30th: This rate shall be paid up to a maximun of fifty (50) hours worked per week. For all hours exceeding 50, the hourly rate shall drop to the 'hourly rate shown above by date. OVERTIME PAY See (A, F, R) on OVERTIME PAGE ' Page 56 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor Last Published on Apr 01 2010 PRC Number 2010002962 Suffolk County 'Note: When calculating overtime pay for the Power Tool] Spray classification, add Six dollars to the hourly overtime rate calculated for the "Bridge Painting" classification. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (4, 6) on HOLIDAY PAGE REGISTERED APPRENTICES (wage per hour Worked): (1) year terms at the following percentage of Journeyman's wage. Apprentices: 1 st 2nd 3rd 07/01/2009 40% 60% 80% Supplemental Benefits: 1st Term: Same as Journeyman excluding the additional $5.00 per hour paid. 2nd and 3rd term: Same as Journeyman 9 -DC -9/806/155 -BBS I I I I Painter - Line Striping 04/0112010' ' JOB DESCRIPTION Painter- Line Striping DISTRICT 9 ENTIRE COUNTIES Albany, Bronx, Clinton, Columbia, Dutchess, Essex, Franklin, Fulton, Greene, Hamilton, Kings, Montgomery, Nassau, New York, Orange, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schoharie, Suffolk, Sullivan, Ulster, Warren, Washington, Westchester WAGES ' Per hour: Painter (Striping -Highway): 07/01/2009 Striping -Machine Operator' $ 25.53 ' Linerman Thermoplastic $ 30.79 Note: " Includes but is not limited to: Positioning of cones and directing of traffic using hand held devices. Excludes the Driver/Operator of , equipment used in the maintenance and protection of traffic safety SUPPLEMENTAL BENEFITS Per hour paid: 07/01/2009 Journeyman: $ 9.97 + 7% of wage OVERTIME PAY See (B, E, P, S) on OVERTIME PAGE HOLIDAY , Paid: See (5, 20) on HOLIDAY PAGE Overtime: See (5, 8, 11, 12, 15, 16, 17, 20, 21, 22) on HOLIDAY PAGE 9-8A/28A-LS Painter- Metal Polisher 04/01/20% JOB DESCRIPTION Painter- Metal Polisher DISTRICT 9 ENTIRE COUNTIES ' Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Ede, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe, Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins, ' Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates WAGES 07/01/2009 Metal Polisher $ 24.85' ' 'Note: All workers shall be paid an additional premium in an amount equal to twenty (20%) percent of their basic straight time rate of pay for ' all time worked on hanging scaffolds and on standing scaffolds while working more than 34 feet off the ground. Such premium are to be paid on top of their straight time or overtime, whichever is applicable. This also applies to employees erecting scaffolding. SUPPLEMENTAL BENEFITS Page 57 1 Prevailing Wage Rate.. for 07/01/2009 - 06/30/2010 Published by the New York State Department of tabor 'Last Published on Apr 01 2010 PRC Number 2010002962 Suffolk County Per Hour: 07/01/2009 Journeyman: $ 11.02 OVERTIME PAY Sea (B, E, Q, T) on OVERTIME PAGE HOLIDAY Paid: See 5, 6, 11, 15, 16, 25, 26) on HOLIDAY PAGE Overtime: See (5, 6, 9, 11, 15, 16, 25, 26) on HOLIDAY PAGE REGISTERED APPRENTICES 55% of Basic Polisher Rate 9-BA/28A-MP ' Plasterer 04/01/2010 JOB DESCRIPTION Plasterer DISTRICT 9 'ENTIRE COUNTIES Kings, Nassau, Queens, Suffolk PARTIAL COUNTIES New York: Includes work in all Islands in New York City, except Manhattan. WAGES Per hour: Building: Plasterer/Trad ition al SUPPLEMENTAL BENEFITS Per hour worked: ' Journeyman 07/01/2009 $ 35.53 $ 21.80 OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 11, 13, 25, 26) on HOLIDAY PAGE REGISTERED APPRENTICES Wages: (per hour) ( 1 ) year terms at the following %journeyman's wage rate. 1 st six months $ 8,37 First year: 1st 6 months 2nd 6 months ' 40% 45% Second year: 1st 6 months 2nd 6 months 55% 60% Third year: 1st 6 months 2nd 6 months '70% 75% Supplemental Benefits: (per hour paid): ' (1) year tens bro 2nd six months 9.35 3rd six months 1 11.35 4th six months 12.33 5th six months 14.33 ken down into six month periods:r. lstyea 2nd six months 9.35 3rd six months 1 11.35 4th six months 12.33 5th six months 14.33 ' 6th six months 15.33 9-530-Zt Plumber 04/0112010 JOB DESCRIPTION Plumber DISTRICT 4 ' Page 58 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor' Last Published on Apr 01 2010 PRC Number 2010002962 Suffolk County ENTIRE COUNTIES Nassau, Suffolk ' WAGES Per Hour: 07/01/2009- 05/01/2010 04/30/2010 Plumber/ $ 9.85 ' PUMP & TANK $ 42.24 $ 42.49 SUPPLEMENTAL BENEFITS 21.09 Paid: See 1) on HOLIDAY PAGE Per Hour: 07/01/2009- 05/01/2010 ' 04/30/2010 One(1) Year Terms at the Following Wage Per Hour: Plumber $ 19.57 $ 20.82 ' OVERTIME PAY $ 9.85 See (B, N, V) on OVERTIME PAGE , (V) Sunday & Holidays Only HOLIDAY 21.09 Paid: See 1) on HOLIDAY PAGE 4th Term 26.80 Overtime: See (5,6,16,25) on HOLIDAY PAGE ' REGISTERED APPRENTICES One(1) Year Terms at the Following Wage Per Hour: 1 at Term $ 8.39 07/01/2009- 05/01/2010 ' 04/30/2010 10.29 1 at Term $ 9.77 $ 9.85 ' 2nd Term 15.37 15.47 3rd Tenn 20.96 21.09 4th Term 26.80 26.95 ' Supplemental Benefits per hour: 1 at Term $ 8.39 $ 9.69 ' 2nd Term 8.89 10.29 3rd Term 9.39 10.89 4th Term 9.64 11.24 4-200 Pump & Tan Plumber 04/01/201T ' JOB DESCRIPTION Plumber DISTRICT 4 ENTIRE COUNTIES ' Nassau, Suffolk WAGES Per Hour: 07/01/2009- 05/01/2010 04/31/2010 Plumber MAINTENANCE ONLY $ 28.07 $ 29.46 (NOTE) Maintenance: Correction of problem(s)with the existing fixture or group of fixtures, preventive repairs or servicing of said fixtures. SUPPLEMENTAL BENEFITS Per Hour: 07/01/2009- 05/01/2010 04/31/2010 11 Plumber $ 9.40 $ 9.65 Page 59 ' Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor 'Last Published on Apr 01 2010 PRC Number 2010002962 Suffolk County MAINTENANCE ONLY 'OVERTIME PAY See (B, J) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 15, 16) on HOLIDAY PAGE REGISTERED APPRENTICES One(1) Year Terms, WAGES Per Hour as Follows: 4-200 Maintance Plumber 0410112010' JOB DESCRIPTION Plumber ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/01/2009- 04/30/2010 Plumber $ 47.73 SUPPLEMENTAL BENEFITS Per Hour: Plumber $ 26.68 05/01/2010 $ 47.73 $ 27.93 ' OVERTIME PAY See (A, O, V) on OVERTIME PAGE CODE "V" is only for SUNDAYS and HOLIDAYS WORKED 'HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 15, 16, 25) on HOLIDAY PAGE 'REGISTERED APPRENTICES One(1) Year Terms at the following percentage of Plumbers Rate: 1st Term 2nd Term 3rd Term 30% 40% 50% Supplemental Benefits per hour: 07/01/2009- 05/01/2010 04/30/2010 ' Page 60 4th Term 60% DISTRICT 4 5th Term 70% 07/01/2009- 05/01/2010 04/31/2010 1 st term $ 14.29 $ 15.00 2nd tens $ 15.38 $ 16.15 3rd term $ 16.53 $ 17.35 4th tens $ 17.72 $ 18.61 5th tens $ 18.96 $ 19.91 SUPPLEMENTS PER HOUR ' 1 st term $ 7.90 $ 8.19 2nd term $ 7.90 $ 8.19 3rd term $ 7.90 $ 8.19 4th tens $ 7.90 $ 8.19 5th tens $ 7.90 $ 8.19 4-200 Maintance Plumber 0410112010' JOB DESCRIPTION Plumber ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/01/2009- 04/30/2010 Plumber $ 47.73 SUPPLEMENTAL BENEFITS Per Hour: Plumber $ 26.68 05/01/2010 $ 47.73 $ 27.93 ' OVERTIME PAY See (A, O, V) on OVERTIME PAGE CODE "V" is only for SUNDAYS and HOLIDAYS WORKED 'HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 15, 16, 25) on HOLIDAY PAGE 'REGISTERED APPRENTICES One(1) Year Terms at the following percentage of Plumbers Rate: 1st Term 2nd Term 3rd Term 30% 40% 50% Supplemental Benefits per hour: 07/01/2009- 05/01/2010 04/30/2010 ' Page 60 4th Term 60% DISTRICT 4 5th Term 70% Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Apr 012010 $ 2.00 Published by the New York State Department of Labor PRC Number 2010002962 Suffolk County ' 1 st Term $ 13.37 $ 14.62 4th Term 19.96 2nd Tenn 15.75 16.63 3rd Term 17.11 18.26 ' 4th Tenn 18.63 19.78 04101/2010 ' 5th Tern 20.21 21.36 4-200 Rooter 04/01/2010` JOB DESCRIPTION Roofer DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk ' WAGES Rate Per Hour 07/01/2009 Roofer/Waterproofer $ 37.50 SUPPLEMENTAL BENEFITS Per Hour: 07/01/2009 Roofer/Waterproofer $ 25.37 OVERTIME PAY Per Hour: NEW ROOF SEE (B,E,Q) RE -ROOF SEE (B,E,E2,Q) HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 13, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES (1) Year terms at the following pecentage of Roofers/Waterproofers Wage 1st 2nd 3rd 4th 40% 50% 70% 80% Supplemental Benefits per hour: tat Term $ 2.00 2nd Term 3rd Term 6.33 14.67 ' 4th Term 19.96 4-154 Sheetmetal Worker 04101/2010 ' JOB DESCRIPTION Sheetmetal Worker DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07/01/2009 Sheetmetal Worker $ 45.40 Page 61 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor ' Last Published on Apr 01 2010 PRC Number 2010002962 Suffolk County For Temporary Operation or ' Maintenance of Fans is 80% of Above Wage Rate SUPPLEMENTAL BENEFITS Per Hour: 07/01/2009 Sheetmetal Worker $ 35.18 'OVERTIME PAY See (A, O) on OVERTIME PAGE For Fan Maintenance See Codes B & O HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 11, 15, 16, 25, 26) on HOLIDAY PAGE REGISTERED APPRENTICES Per Hour: (1/2) Year Terms at the following percentage of journeyman's hourly wage: 1st 2nd 3rd 4th 30% 35% 40% 45% 5th 6th 7th 8th 50% 55% 60% 70% Supplemental Benefits per hour: 1st Term $14.56 2nd Tenn 16.32 3rd Term 17.92 4th Term 19.50 '5th Term 21.07 6th Term 22.53 7th Term 24.44 8th Term 28.13 4-28 10 Sheetmetal Worker 04/01/2010' 'JOB DESCRIPTION Sheetmetal Worker DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Rockland, Suffolk, Westchester II I WAGES Per Hour: 07/01/2009 SIGN ERECTOR $39.70 'NOTE: Overhead Highway Signs and Structurally Supported Signs (See IRON WORKER CLASS) SUPPLEMENTAL BENEFITS PER HOUR 07/01/2009 $26.27 OVERTIME PAY See (A, F, S) on OVERTIME PAGE HOLIDAY Paid: See (5, 6, 11, 12, 16, 25) on HOLIDAY PAGE Page 62 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor' Last Published on Apr 01 2010 PRC Number 2010002962 Suffolk County Overtime: See (5, 6, 10, 11, 12, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES t Wage per hour. 07/01/2009 Half (1/2) year terms at the following rate(s): 1st 2nd 3rd 4th 5th ' 35% 40% 45% 50% 55% 6th 7th 8th 9th 60% 65% 70% 75% Supplemental Benefits per hour paid: Half (1/2) year terms at the following dollar amount 07/01/2009 10th 80% 1 st $7.21 $ 48.90 , 2nd $8.17 3rd $9.14 4th $10.10 48.90 'Additional 5th $13.58 , 6th $15.41 7th $16.65 8th $17.92 ' & Air Conditioning 9th $19.59 'Additional 10th $21.19 $ 2.50/Hr 9 -137 -SE Steamtitter 04/01/2010' ' JOB DESCRIPTION Steamftter DISTRICT 9 ENTIRE COUNTIES ' Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk Steamfitter WAGES Per Hour 07/01/2009- 12/30/2009 41.56 12/29/2009 ' Steam Fitter $ 48.90 'Additional $ 2.50/Hr Sprinkler Fitter 48.90 'Additional $ 2.50/Hr For Work on Temporary Heat ' & Air Conditioning $ 37.16 'Additional $ 2.50/Hr 'Increase to be allocated at a later date. ' SUPPLEMENTAL BENEFITS Per Hour Steamfitter $ 41.56 Sprinkler Fitter 41.56 (For Work on Temporary $ 33.47 Heat & Air conditioning). ' OVERTIME PAY See (C, D, O, V) on OVERTIME PAGE ('D) ON ALL HVAC AND MECHANICAL CONTRACTS THAT DO NOT EXCEED $15,000,000.00 and ON ALL FIRE PROTECTION/SPRINKLER CONTRACTS THAT DO NOT EXCEED $ 1,500,00.00 ' Page 63 1 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor Last Published on Apr 01 2010 PRC Number 2010002962 Suffolk County HOLIDAY Paid: See (1) on HOLIDAY PAGE 'Overtime: See (5, 6, 11, 15, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES Wages per hour worked: ' ( 1 ) year terms at the following percentage of Journeyman's wage. Apprentices: 1st 2nd 3rd 4th 5th 40% Suppelmental Benefits: (1) year term at the following dollar amounts: Apprentices: ' 07/01/2009 50% 65% 1st 2nd 3rd 80% 85% 4th 5th $17.17 $21.24 $27.34 $33.43 $35.47 9-638A-StmSpFtr Steamfitter 04/0112010 ' JOB DESCRIPTION Steamfitter •ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk III , WAGES Per Hour: 07/01/2009- 12/31/2009 7/01/2009- 12/31/2009 Steamfitter/Maintenance & AC Service Work 01/01/2010 $ 34.55 'Additional $ 1.00/Hr. Refrigeration, A/C, Oil Bumer and Stoker Service and Repair. Refrigeration Compressor installation up to 5hp (combined). Air Condition / Heating Compressor installation up to 10hp (combined). ' 'Increase to be allocated at a later date SUPPLEMENTAL BENEFITS Per Hour Steamfitter/Maintenance & $ 10.52 10 AC Service Work 1,OVERTIME PAY OVERTIME: See ( B E Q` S" ) on OVERTIME PAGE HOLIDAY HOLIDAY: Paid:........ See (2, 6, 9, 10, 11, 15, 17, 26,Memodal Day) on HOLIDAY PAGE. Overtime:.... ' (2, 6, 9, 15, 17 ) ( 10, 11, 26, Memorial Day) DISTRICT 9 9-638B-StmFtrRef Survey Crew Coneultino 04/01/2010 111161= Survey Crew Consulting ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Suffolk, Westchester PARTIAL COUNTIES Dutchess: Only the portion south of the north city line in Poughkeepsie. DISTRICT 9 WAGES Feasibility and preliminary design surveying, line and grade surveying for inspection or supervision of construction when performed under a Consulting Engineer agreement. Categories cover GPS & underground surveying. ' Page 64 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor ' Last Published on Apr 01 2010 PRC Number 2010002962 Suffolk County WAGES: (per hour) 07/01/2009 ' Survey Rates: Party Chief..... $ 33.70 Instrument Man.. $ 28.38 , Rodman.......... $ 25.02 SUPPLEMENTAL BENEFITS ' Per Hour All Crew Members: $ 11.70 OVERTIME PAY ' OVERTIME:.... See (B, E', Q, V) ON OVERTIME PAGE. 'Doubletime paid ort the 9th hour on Saturday. HOLIDAY ' Paid: See (5, 6, 7, 11, 16) on HOLIDAY PAGE Overtime: See (5, 6, 7, 11, 16) on HOLIDAY PAGE 9-15doonsult Teamster - Asphak Delhrery 04/0112010 ' JOB DESCRIPTION Teamster -Asphalt Delivery ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/01/2009 DISTRICT 4 Heavy Construction Work: Shall include the supply of Asphalt for construction, improvement and modification of all or any part of Streets, Highways, Bridges, Tunnels,Railroads, Canals, Dams, Airports, Schools, Power Generation Plants. "TRUCK DRIVER" Asphalt Delivery $ 33.90 Light Construction Work: Shall include the supply of Asphalt for construction of Single & Multi Family Homes, Town Houses, Apartment Buildings, including Driveways, Streets and Curbs within those projects. Parking Lots, Office Buildings. "TRUCK DRIVER" Asphalt Delivery SUPPLEMENTAL BENEFITS Per Hour: "Heavy Construction Work" "TRUCK DRIVER" Asphalt Delivery "Light Construction Work" "TRUCK DRIVER" $ 20.00 07/01/2009 $ 30.87 I I i Asphalt Delivery $ 13.75 OVERTIME PAY See (B, *B2, E, "I, P, "'R, *'U) on OVERTIME PAGE (NOTE) PREMIUM PAY of 25% on straight time hours for New York State D.O.T. and or other GOVERNMENTAL MANDATED off shift work. NOTE: (B,E,P,T&'U) Apply to Heavy Construction. NOTE: (B2,1,T&'U) Apply to Light Construction. Page 65 I JOB DESCRIPTION Teamster -Building DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES ' Per Hour: 07/01/2009- 07/01/2010 06/30/2010 Truck Driver (Building Demolition & Debris) Trailers $ 28.85 $ 29.85 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor 'SUPPLEMENTAL Last Published on Apr 01 2010 PRC Number 2010002962 Suffolk County ' NOTE: ("U) Only applies after 8 hours worked on holiday. 07/01/2009- 07/01/2010 • HOLIDAY 06/30/2010 See (1) on HOLIDAY PAGE $ 23.15 $ 24.35 'Paid: Overtime: See (5, 6,'16, "25) on HOLIDAY PAGE NOTE:('16) Paid at Double if Worked. (""25) Paid at Double if Worked. HOLIDAY 4-282 AD Paid: See (5, 6, 7, 8, 11, 12,26) on HOLIDAY PAGE ' Teamster - Building 04/01/2010 JOB DESCRIPTION Teamster -Building DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES ' Per Hour: 07/01/2009- 07/01/2010 06/30/2010 Truck Driver (Building Demolition & Debris) Trailers $ 28.85 $ 29.85 4-282 ' Teamster - Deli of Concrete 04/0112010 JOB DESCRIPTION Teamster - Delivery of Concrete DISTRICT 4 'ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/01/2009 Heavy Construction Work: Shall Include the supply of Ready -Mix Concrete for construction, improvment and modification of all or any part of Streets, Highways, ' Bridges, Tunnels, Railroads, Canals, Dams, Airports, Schools & Power Generation Plants "TRUCK DRIVER' Concrete Delivery $ 35.51 Light Construction Work: Shall include the supply of Ready -Mix Concrete for construction of Single & Multi Family Homes, Town Houses, Apartment Buildings, including Driveways, Streets and Curbs within those projects. Parking Lots and Office Buildings. "TRUCK DRIVER" Concrete Delivery $ 23.00 SUPPLEMENTAL BENEFITS Per Hour: 07/01/2009 "Heavy Construction Work" Concrete Delivery $ 28.45 "Light Construction Work" Page 66 Straight Jobs 28.55 29.55 'SUPPLEMENTAL BENEFITS Per Hour: 07/01/2009- 07/01/2010 • 06/30/2010 All Classifications $ 23.15 $ 24.35 OVERTIME PAY See (B, L, S, S1) on OVERTIME PAGE HOLIDAY Paid: See (5, 6, 7, 8, 11, 12,26) on HOLIDAY PAGE 4-282 ' Teamster - Deli of Concrete 04/0112010 JOB DESCRIPTION Teamster - Delivery of Concrete DISTRICT 4 'ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/01/2009 Heavy Construction Work: Shall Include the supply of Ready -Mix Concrete for construction, improvment and modification of all or any part of Streets, Highways, ' Bridges, Tunnels, Railroads, Canals, Dams, Airports, Schools & Power Generation Plants "TRUCK DRIVER' Concrete Delivery $ 35.51 Light Construction Work: Shall include the supply of Ready -Mix Concrete for construction of Single & Multi Family Homes, Town Houses, Apartment Buildings, including Driveways, Streets and Curbs within those projects. Parking Lots and Office Buildings. "TRUCK DRIVER" Concrete Delivery $ 23.00 SUPPLEMENTAL BENEFITS Per Hour: 07/01/2009 "Heavy Construction Work" Concrete Delivery $ 28.45 "Light Construction Work" Page 66 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor Trailers $ 28.85 $ 29.85 Last Published on Apr 01 2010 PRC Number 2010002962 Suffolk County ' SUPPLEMENTAL BENEFITS t Per Hour: 07/01/2009- 07/01/2010 Concrete Delivery $ 14.50 Shall include the construction, improvment and modification of Single & Multi Family Homes, Town Houses, Apartment Buildings, including OVERTIME PAY ' Site Excavating See (B, E, *I, P) on OVERTIME PAGE (Chauffeurs) $ 20.00 ' NOTE: (B,E & P) Apply only to Heavy Construction Work. ' Per Hour: 07/01/2009 ('I) Applies only to Light Construction Work. Heavy Construction Work ' HOLIDAY , Paid: See (1) on HOLIDAY PAGE Overtime: See (5,6, *16, "'25) on HOLIDAY PAGE NOTE:(•16) Paid at Double if Worked. ("25) Paid at Double if Worked. 4-282ns ' Teamster- HeavY&Hlahway 0410112010+ JOB DESCRIPTION Teamster- Heavy&Highway DISTRICT 4 ' ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES ' Per Hour: 07/01/2009- 07/01/2010 06/30/2010 Truck Driver/Chauffer (Debris Removal) ' Trailers $ 28.85 $ 29.85 • Straight Jobs $ 28.55 $ 29.55 ' SUPPLEMENTAL BENEFITS t Per Hour: 07/01/2009- 07/01/2010 06/30/2010 ' All Classifications $ 23.15 $ 24.35 OVERTIME PAY ' See (B, L, S, S1) on OVERTIME PAGE HOLIDAY Paid: See (5, 6, 7, 8, 11, 12, 26) on HOLIDAY PAGE ' 4-282 Teamster - Heavy&Hkthway 04/0112010 - JOB DESCRIPTION Teamster - Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/01/2009 Heavy Construction Work: Shall include the construction, improvement or modification of all or any part of streets, highways, Bridges, Tunnels, Railroads, Canals, ' Dams, Airports, Schools, Power Generafion Plants. Site Excavafing (Chauffeurs) $ 33.90 t Light Construction Work: Shall include the construction, improvment and modification of Single & Multi Family Homes, Town Houses, Apartment Buildings, including driveways, Streets and Curbs within those projects. Parking Lots and Office Buildings. ' Site Excavating (Chauffeurs) $ 20.00 SUPPLEMENTAL BENEFITS ' Per Hour: 07/01/2009 Heavy Construction Work ' Chauffeurs $ 30.87 Page 67 1 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor ' Last Published on Apr 01 2010 PRC Number 2010002962 Suffolk County Light Construction Work ' Chauffers $ 13.75 OVERTIME PAY See (B,'B2, E, "I, P, "'R, "•'U) on OVERTIME PAGE '(NOTE) PREMIUM PAY of 25% on straight time hours for NEW YORK STATE D.O.T work. NOTE: (B,E,P,T & `U) Apply to Heavy Construction. ' NOTE: (B2,I,T & `U) Apply to Light Construction. NOTE: ('U) Only applies after 8 hours work on holiday HOLIDAY Paid: See (1) on HOLIDAY PAGE 'Overtime: See (5, 6,'16, "25) on HOLIDAY PAGE NOTE:('16) Paid at Double if Worked. ("'25) Paid at Double if Worked. 1 1 1 1 1 i n H I C and or other GOVERMENTAL MANDATED off shift 4282 Welder 04101/2010' JOB DESCRIPTION Welder DISTRICT 1 ENTIRE COUNTIES Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe, Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates WAGES Per hour 07/01/2009 Welder (To be paid the same rate of the mechanic performing the work) OVERTIME PAY HOLIDAY ' Page 68 1 -As Per Trade Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor' Last Published on Apr 012010 PRC Number 2010002962 Overtime Codes Following is an explanation of the code(s) listed in the OVERTIME section of each classification contained in the attached schedule. ' Additional requirements may also be listed in the HOLIDAY section. (A ) Time and one half of the hourly rate after 7 hours per day ' ( AA) Time and one half of the hourly rate after 7 and one half hours per day Double the hourly rate on Saturday and Sunday (B) Time and one half of the hourly rate after 8 hours per day t (B1) Time and one half of the hourly rate for the 9th & 10th hours week days and the tat 8 hours on Saturday. (0) Double the hourly rate on Saturday, Sunday, and Holidays Double the hourly rate for all additional hours ( P) ( B2) Time and one half of the hourly rate after 40 hours per week ( O) (C) Double the hourly rate after 7 hours per day ' ( C1) Double the hourly rate after 7 and one half hours per day , (D ) Double the hourly rate after 8 hours per day ( DI ) Double the hourly rate after 9 hours per day ' (E ) Time and one half of the hourly rate on Saturday • ( E1 ) Time and one half 1st 4 hours on Saturday Double the hourly rate all additional Saturday hours , ( E3 ) Between November 1 st and March 3rd Saturday may be used as a make-up day at straight time when a day is lost during that week due to inclement weather, provided a given employee has worked between 16 and 32 1 hours that week ( E2 ) Saturday may be used as a make-up day at straight time when a day is lost during that week due to inclement weather ' ( E4 ) Saturday and Sunday may be used as a make-up day at straight time when a day is lost during that week due to inclement weather (F) Time and one half of the hourly rate on Saturday and Sunday ' ( G) Time and one half of the hourly rate on Saturday and Holidays ( H) Time and one half of the hourly rate on Saturday, Sunday, and Holidays (I) Time and one half of the hourly rate on Sunday ( J) Time and one half of the hourly rate on Sunday and Holidays ' (K) Time and one half of the hourly rate on Holidays ( L) Double the hourly rate on Saturday ' ( M) Double the hourly rate on Saturday and Sunday ( N) Double the hourly rate on Saturday and Holidays (0) Double the hourly rate on Saturday, Sunday, and Holidays ( P) Double the hourly rate on Sunday ( O) Double the hourly rate on Sunday and Holidays ( R) (S) Double the hourly rate on Holidays Two and one half times the hourly for Holidays, , rate if worked (Si) Two and one half times the hourly rate the first 8 hours on Sunday or Holidays One and one half times the hourly rate all additional hours. ' (T) Triple the hourly rate for Holidays, if worked Page 69 '' ' Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor Last Published on Apr 01 2010 PRC Number 2010002962 (U ) Four times the hourly rate for Holidays, if worked (V) Including benefits at SAME PREMIUM as shown for overtime (W) Time and one half for benefits on all overtime hours. ' NOTE:BENEFITS are PER HOUR WORKED,for each hour worked, unless otherwise noted 1 L 1 Page 70 Prevailing Wage Rates for 07/01/2009 - 06130/2010 Published by the New York State Department of Labor Last Published on Apr 01 2010 PRC Number 2010002962 ' Holiday Codes PAID Holidays: ' Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not required to perform work. If an employee day listed as a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the work actually performed . OVERTIME Holiday Pay Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employee actually performs work on such holidays. The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for these covered holidays can be found in the OVERTIME PAY section listings for each classification. Following is an explanation of the code(s) listed in the HOLIDAY section of each classification contained in the attached schedule. The Holidays as listed below are to be paid at the wage rates at which the employee is normally classified. ( 1 ) None (2) Labor Day ' (3) Memorial Day and Labor Day (4) Memorial Day and July 4th ' (5) Memorial Day, July 4th, and Labor Day • (6) New Year's, Thanksgiving, and Christmas (7) Lincoln's Birthday, Washington's Birthday, and Veterans Day (8) Good Friday ' (9) Lincoln's Birthday ( 10) Washington's Birthday ' ( 11 ) Columbus Day ( 12) Election Day ' ( 13) Presidential Election Day ( 14) 1/2 Day on Presidential Election Day ( 15) Veterans Day ( 16) Day after Thanksgiving ( 17) July 4th ' (18) 1/2 Day before Christmas ( 19) 1/2 Day before New Years ' (20) Thanksgiving (21 ) New Year's Day ' ( 22) Christmas ( 23) Day before Christmas ' ( 24) Day before New Year's ( 25) Presidents' Day ' ( 26) Martin Luther King, Jr. Day II Page 71 1 ��� NEW 'rP I �_ v 9�M� 3 BUREAU OF PUBLIC WORK STATE OFFICE BUILDING CAMPUS ALBANY, NY 12240 REQUEST FOR WAGE AND SUPPLEMENT INFORMATION: REQUIRED BY ARTICLES 8 AND 9 OF THE LABOR LAW ' Fax (518) 485-1870 or mail this form for new schedules or for determination for additional occupations. THIS FORM MUST BE TYPE SUBMITTED BY: ❑ CONTRACTING AGENCY ❑ PUBLIC WORK DISTRICT OFFICE (CHECK ONE) ❑ ARCHITECT OR ENGINEERING FIRM _ A. PUBLIC WORK CONTRACT TO BE LET BY: (Enter Data Pertaining to Contracting Agency) ' 1. Name and complete address( ❑ check if new or change) : 2 NY State Units (see Item 5) 1107 OTHER N.Y. STATE UNIT ❑ 01 DOT ❑ 08 City ❑ 02 OGS ❑ 09 Local School District ' ❑ 03 Dormitory Authority ❑ 10 Special Local District, i.e., 1104 State University Fire, Sewer, Water District Construction Fund ❑ 11 Village ❑ 12 Town ❑ 05 SUNY/Colleges ❑ 13 County lephone: ( ) Fax: ( ) 1106 Mental Hygiene ❑ 14 Other Non-N.Y. State -Mail: Facilities Corp. (Describe) ' 3. SEND REPLY TO (❑ check if new or change) 4. SERVICE REQUIRED. Check appropriate box and provide project Name and complete address: information. ' ❑ New Schedule of Wages and Supplements. APPROXIMATE BID DATE: ' ❑ Additional Occupation and/or Redetermination Telephone: ( ) Fax:( ) NUMBERPROJECTISSUED PREVIOUSLY FOR THRC OFFICE USE ONLY E -Mail: IS B. PROJECT PARTICULARS 5. Project Title 6. Location of Project: Location on Site Description of Work Route No/Street Address or City 'Village Contract Identiflcatlon Number Town Note: For NYS units, the OSC Contract No. County ' 7. Nature of Project - Check One: 8. OCCUPATION FOR PROJECT: ❑ 1. New Building ❑ 2. Addition to Existin Structure 9 ❑ Construction (Building, Hea ( g, h Highway/SewerMater) ❑ Guards, Watchmen ❑ 3. Heavy and Highway Construction (New and Repair) ❑ Tunnel ❑ Janitors, Porters, Cleaners ' ❑ 4. New Sewer or Waterline ❑ Residential ❑ Moving furniture and ❑ 5. Other New Construction (Explain) ❑ equipment ❑ 6. Other Reconstruction, Maintenance, Repair or Alteration❑ Landscape Maintenance Trash and refuse removal ❑ 7. Demolition ❑ Elevator maintenance ❑ Window cleaners ❑ 8. Building Service Contract ❑ Exterminators, Fumigators ❑ Other (Describe) 9. Name and Title of Requester Signature OFFICE USE ONLY Locality Designations I I I I I I L Ll ' PW -39(03-07) SEE PAGE TWO FOR LAWS RELATING TO PUBLIC WORK CONTRACTS NEW YORK STATE DEPARTMENT OF LABOR Bureau of Public Work - Debarment List LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Under Article 8 and Article 9 of the NYS Labor Law, a contractor, sub -contractor and/or its successor shall be debarred and ineligible to submit a bid on or be awarded any public work or public building service contract/sub-contract with the state, any municipal corporation or public body for a period of five (5) years from the date of debarment when: • Two (2) final determinations have been rendered within any consecutive six-year (6) period determining that such contractor, sub -contractor and/or its successor has WILLFULLY failed to pay the prevailing wage and/or supplements • One (1) final determination involves falsification of payroll records or the kickback of wages and/or supplements NOTE: The agency issuing the determination and providing the information, is denoted under the heading 'Fiscal Officer. DOL = NYS Dept. of Labor; NYC = New York City Comptroller's Office; AG = NYS Attorney General's Office; DA = County District Attorney's Office. A list of those barred from bidding, or being awarded, any public work contract or subcontract with the State, under section 141-b of the Workers' Compensation Law, may be obtained at the following link, on the NYS DOL Website: hftr)s://dbr.labor.state.nv.us/EDList/searchPage.do I 1 1 1 I 1 11 I' C 1 u p- I I H NYSDOL Bureau of Public Work Debarment List 04/01/2010 Article 8 A6ENGff��° . FlieatOflNpl�° � ! � 5 EIIf7CeIM8R 'y. ' EMltdYYd�° �_ �` L STAW DATW, DOL AG ""'1355 4-A GENERAL 131 47TH STREET 01/25/2007 01/25/2012 CONSTRUCTION CORP. BROOKLYN NY 11232 DOL DOL ""'3983 A 8 D CONTRACTING CORP. 15 PINE AIRE DRIVE 08/01/2005 08/01/2010 BAY SHORE NY 11706 DOL DOL "'-7478 A 8 T GENERAL 3 ALAN B SHEPARD PLACE 12/11/2006 12/11/2011 CONSTRUCTION INC. YONKERS NY 10705 DOL NYC ""'5804 AAR CO ELECTRIC INC 5902 AVENUE N 03/20/2009 03/20/2014 BROOKLYN NY 11234 DOL DOL "'"0635 ABOVE ALL PUMP REPAIR 360 KNICKERBOCKER 10/20/2008 10/20/2013 CORP AVENUE BATAVIA NY 11716 DOL NYC "'"8758 ACC CONSTRUCTION CORP. 6 EAST 32ND ST - 7TH FL 05/25/2006 05/25/2011 NEW YORK NY 10016 DOL NYC "'-5022 ACE DRYWALL SYSTEMS INC. 194 ASHLAND PLACE 03/06/2008 03/06/2013 BROOKLYN NY 11217 DOL AG ""'8219 ACTIVE CABLING INC C/O FRANK DECAPITE 10/02/2008 10/01/2013 " 7 SYCAMORE ROAD DRWOODBURY NY 11797 DOL DOL ""'3012 ADAM DECKMAN DECKMAN 154 POND VIEW PARKWAY 04/16/2007 04/16/2012 PAINTING ROCHESTER NY 14612 DOL DOL ""'5116 ALJAA CONSTRUCTION 3755 SENECA STREET 12/14/2005 12/14/2010 CORPORATION WEST SENECA NY 14403 DOL DOL ALL TOWNS MECHANICAL BARRY 18 EAST SUNRISE HIGHWAY 01/21/2008 01/21/2013 MORRIS FREEPORT NY 11758 DOL DOL ""'3101 ALLSTATE CONCRETE 635 MIDLAND AVENUE 07/09/2007 07/09/2012 CUTTING, INC. GARFIELD NJ 07026 DOL DOL ""'8291 AMIR'S VISION INC 230 PRATT STREET 09/17/2008 09/17/2013 BUFFALO NY 14204 DOL AG AMODIO RUSSO 14 BRAYRON ROAD 06/01/2005 06/01/2010 CARMEL NY 10512 DOL AG ANASTASIA ANTHOULIS AKASTACEY 13147TH STREET 01/25/2007 01/25/2012 GOUZOS BROOKLYN NY 11232 DOL DOL ""'0860 ANDREA STEVENS STEVENS 2458 EAST RIVER ROAD 01/23/2008 01/23/2013 TRUCKING CORTLAND NY 13045 DOL DOL ANNE M DIPIZIO 217 STRASMER ROAD 12/14/2005 12/14/2010 DEPEW NY 14043 DOL AG ANTHONYBRANCA 700 SUMMER STREET 11/24/2009 11/24/2014 STAMFORD CT DOL DOL ANTHONY POSELLA 30 GLEN HOLLOW 10/19/2009 10/19/2014 ROCHESTER NY 14622 DOL DOL ANTHONY T RINALDI C/O CRAIN CONSTRUCTION 10/02/2008 10/02/2013 CO KINDERHAMACK RDKACKENSACK NY 07061 DOL DOL ANTHONY TAORMINA 215 MCCORMICK DRIVE 05/20/2009 05/20/2014 BOHEMIA NY 11716 DOL AG ""'7327 ANTHOS CONTRACTING 131 47TH STREET 01/25/2007 01/25/2012 CORP BROOKLYN NY 11232 DOL DOL ""'2725 ARAGONA CONSTRUCTION 5755 NEWHOUSE ROAD 10/10/2007 10/10/2012 CORP EAST AMHERST NY 14051 DOL DOL ""'8688 ARC MECHANICAL CORP 215 MCCORMICK DRIVE 05/20/2009 05/20/2014 BOHEMIA NY 11716 DOL DOL "'"8482 ARGO CONTRACTING CORP 5752 WEST WEBB ROAD 05/2112008 05/21/2013 YOUNGSTOWN OH 44515 DOL NYC "'"5804 ARIE BAR C/O AAR CO 5902 AVENUE N 03/20/2009 03/20/2014 ELECTRIC INC BROOKLYN NY 11234 DOL DOL ARTHUR C OSUORAH PO BOX 1295 02/15/2000 02/15/2013 BUFFALO NY 14215 DOL DOL "'"8027 ARTHUR DESIGN ENGINEERS PO BOX 1295 02/15/2008 02/15/2013 8 ASSOCIATES BUFFALO NY 14215 DOL DOL "'"2993 AST DRYWALL 8 ACOUSTICS 46 JOHN STREET - STE 711 12/16/2008 12/16/2013 INC NEW YORK NY 10038 DOL DA ""'5761 AZTEC PLUMBING 8 HEATING 153 BAYWOODS LANE 03/19/2007 03/19/2012 CORP BAY SHORE NY 11706 DOL DOL ""'7828 BALLAGH GENERAL 250 KNEELAND AVENUE 07/09/2007 07/09/2012 CONTRACTING INC YONKERS NY 10705 DOL DOL BEATRICE ORTEGA 764 BRADY AVE - APT 631 05/21/2008 05/21/2013 BRONX NY 10462 DOL DOL BERNADETTE GORMALLY 250 KNEELAND AVENUE 07/09/2007 07/09/2012 YONKERS NY 10705 DOL NYC BERNARD COHNEN 193 HARWOOD PLACE 05/14/2008 05/14/2013 PARAMUS NJ 07652 DOL DOL ""'5455 BEST OF FRIENDS OF 425 HAMILTON STREET 01/24/2006 01/24/2011 SCHENECTADY CONSTR CO SCHENECTADY NY 12305 Page 1 of 9 NYSDOL Bureau of Public Work Debarment List 04101/2010 15.04i -- DOL DOL ""'9890 BETTY JOE FRAZIER NOBLE 23980 WHITE ROAD 02/1412008 02/14/2013 CONSTRUCTI WATERTOWN NY 13601 ON GROUP DOL DOL BIAGGIO CANTISANI 200 FERRIS AVENUE 12/04/2009 12/04/2014 WHITE PLAINS NY 10603 DOL DOL •••^0818 BLASTEC INC MILLER 121 LINCOLN AVENUE 02/21/2008 02/21/2013 SANDBLASTIN ROCHESTER NY 14611 G & PAINTING DOL DOL "'^8501 BLOCKHEAD CONCRETE & P O BOX 71 09/03/2008 09/03/2013 PAVING INC CHEEKTOWAGA NY 14225 DOL DOL BRIAN HOME 2219 VALLEY DRIVE 12/0412009 12/04/2014 SYRACUSE NY 13207 DOL DOL "'"4311 C & F SHEET METAL CORP 201 RICHARDS STREET 02/25/2009 02/2412014 BROOKLYN NY 11231 DOL DOL "'"0289 C J H INC 22 BLACK HAWK ROAD 06/10/2005 06110/2010 PINE BUSH NY 12666 DOL DOL ""'9286 CALK BROTHERS INC 1223 PARK STREET 09/12/2007 09/122012 PEEKSKILL NY 10566 DOL DOL CANTISANI & ASSOCIATES 220 FERRIS AVENUE 12/04/2009 12/04/2014 LTD WHITE PLAINS NY 10603 DOL NYC '""4437 CAPPRY CONTRACTING 1081 CONEY ISLAND AVENUE 02/092006 02/09/2011 MGMT. CORP BROOKLYN NY 11230 DOL DOL CARMODY CONCRETE CORP 220 FERRIS AVENUE 12/04/2009 12/04/2014 WHITE PLAINS NY 10603 DOL DOL CARMODY ENTERPRISES LTD 220 FERRIS AVENUE 12/042009 12/042014 WHITE PLAINS NY 10603 DOL DOL CARMODY INC 220 FERRIS AVENUE 12/04/2009 12/04/2014 WHITE PLAINS NY 10603 DOL DOL CARMODY MASONRY CORP 220 FERRIS AVENUE 12/042009 12/04/2014 WHITE PLAINS NY 10603 DOL DOL CARMODY'2' INC 220 FERRIS AVENUE 12/04/2009 12/04/2014 WHITE PLAINS NY 10603 DOL DOL '""9721 CATENARY CONSTRUCTION 112 HUDSON AVENUE 02/142006 1020/2014 CORP ROCHESTER NY 14605 DOL DOL CHARLES MARANGOUDAKIS 25 WOODHILL LANE 08/16/2005 08/16/2010 MANHASSEST NY 11030 DOL DOL CHARLES MURDOUGH 203 KELLY DRIVE 0326/2008 032612013 EAST AURORA NY 14052 DOL DOL "'"1416 CHEROMINO CONTROL 61 WILLET ST -SUITE 14 12/032009 12/03/2014 GROUP LLC PASSAIC NJ 07055 DOL DOL CHESTER A BEDELL 1233 WALT WHITMAN ROAD 04292006 0429/2013 MELVILLE NY 11747 DOL DOL CHRISTINA J HOEK 22 BLACK HAW ROAD O6/102005 06/10/2010 PINE BUSH NY 12566 DOL DOL CHRISTOPHER NICHOLSON 91 NEWMAN PLACE 10/19/2006 10/19/2011 BUFFALO NY 14210 DOL DOL ""'5329 CNY MECHANICAL P O BOX 250 11/0612008 11/06/2013 ASSOCIATES INC EAST SYRACUSE NY 13057 DOL DOL ""'6866 COMMERCIAL SYSTEM 91 NEWMAN PLACE 10/19/2006 10/192011 CONSTRUCTION BUFFALO NY 14210 DOL DOL ""'7794 CRAIN CONSTRUCTION ONE KINDERHAMACK ROAD 10/022008 10/02/2013 COMPANY INC HACKENSACK NJ 07061 DOL DOL CRAIN CONSTRUCTION OF ONE KINDERHAMACK ROAD 10/022008 10/02/2013 NEW JERSEY HACKENSACK NJ 07061 DOL DOL CRAIN CONSTRUCTION OF C/O CRAIN CONSTRUCTION 10/02/2008 10/02/2013 NEW YORK INC CO ONE KINDERHAMACK ROADHACKENSACK NJ 07061 DOL DOL CRAIN CONTRACTING ONE KINDERHAMACK ROAD 10/022008 10/022013 COMPANY HACKENSACK NJ 07061 DOL NYC '""8777 CROSSLAND ELECTRICAL 846 EAST 52ND STREET 12/192008 12292013 SYSTEMSINC BROOKLYN NY 11203 DOL DOL ""'0115 CROW AND SUTTON 949 GROVESIDE ROAD 08/272008 08272013 ASSOCIATES INC BUSKIRK NY 12028 DOL DOL ""'4266 CRYSTAL INTERIOR 922 CRESCENT STREET 05212008 05212013 CONTRACTING INC BROOKLYN NY 11208 DOL DOL ""'1804 CUSTOM GARDEN 283 NORTH MIDDLETOWN 09282009 09/28/2014 LANDSCAPING INC ROAD PEARL RIVER NY 10965 DOL DOL ""'6339 D J FLOORS INC 9276 VIA CIMATO DRIVE 08/292007 08292012 CLARENCE CENTER NY 14032 DOL DOL D JAMES SUTTON 949 GROVESIDE ROAD 08/272008 08272013 BUSKIRK NY 12028 DOL DOL DARIN ANDERSON 13425166 PLACE #5E 011072008 08/072013 JAMAICA NY 11434 DOL DOL DARREN MAYDWELL 115 LEWIS STREET 05112/2009 05/122014 YONKERS NY 10703 Page 2 of 9 1 1 0 1 I I C 1 F u L L 1 NYSDOL Bureau of Public Work Debarment List 04/01/2010 Article 8 DOL DOL DEANNA J REED 5900 MUD MILL RD -BOX 949 09/022008 09/02/2013 BREWERTON NY 13029 DOL DOL "'-3012 DECKMAN PAINTING 154 POND VIEW PARKWAY 04/16/2007 04/16/2012 ROCHESTER NY 14612 DOL DOL "'"2311 DELCON CONSTRUCTION 220 WHITE PLAINS ROAD 08272009 08272014 CORP TARRYTOWN NY 10591 DOL DOL ""'8971 DELPHI PAINTING AND 1445 COMMERCE AVENUE 10/09/2007 10/092012 DECORATING INC BRONX NY 10461 DOL DOL DESMOND CHARLES 922 CRESCENT STREET 05/212008 05212013 BROOKLYN NY 11208 DOL DOL "'^7157 DG PIPELINE INC 312 HALSEYVILLE ROAD 09/06/2006 09/062011 ITHACA NY 14850 DOL DOL ""'3218 DIAMOND'D' CONSTRUCTION 5270 TRANSIT ROAD 12/142005 12/142010 CORP DEPEW NY 14043 DOL DOL DIMITEIUS KASSIMIS 152 -0511TH AVENUE 05/222008 05222013 WHITESTONE NY 11357 DOL DOL "'^3364 DJH MECHANICAL 155 KINGSBRIDGE ROAD 02/01/2008 02/012011 ASSOCIATES LTO EAST MOUNT VERNON NY 10552 DOL DOL "'"5881 DON ADAMS ROOFING INC 472 COMMERCE STREET 12/072005 12/072010 HAWTHORNE NY 10532 DOL DOL DONALD NOWAK 10 GABY LANE 10/152009 10/152014 CHEEKTOWAGA NY 14227 DOL DOL DONALD SCHWENDLER 9276 VIA CIMATO DRIVE 08/292007 08292012 CLARENCE CENTER NY 14032 DOL DOL ""8148 DOT CONSTRUCTION OF NY 765 BRADY AVE -APT 631 05/212008 05212013 INC BRONX NY 10462 DOL DOL DOUGLAS MCEWEN 121 LINCOLN AVENUE 02/212008 02212013 ROCHESTER NY 14611 DOL DOL DOUGLAS S GRIFFEN 312 HALSEYVILLE ROAD 09/06/2006 09/062011 ITHACA NY 14850 DOL DOL DRAGOLJUB RADOJEVIC 61 WILLET ST 12/032009 12/032014 - SUITE 14 PASSAIC NJ 07055 DOL DOL EDWARD SUBEH 1 CHELSEA COURT 10/062008 10/06/2013 ATLANTIC CITY NJ 08401 DOL DOL ""'3554 ELITE BUILDING 34-08 PARKWAY DRIVE 07/012008 0721/2013 ENTERPRISES INC BALDWIN NY 11510 DOL AG ""'3233 EMEIS 8 EMEIS GENERAL 131 47TH STREET 01/25/2007 0125/2012 CONTRACTING CORP BROOKLYN NY 11232 DOL DOL ""8780 EMES HEATING 8 PLUMBING 5 EMES LANE 01/202002 0120/3002 CONTR MONSEY NY 10952 DOL DOL ERROL L ALLEN 13425166 PLACE #5E 08/072008 08/072013 JAMAICA NY 11434 DOL DOL ESCO INSTALLERS LLC 1 CHELSEA COURT 10/06/2008 10/08/2013 ATLANTIC CITY NJ 08401 DOL DOL "'"0329 FAULKS PLUMBING HEATING 3 UPTON STREET 06/102008 06/102013 S AIR CONDITIONING INC HILTON NY 14468 DOL DOL FERNANDO GOMEZ 201 RICHARDS STREET 02/252009 02252014 BROOKLYN NY 11231 DOL DOL "'"0768 FISHER CONCRETE INC 741 WELSH ROAD 04/08/2009 04/082014 JAVA CENTER NY 14082 DOL NYC ""'2505 FLORENCE XVI CENTURY 120 GLEN HEAD ROAD 08/032005 08/032010 MARBLE INC GLEN HEAD NY 11545 DOL DOL "'"7975 FORD CONSTRUCTION INC 18 -1826TH STREET 07/18/2005 07/182010 ASTORIA NY 11102 DOL DOL FORD MASONRY 1B -1826TH STREET 07/18/2005 07/18/2010 ASTORIA NY 11102 DOL DOL "'"0115 FOXCROFT NURSERIES INC 949 GROVESIDE ROAD 08/272008 08272013 BUSKIRK NY 12028 DOL DOL FRANCIS (FRANK) OSCIER 3877 SENECA STREET 09/032006 09/032013 WEST SENECA NY 14224 DOL NYC FRANK (FRANCIS) OSCIER 3677 SENECA STREET 09/0312008 09/032013 WEST SENECA NY 14224 DOL NYC FRANK BAKER 24 EDNA DRIVE 05/142008 05/142013 SYOSSET NY 11791 DOL DOL FRANK MERCANDO C/O 134 MURRAY AVENUE 11/222008 11222013 MERCANDO YONKERS NY 10704 CONTRACTIN G CO INC DOL DOL FRANK J MERCANDO 134 MURRAY AVENUE 12/112009 12/11/2014 YONKERS NY 10704 DOL DOL "'"0128 FRANK J TUCEK 8 SON INC 92 NORTH ROUTE 9W 01/292007 01/29/2012 CONGERS NY 10920 DOL DOL FRANK LOBENE JR 13 CHEVIOT LANE 10/182005 10/18/2010 ROCHESTER NY 14624 Page 3 of 9 NYSDOL Bureau of Public Work Debarment List 04/01/2010 Article 8 DOL DOL "'^9832 G A FALCONE 253 COMMONWEALTH 08107/2007 08/07/2012 CONSTRUCTION INC AVENUE BUFFALO NY 14216 DOL DOL '•"'7088 GRA CONTRACTING CORP 401521ST AVENUE 01/11/2008 01/11/2013 ASTORIA NY 11105 DOL AG GEORGE BEGAKIS 57-16 157TH STREET 10/04/2008 10/04/2011 FLUSHING NY 11355 DOL NYC GEORGE LUCEY 150 KINGS STREET 01/19/1998 01/19/2998 BROOKLYN NY 11231 DOL AG GERARD IPPOLITO 563 MUNCEY ROAD 07/1412008 07/14/2013 WEST ISLIP NY 11795 DOL AG GERASIMOANDRIANIS 22 -1547TH STREET 08/03/2006 08/03/2011 ASTORIA NY 11105 DOL DOL GREG SURACI 364 BLEAKER ROAD 10/25/2007 10/25/2012 ROCHESTER NY 14609 DOL DOL GRIOGORIOS BELLOS 401521 ST AVENUE 01/11/2008 01/11/2013 ASTORIA NY 11105 DOL DOL "'"9985 GROUND LEVEL 10 GABY LANE 10/15/2009 10/15/2014 CONSTRUCTION CHEEKTOWAGA NY 14227 DOL DOL "'-8904 HALLOCKS CONSTRUCTION P 0 BOX 278 12/0111008 12/01/2013 CORP YORKTOWN HEIGHTS NY 10598 DOL DOL HARALAMBOS KARAS 8012 ASTORIA BOULEVARD 11/22/2008 10/22/2013 EAST ELMHURST NY 11370 DOL DOL ""'0080 HI -AMP ELECTRICAL 265-12 HILLSIDE AVENUE 02/15/2008 02/15/2013 CONTRACTING CORP FLORAL PARK NY 11004 DOL AG ••"•1841 HOWARD K ENTERPRISE INC 219-02 NORTHERN 04/14/2005 04/14/2010 BOULEVARD FLUSHING NY 11361 DOL AG HOWARD KIM 75 WEST EDSALL BOULEVARD 04/14/2005 04/14/2010 PALISADES PARK NJ DOL DOL ""'9893 HOME'S PAINTING CO INC 2219 VALLEY DRIVE 12/04/2009 12/04/2014 SYRACUSE NY 13207 DOL DOL ""'6429 IDM ENTERPRISES INC 60 OUTWATER LANE 05/09/2009 05/09/2014 GARFIELD NJ 07026 DOL DOL ""'6293 IMPRESSIVE CONCRETE 264A SUBURBAN AVENUE 12/18/2007 12/18/2012 CORP DEER PARK NY 11729 DOL DOL -8898 IN -TECH CONSTRUCTION INC 8346 BREWERTON ROAD 07/06/2007 07/06/2012 CICERO NY 13039 DOL NYC "'-7728 INTEGRITY CONSTRUCTION & 7615 MYRTLE AVENUE 02/15/2007 02/15/2012 CONSULTING SERVS GLENDALE NY 11385 DOL DOL "'^0488 INTERWORKS SYSTEMS, INC. 1233 WALT WHITMAN ROAD 04/29/2008 04/29/2013 MELVILLE NY 11747 DOL DOL ISRAEL MONTESINOS 517 MILES SQUARE ROAD 02/15/2008 02/15/2013 YONKERS NY 10701 DOL DOL IVAN D MARKOVSKI 60 OUTWATER LANE 05/09/2009 05/09/2014 GARFIELD NJ 07026 DOL DOL IVAN TORRES 11 PLYMOUTH ROAD 02/15/2008 02/15/2013 DIX HILLS NY 11746 DOL DOL ""'0579 J & I CONSTRUCTION CORP 110 FOURTH STREET 02/15/2008 02/15/2013 NEW ROCHELLE NY 10801 DOL DOL -7357 J C MCCASHION 84 FREDERICK AVENUE 04/13/2006 04/13/2011 CONSTRUCTION INC ALBANY NY 12205 DOL DOL ""'1584 J M TRI STATE TRUCKING INC 140 ARMSTRONG AVENUE 10/21/2009 10/21/2014 SYRACUSE NY 13209 DOL AG ""'1562 JANS GENERAL 13147TH STREET 01/25/2007 01/25/2012 CONSTRUCTION CORP. BROOKLYN NY 11232 DOL DOL JASON ASBURY 22562 SEA BASS DRIVE 10/10/2007 10/10/2012 BOCA RATON FL 33428 DOL DOL JAY MEYER 239 MARSH DRIVE 02/2O/2007 02/20/2012 DEWITT NY 13214 DOL DOL JEANETTE CALICCHIA 1223 PARK STREET 09/12/2007 09/12/2012 PEEKSKILL NY 10566 DOL DOL JEFFREY ARTIERI 107 STEVENS STREET 11/04/2009 11/04/2014 LOCKPORT NY 14094 DOL DOL JOHN B DUGAN 121 LINCOLN AVENUE 02/21/2008 02/21/2013 ROCHESTER NY 14611 DOL DA JOHN BIAS 1538AYWOODS LANE 03/19/2007 03/19/2012 BAY SHORE NY 11706 DOL DOL JOHN BUONADONNA 283 NORTH MIDDLETOWN 09/28/2009 09/28/2014 ROAD PEARL RIVER NY 10965 DOL NYC JOHN C MCCASHION 84 FREDERICK AVENUE 04/13/2006 04/13/2011 ALBANY NY 12205 DOL NYC JOHN MARI JR 278 ROBINSON AVENUE 04/06/2008 04/06/2013 NEW YORK NY 10312 Page 4 of 9 E 1 1 J n u 1 1 J I p p NYSDOL Bureau of Public Work Debarment List 04/01/2010 Article S DOL NYC JOHN O'SHEA 4350 BULLARD AVENUE 01/28/2008 01/2812013 BRONX NY 10466 DOL DOL "'^5970 JOHN PREVETE FRAMING JOHN 320 RIDGE ROAD 03/26/2008 03/26/2013 AND JOHN PREVETE PREVETE WEST MILFORD NJ 07480 FRAMING INC DOL DOL JOHN SAN SEVERE C/O CRAIN CONSTRUCTION 10/02/2008 10/02/2013 CO ONE KINDERHAMACK ROADHACKENSACK NJ 07061 DOL DOL JOSE DOS SANTOS JR 85 -0860TH AVENUE 11/21/2008 11/21/2013 ELMHURST NY 11373 DOL DOL JOSEPH CALICCHIA 1223 PARK STREET 09/12/2007 09/12/2012 PEEKSKILL NY 10566 DOL DOL JOSEPH DIPIZIO 5270 TRANSIT ROAD 12/14/2005 12/14/2010 DEPEW NY 14043 DOL DOL JOSEPH MONETTE C/O JOHN MONETTE 10/21/2009 10/21/2014 140 ARMSTRONG AVENUESYRACUSE NY 13209 DOL DOL "'^1763 JR RESTORATION 8 ROOFING 15255 11TH AVENUE 05/2212008 05/22/2013 INC WHITESTONE NY 11357 DOL DOL JULIUS AND GITA BEHREND 5 EMES LANE 11/20/2002 11/20/3002 MONSEY NY 10952 DOL DOL ""'9422 JUNKYARD CONSTRUCTION 2068 ANTHONY AVENUE 12/26/2007 12/26/2012 CORP. BRONX NY 10457 DOL DOL "'"3810 K M MARTELL 57 CROSS ROAD 06/25/2007 06/25/2012 CONSTRUCTION, INC. MIDDLETOWN NY 10940 DOL DOL "'"9993 K M R ENTERPRISES 10 STUFFLE STREET 12/20/2006 12/20/2011 CROPSEYVILLE NY 12052 DOL DOL K NELSON SACKOOR 16 JOY DRIVE 01/05/2010 01/05/2015 NEW HYDE PARK NY 11040 DOL DOL ""'8648 KSTAR CONSTRUCTION 42 48161ST STREET 12/11/2006 12/11/2011 CORP FLUSHING NY 11358 DOL NYC KAZIMIERZKONOPSKI 194 ASHLAND PLACE 03/0612008 03/06/2013 BROOKLYN NY 11217 DOL AG KEFCAL CONSTRUCTION, INC. 131 47TH STREET 01/25/2007 01/25/2012 BROOKLYN NY 11232 DOL NYC "'"4923 KELLY'S SHEET METAL, INC. 1426 ATLANTIC AVENUE 12/28/2007 1228/2012 BROOKLYN NY 11216 DOL DOL KEMPTON MCINTOSH 8531 AVENUE B 12/162008 12/16/2013 BROOKLYN NY 11236 DOL DOL KENNETH W. GRIFFIN 101 LILL STREET 05/012006 05/012011 ROCHESTER NY 14621 DOL DOL KEVIN MARTELL 57 CROSS ROAD 06/25/2007 0625/2012 MIDDLETOWN NY 10940 DOL DOL KING MACHINE DBA KING 11365 CENTER ROAD 04/042005 04/04/2010 MACHINE SHERIDAN NY 14135 DOL AG ""'3318 KOSMAR CONTRACTING 13147TH STREET 01/25/2007 01/25/2012 CORP. BROOKLYN NY 11232 DOL DOL KRIS CLARKSON 2484 CATON ROAD 06202007 06/20/2012 LABARBERA CORNING NY 14830 2121 EMPIRE BOULEVARD 04/18/2005 04/182010 DOL DOL "'"5462 LABAR ENTERPRISES OF ROCHESTER, INC. EXCAVATING WEBSTER NY 14580 INC DOL DOL "'^5462 LABARBERA EXCAVATING INC 2121 EMPIRE BOULEVARD 04/18/2005 04/18/2010 WEBSTER NY 14580 DOL NYC "'"8816 LAKE CONSTRUCTION AND 150 KINGS STREET 08/19/1998 08/19/2998 DEVELOPMENT BROOKLYN NY 11231 CORPORATION DOL DOL "'"9628 LANCET ARCH INC 112 HUDSON AVENUE 02/14/2006 10/192014 ROCHESTER NY 14605 DOL DOL LANCET SPECIALTY C/O CATENARY 10/192009 10/19/2014 CONTRACTING CORP CONSTRUCTION 112HUDSON AVENUEROCHESTER NY 14605 DOL DOL LARRY FRANGOS 5752 WEST WEBB ROAD 05212008 05/21/2013 YOUNGSTOWN OH 44515 DOL DOL "'"7907 LEEMA EXCAVATING INC 140 ARMSTRONG AVENUE 1021/2009 10/21/2014 SYRACUSE NY 13209 DOL DOL "'"0258 LIBERTY PAINTING COMPANY 183 LORFIELD DRIVE 12/08/2005 12/08/2010 INC SNYDER NY 14226 DOL AG ""'5102 LIBERTY TREE SERVICE, INC. 563 MUNCEY ROAD 07/142008 07/14/2013 WEST ISLIP NY 11795 DOL DOL ""'6651 LIGHTNING FAST LABOR 150 NORTH CHESTNUT 05/01/2006 05/01/2011 FORCE SERVICES, INC. STREET ROCHESTER NY 14604 DOL DOL "'"4981 LOBENE PAINTING, INC. 13 CHEVIOT LANE 10/182005 10/182010 ROCHESTER NY 14624 Page 5 of 9 NYSDOL Bureau of Public Work Debarment List 04/01/2010 Article 8 DOL AG ••"'4654 LOOK UNDER THE CARPET P O BOX 686 12/15/2005 12/15/2010 SERVICES INC BUFFALO NY 142% DOL DOL ""'5953 LPD CONTRACTING INC 1205 MCBRIDE AVENUE 08/27/2007 08/2712012 WEST PATTERSON NJ 07424 DOL DOL •""9875 M & S STRIPING INC 73 INDUSTRIAL PARK BLVD 01/10/2007 01/10/2012 ELMIRA NY 14901 DOL DOL "'"%88 M K PAINTING INC 4157 SEVENTH STREET 05/14/2007 05/14/2012 WYANDOTT MI 48192 DOL AG MANNS CONTRACTING CORP 131 47TH STREET 01/25/2007 01/25/2012 BROOKLYN NY 11232 DOL NYC MANUEL P TOBIO 150 KINGS STREET 08/19/1998 08/19/2998 BROOKLYN NY 14444 DOL NYC MANUEL TOBIO 150 KINGS STREET 08/19/1998 08/19/2998 BROOKLYN NY 11231 DOL DOL ••"•4543 MARANGOS CONSTRUCTION 5945 56TH AVENUE 08/16/2005 08/16/2010 CORP MASPETH NY 11378 DOL DOL MARK LINDSLEY 355 COUNTY ROUTE 6 08/08/2009 08/14/2014 FULTON NY 13069 DOL DOL MASONRY CONSTRUCTION 220 FERRIS AVENUE 12/04/2009 12/04/2014 INC WHITE PLAINS NY 10603 DOL DOL MASONRY INDUSTRIES INC 220 FERRIS AVENUE 1204/2009 12/04/2014 WHITE PLAINS NY 10603 DOL DOL MATTHEW LOBENE 13 CHEVIOT LANE 10/18/2005 10/1812010 ROCHESTER NY 14624 DOL AG ""'9970 MAY CONSTRUCTION CO INC 700 SUMMER STREET 11/24/2009 11/24/2014 STAMFORD CT DOL NYC '•"'4132 MCCASHION BROTHERS 84 FREDERICK AVENUE 04/1312006 04/13/2011 HOLDING COMPANY LLC ALBANY NY 12205 DOL DOL MCS PAINTING LIME KILN COURT 01/25/20% 01/25/2011 CONTRACTORS, INC. STONY POINT NY 10980 DOL DOL ••"'4259 MERCANDO CONTRACTING 134 MURRAY AVENUE 1211/2009 1211/2014 CO INC YONKERS NY 10704 DOL DOL •""0241 MERIT FENCE CO INC 130 OLD ROUTE 6 08108/2003 0202/2012 CARMEL NY 10512 DOL DOL MICHAEL L. KRIVITZA NORTHEAST 105 PINE STREET- APT 2 05/14/2007 05/14/2012 TECHNOLOGI EAST ROCHESTER NY 14445 ES DOL DOL MICHAEL STEVENS STEVENS 2458 EAST RIVER ROAD 01/23/2008 01/23/2013 TRUCKING CORTLAND NY 13045 DOL DOL ..... 0860 MICHAEL STEVENS STEVENS 2458 EAST RIVER ROAD 01/23/2008 0123/2013 TRUCKING CORTLAND NY 13045 DOL DOL MICHAEL TAYLOR 66 RYBKA ROAD 03/022007 03/02/2012 STUYVESANT FALLS NY 12174 DOL DOL •••"0818 MILLER SANDBLASTING AND 121 LINCOLN AVENUE 02/21/2008 02/21/2013 PAINTING ROCHESTER NY 14611 DOL DOL "'"4435 MODERN TECH DESIGN & 9151 SOUTHWESTERN BLVD 01/19/2006 01/19/2011 SERVICES INC ANGOLA NY 14006 DOL NYC MOHAMMAD SELIM 73 -1235TH AVE -APT F63 03/04/2010 03/04/2015 JACKSON HEIGHTS NY 11372 DOL DOL MOHAMMED ALI ALVI 2241 26TH STREET 07/18/2005 07/18/2010 APT. 2ASTORIA NY 11102 DOL DA MOHAMMED SALEEM 768 LYDIG AVENUE 08/18/2009 08/18/2014 BRONX NY 10462 DOL DOL "^6616 MUIRCONTRACTORS 75 ARGYLE AVE - SUITE 2B 08/18/2005 08/18/2010 ASSOCIATES INC UNIONDALE NY 11553 DOL DOL ••'^2251 MURDOUGH DEVELOPMENT 203 KELLY DRIVE 03/26/2008 03QW2013 CO., INC. EAST AURORA NY 14052 DOL DA •""9642 MUTUAL OF AMERICAL 768 LYDIG AVENUE 08118/2009 08/1812014 GENERAL CONSTRUCTION & BRONX NY 10462 MANAGEMENT CORP DOL DOL N F K ENTERPRISES 22 BLACK HAWK ROAD 06/10/2005 06/10/2010 PINE BUSH NY 12566 DOL DOL "'"3310 N F K EXCAVATING AND 22 BLACK HAWK ROAD 06/10/2005 06/10/2010 CONSTRUCTION INC PINE BUSH NY 12566 DOL DOL •""7371 N F K LANDSCAPING SUPPLY 22 BLACK HAWK ROAD 06/10/2005 06/10/2010 CORP PINE BUSH NY 12566 DOL DOL •"•'9445 NASDA ENTERPRISES INC 13425166 PLACE #5E 08/07/2008 08/07/2013 JAMAICA NY 11434 DOL DOL "'-2213 NEUSS CONSTRUCTION, INC. 1191 ROUTE 9W - SUITE #C6 09/06/2006 09/06/2011 MARLBORO NY 12542 DOL DOL NICK NITIS 3 ALAN B SHEPARD PLACE 1211/2006 1211/2011 YONKERS NY 10705 DOL DOL •""9890 NOBLE CONSTRUCTION 23960 WHITE ROAD 0214/2008 0214/2013 WATERTOWN NY 13601 DOL DOL • **"71 1 NORTHEAST TECHNOLOGIES 105 PINE STREET APT. 2 05/14/2007 05/14/2012 EAST ROCHESTER NY 1444.5 Page 6 of 9 D 1 F p 1 1 1 r LII rI C C C NYSDOL Bureau of Public Work Debarment List 04/01/2010 Article 8 DOL DOL '••'•1833 NORTHEASTERN SUPREME 66 BENEDICT STREET 03/02/2007 03/02/2012 FLOOR CO.,INC CASTLETON NY 12033 DOL DOL "'^7041 NYCOM SERVICES CORP 80-12 ASTORIA BOULEVARD 11/22/2008 11/22/2013 EAST ELMHURST NY 11370 DOL DOL '•^•0797 O GLOBO CONSTRUCTION 85 -0660TH AVENUE 11/21/2008 11/21/2013 CORP ELMHURST NY 11373 DOL AG '•^•1641 OLYMPIA MECHANICAL 362412TH AVENUE 0611612005 08/18/2010 PIPING 8 HEATING, INC. BROOKLYN NY 11218 DOL DOL "'^1803 OMNI CONTRACTING 3 ALAN B. SHEPARD PLACE 12/11/2006 12/11/2011 COMPANY, INC. YONKERS NY 10705 DOL NYC ""'3855 OT 8 T INC 3628 23RD STREET 01/15/2008 05/14/2013 LONG ISLAND CITY NY 11106 DOL AG ••^•5133 PBT IRON WORKS 59 PLAIN AVENUE 06/01/2005 06/01/2010 NEW ROCHELLE NY 10801 DOL NYC ••"'9833 PARADISE CONSTRUCTION 6814 8TH AVENUE 12/03/2007 12/03/2012 CORP BROOKLYN NY 11220 DOL DOL "'^3039 PARAGON PLATE GLASS, INC. 210 FACTORY STREET 11/07/2006 11/07/2011 WATERTOWN NY 13601 DOL DOL PATRICK BURNS 19 E. CAYUGA STREET 05/15/2008 05/15/2013 OSWEGO NY 13126 DOL DOL PATRICK SHAUGHNESSY 88 REDWOOD DRIVE 05/16/2008 05/16/2013 ROCHESTER NY 14617 DOL DOL PERRY JACOBS 736 SHERMAN DRIVE 12/042005 12/04/2010 BOX 8015UTICA NY 13505 DOL AG PETER GOUZOS 131 47TH STREET 0125/2007 01/25/2012 BROOKLYN NY 11232 249 MAIN STREET 10/05/2009 10/052014 DOL DOL PETER J LANDI EASTCHESTER NY 10709 DOL DOL ^'^7229 PETER J LANDI INC 249 MAIN STREET 10/05/2009 10/05/2014 EASTCHESTER NY 10709 DOL DOL •••'•5119 PINE VALLEY LANDSCAPE RR 1, BOX 285-8 08/272008 08272013 CORP BUSKIRK NY 12028 DOL DOL PRECISION DEVELOPMENT 115 LEWIS STREET 05/12/2009 05/122014 CORP YONKERS NY 10703 DOL DOL "'^9167 PRECISION SITE WORK, INC. 736 SHERMAN DRIVE 12/042005 12/D42010 BOX 8015UTICA NY 13505 DOL DOL •••"9359 PRECISION STEEL ERECTORS P O BOX 949 09/022008 09/022013 INC BREWERTON NY 13029 DOL DOL ••"'2326 PUTMAN CONSTRUCTION 29 PHYLLIS AVENUE 09/032008 09/0312013 COMPANY OF WESTERN NY BUFFALO NY 14215 DOL DOL ••"'7438 R 8 H COMMERCIAL 102 WILLOW AVENUE 06/202007 0620/2012 FLOORING, INC. WATKINS GLEN NY 14891 DOL DOL "•^1596 R 8 T SUPREME SPORTS 66 RYBKA ROAD 03/022007 03/022012 FLOORING, LLC STUYVESANT FALLS NY 12174 DOL DA -0358 R B W FACILITY CARE 485 ATLANTIC AVENUE 11/222005 11/22/2010 SYSTEMSINC BROOKLYN NY 11217 DOL DOL ^'•'1629 R S CONSTRUCTION 571 MILES SQUARE ROAD 041042D07 04/04/2012 COMPANY LLC YONKERS NY 10701 DOL AG `•^'2626 RAINBOW RENOVATIONS, 35-44 CRESCENT STREET 08/03/2006 08/03/2011 INC. LONG ISLAND CIN NY 111 D6 DOL DOL ""'7294 REDWOOD FLOORING, INC. 88 REDWOOD DRIVE 05/16/2008 05/162013 ROCHESTER NY 14617 DOL DOL ROBBYE BISSESAR 8351 SPRINGFIELD BLVD 01/11/2003 01/11/3003 QUEENS VILLAGE NY 11427 DOL DOL ROBERT DIMARSICO 1233 WALT WHITMAN ROAD 04/292008 04/292013 MELVILLE NY 11747 DOL DOL ROBERT allANLON 635 MIDLAND AVENUE 07/092007 07/092012 GARFIELD NJ 07026 DOL DOL ROBERT STEVENSON 571 MILES SQUARE ROAD 04/04/2007 04/042012 YONKERS NY 10701 DOL DOL ROBERT W. METZGAR KING 11365 CENTER ROAD 04/04/2005 04/04/2010 MACHINE SHERIDAN NY 14135 DOL DOL '•"'1721 ROBERTS CONSTRUCTION OF 5 SANGER AVENUE 01/28/2009 01282014 UPSTATE NEW YORK INC NEW HARTFORD NY 13413 DOL DOL '•"'3467 ROCKERS AND NOCKERS LLC 207 RIVERVIEW ROAD 10/232007 10232012 REXFORD NY 12148 DOL DOL ROGER A HOEK JR 22 BLACK HAW ROAD 061102005 06/102010 PINE BUSH NY 12566 DOL DOL RONALD R SAVOY C/O CNV P O BOX 250 11/0612008 11/062013 MECHANICAL EAST SYRACUSE NY 13057 ASSOCIATES INC DOL DOL ROSARIO CARRUBBA 5755 NEWHOUSE ROAD 10/102007 10/102012 EAST AMHERST NY 14051 DOL DOL RUDOLPH NEUSS 8 FAR HORIZONS DRIVE 09/062006 09/082011 NEWBURGH NY 12550 Page 7 of 9 NYSDOL Bureau of Public Work Debarment List 04/01/2010 Article S DOL DOL RUSSELL TUPPER 8346 BREWERTON ROAD 07/062007 07/06/2012 CICERO NY 13039 DOL DOL RUTH H SUTTON 939 GROVESIDE ROAD 08/272008 0827/2013 BUSKIRK NY 12028 DOL DOL "'-2585 S B WATERPROOFING INC SUITE #3R 11/04/2009 11/042014 2167 CONEY ISLAND AVENUEBROOKLYN NY 11223 DOL DOL "'"9066 SAMAR PAINTING 8 137 E MAIN STREET 12/012008 12/012013 DECORATING INC ELMSFORD NY 10523 DOL NYC •••••0987 SCHWARTZ ELECTRIC 89 WALKER STREET 01/042008 01/04/2013 CONTRACTORS INC NEW YORK NY 10013 DOLDOL "'•'6348 SEABURY ENTERPRISES LLC 22562 SEA BASS DRIVE 10/1&2007 10/102012 BOCA RATON FL 33428 DOL NYC "'"4020 SERVI-TEK ELEVATOR CORP 2546 EAST TREMONT AVENUE 07/162009 07/162014 BRONX NY 10461 DOL NYC •""8252 SEVERN TRENT 16337 PARK ROW 06/122007 06112/2012 ENVIRONMENTAL SERVICES HOUSTON TX 77084 INC DOL DOL •""0256 SIERRA ERECTORS INC 79 MADISON AVE - FL 17 04/1612009 04/162014 NEW YORK NY 10016 DOL DOL "'"0415 SIGNAL CONSTRUCTION LLC 199 GRIDER STREET 11/142006 11/14/2011 BUFFALO NY 14215 DOLDOL '••"8469 SIGNATURE SEALCOATING 8 345 LIVINGSTON AVENUE 04/042007 04/042012 STRIPPING SERVICE JAMESTOWN NY 14702 DOL DOL -9397 SKY COMMUNICATIONS, INC. PO BOX 278 02/2&2007 02/202012 DEWITT NY 13214 DOL AG SN CONTRACTING CORP 131 47TH STREET 01/2wIXI7 0125/2012 BROOKLYN NY 11232 DOL AG '•"'7480 SNA CONTRACTING CORP 13147TH STREET 01262007 01/25/2012 BROOKLYN NY 11232 DOL AG ••"•2738 SNA CONTRACTING CORP.131 47TH STREET 01/25/2007 0125/2012 BROOKLYN NY 11232 DOL AG SOLOMON WERZBERGER 56 LYNCREST DRIVE 0&18/2005 08/182010 MONSEY NY 10952 DOL DOL •""0918 SPECTRUM CONTRACTING 875 THIRD AVENUE 12/112006 12/112011 GROUP INC NEW YORK NY 10022 DOL AG ••"•1355 SPIRIDON ANTHOULIS 13147TH STREET 01/25/2007 0125/2012 BROOKLYN NY 11232 DOL AG STACEY GOUZOS 13147TH STREET 01252007 01252012 BROOKLYN NY 11232 DOL DOL "'"3498 STAR INTERNATIONAL INC 89-51 SPRINGFIELD BLVD 08)112003 08/11/3003 QUEENS VILLAGE NY 11427 DOL NYC •'"'6650 START ELEVATOR 4350 BULLARD AVENUE 0128/2008 012&2013 CONSTRUCTION, INC. BRONX NY 10466 DOL NYC '••'•3896 START ELEVATOR 4350 BULLARD AVENUE 01/282008 01/282013 MAINTENANCE, INC. BRONX NY 10466 DOL NYC •"•'1218 START ELEVATOR REPAIR,4350 BULLARD AVENUE 01282008 01/2&2013 INC. BRONX NY 10466 DOL NYC •""2101 START ELEVATOR, INC. 4360 BULLARD AVENUE 0128/2008 0128/2013 BRONX NY 10466 DOL DOL STEED GENERAL1445 COMMERCE AVENUE 10/092007 10/092012 CONTRACTORS INC BRONX NY 10461 DOL DOL STEPHEN BALZER34-08 PARKWAY DRIVE 07/01/2008 07/012013 BALDWIN NY 11510 DOL DOL STEVE PAPASTEFANOU 1445 COMMERCE AVENUE 10/092007 10/092012 BRONX NY 10461 DOL AG STEVEN TISCHLER 146546TH STREET 08/1812005 081182010 BROOKLYN NY 11212 DOL DOL "'"4081 STS CONSTRUCTION OF WNY 893 EAGLE STREET 06/092009 0&09/2014 BUFFALO NY 14210 DOL DOL "•"5966 SUPREME SPORT SURFACES, 66 BENEDICT STREET 03/02/2007 03/02/2012 INC. CASTLETON NY 12033 DOL DOL •••"2036 SURACI ENTERPRISES INC 364 BLEAKER ROAD 10/25/2007 10/252012 ROCHESTER NY 14609 DOL DOL '""9338 SWITZER SALES ARTIERI 107 STEVENS STREET 11/04/2009 11/042014 SPECIALTIES LOCKPORT NY 14094 DOL AG TAO GENERAL CONTRACTORS 131 47TH STREET 01/25/2007 01/25/2012 INC BROOKLYN NY 11232 DOL DOL THEODORE F FAULKS 18 FIREWEED TRAIL 061102008 0&102013 HILTON NY 14468 DOL DOL THOMAS ASCHMONEIT 79 MADISON AVENUE - FL 17 04/1&2009 04/162014 NEW YORK NY 10018 DOL DOL THOMAS E. MOONEY 164 WINSLOW STREET 11/072006 11/072011 WATERTOWN NY 13601 DOL DOL THOMAS GORMALLV 250 KNEELAND AVENUE 07/092007 07/092012 YONKERS NY 10705 Page 8 of 9 r D 1 C h 1 I 1 I I 1 p p I I NYSDOL Bureau of Public Work Debarment List 04/01/2010 G DOL DOL TIMOTHY P SUCH 893 EAGLE STREET 06/09/2009 06/09/2014 BUFFALO NY 14210 DOL DOL TNT DEMOLITION AND 355 COUNTY ROUTE 8 08/08/2009 08/19/2014 ENVIRONMENTAL INC FULTON NY 13069 DOL DOL ""8983 TOMMASO ALLOCCA 15 PINE AIRE DRIVE 08/01/2005 08/01/2010 BAY SHORE NY 11706 DOL DOL "'-3315 TOTAL DOOR SUPPLY & 16 JOY DRIVE 01/05/2010 01/05/2015 INSTALLATION INC NEW HYDE PPARK NY 11040 DOL DOL '""3315 TOTAL DOOR SUPPLY & 16 JOY DRIVE 01/05/2010 01/05/2015 INSTALLATION INC NEW HYDE PPARK NY 11040 DOL DOL TRI STATE TRUCKING INC 140 ARMSTRONG AVENUE 10/212009 10/21/2014 SYRACUSE NY 13209 DOL DOL ""'9640 TROPIC CONSTRUCTION 5945 56TH AVENUE 08/16/2005 08/162010 CORP MASPETH NY 11378 DOL DOL "'-8430 TROPIC ROOFING CORP. 5945 56TH AVENUE 08/1612005 08/162010 MASPETH NY 11378 DOL NYC ""'5184 UDDIN USA CORP 663 DEGRAW STREET 05/17/2007 05/172012 BROOKLYN NY 11217 DOL AG UN HAK KIM 75 WEST EDSALL BOULEVARD 04/14/2005 04/142010 PALISADES PARK NJ DOL DOL "'-8663 URBAN -SUBURBAN 3 LUCON DRIVE 06/20/2007 06202012 RECREATION INC DEER PARK NY 11728 DOL DA VASILIOS TSIMITRAS 235 91ST STREET 11/272006 1127/2011 BROOKLYN NY 11209 DOL DOL VIRGINIA L CAPONE 137 E MAIN STREET 12/01/2008 12/01/2013 ELMSFORD NY 10523 DOL NYC "'-9938 VISHAL CONSTRUCTION INC 73-12 35TH AVE -APT F63 03/042010 03/04/2015 JACKSON HEIGHTS NY 11272 DOL NYC "'-5468 VIVA VICTORIA ENTERPRISES 10317 90TH STREET 06/122006 06/12/2011 LTD OZONE PARK NY 11417 DOL DOL "'"0329 WET PAINT CO. OF OSWEGO, 19 E. CAYUGA STREET 05/152008 05/15/2013 INC OSWEGO NY 13126 DOL DOL WHITE PLAINS CARPENTRY 220 FERRIS AVENUE 12/04/2009 12/042014 CORP WHITE PLAINS NY 10603 DOL DOL WILLIAM PUTNAM 50 RIDGE ROAD 09/032008 09/032013 BUFFALO NY 14215 DOL DA WILLIAM TSIMITRAS 23591 ST STREET 11272006 11/272011 BROOKLYN NY 11209 DOL DOL WILLIAM W FARMER JR 112 HUDSON AVENUE 10/192009 10/192014 ROCHESTER NY 14605 DOL DOL WINSTON J. GOINS, SR. 87 MALLING DRIVE 05/01/2006 05/012011 ROCHESTER NY 14621 DOL AG YANG GENERAL 13147TH STREET 01252007 01/252012 CONTRACTING LTD BROOKLYN NY 11232 DOL AG ••"'0288 YIN CONSTRUCTION LTD 131 47TH STREET 01252007 01/252012 BROOKLYN NY 11232 DOL AG YULYARONSON 700 SUMMER STREET 11242009 11242014 STAMFORD CT DOL AG ""'1564 ZARBEN GENERAL 131 47TH STREET 01252007 01/252012 CONSTRUCTION INC BROOKLYN NY 11232 DOL DOL ZEPHENIAH DAVIS 2068 ANTHONY AVENUE 12262007 12/262012 BRONX NY 10457 Page 9 of 9 I STANDARD INSURANCE REQUIREMENTS TOWN OF SOUTHOLD CONTRACT INSURANCE REQUIREMENTS tINSURANCE IDENTIFICATION: THE BID NUMBER IS TO APPEAR ON ALL INSURANCE CERTIFICATES INDEPENDENT CONTRACTOR: The Corporation/Contractor/Agency/Consultant, is an independent contractor and covenants and agrees that it, its agents, servants and/or employees will neither hold ' itself/themselves out as, nor claim to be an employee, servant or agent of the TOWN OF SOUTHOLD, and that it, its agents and employees will not make claim, demand or application to or for any right or privilege applicable to an officer or employee of the TOWN OF SOUTHOLD including, but not limited ' to Worker's Compensation coverage, Unemployment Insurance benefits, Social Security coverage or retirement membership or credit. INSURANCE: Contractor/vendor shall not commence work under this contract until he has obtained all insurance required under the following paragraphs, and the TOWN OF SOUTHOLD has approved such insurance. WORKERS' COMPENSATION: Contractor/vendor shall take out and maintain during the life of this contract, such insurance as will protect both the owner and the contractor from claims under worker's compensation acts and amendments thereto and from any other claims for property damage and for ' personal injury including death, which may arise from operations under this contract, whether such operations by contractor or by any other party directly or indirectly employed by the contractor. Copy of Certificate to be provided to the TOWN OF SOUTHOLD. ' DISABILITY INSURANCE & UNEMPLOYMENT INSURANCE: Contractor/vendor shall take out and maintain during the entire term of the contract any disability benefits and unemployment insurance as ' required by law. Copy of Certificate to be provided to the TOWN OF SOUTHOLD. GENERAL LIABILITY INSURANCE: The contractor/vendor shall take out and maintain during the life of the contract, such bodily injury liability and property damage liability insurance as shall protect him and the Town from claims for damages for bodily injury including accidental death, as well as from claims for property damage which may arise from operations under this contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them. It ' shall be the responsibility of the contractor/vendor to maintain such insurance in amounts sufficient to fully protect himself and the Town, but in no instance shall amounts be less than those set forth below. These amounts are specified only to establish the minimum coverage acceptable. ' Bodily injury liability and property damage liability insurance in an amount not less than $1,000,000 (one million dollars) for damages on account of any one accident, and in an amount of not less than $2,000,000 (two million dollars) on account of all accidents (general aggregate). ' EXCESS/UMBRELLA INSURANCE: The contractor/vendor shall take out and maintain during the life of the project an excess/ umbrella insurance policy in an amount of not less than $2,000,000 (two ' million dollars) each occurrence and aggregate. OTHER CONDITIONS OF COMMERCIAL GENERAL LIABILITY INSURANCE: ' 1. Coverage shall be written on commercial general liability form. 2. Coverage shall include: ' SIR -1 I ' STANDARD INSURANCE REQUIREMENTS A. Contractual liability B. Independent contractors C. Products and completed operations AUTOMOBILE LIABILITY INSURANCE: Automobile bodily injury liability and property damage liability insurance shall be provided by the contractor/vendor with a minimum combined single limit (CSL) of $1,000,000 (one million dollars). ' OTHER CONDITIONS OF AUTOMOBILE LIABILITY INSURANCE: I. Coverage shall include: A. All owned vehicles B. Hired car and non -ownership liability coverage C. Statutory no-fault coverage ' ADDITIONAL CONDITIONS OF INSURANCE: • 1. Contractor/vendor shall submit copies of any or all required insurance policies as and when trequested by the Town. 2. If any of the contractor's/vendor's policies of insurance are cancelled or not renewed during the life of the contract, immediate notice of cancellation of non -renewal shall be delivered to the ' Town no less than 10 days prior to the date and time of cancellation or non -renewal. CERTIFICATE OF INSURANCE: The contractor/vendor shall file with the TOWN OF ' SOUTHOLD prior to commencing work under this contract, a certificate of insurance. 1. Certificate of insurance shall include: L I I A. Name and address of insured B. Issue date of certificate C. Insurance company name D. Type of coverage in effect E. Policy number F. Inception and expiration dates of policies included G. Limits of liability for all policies on certificate. included on certificate 2. If the contractor's/vendor's insurance policies should be non -renewed, cancelled or expire during the life of the contact, the Town shall be provided with a new certificate indicating the replacement policy information as requested above. Thirty days (30) prior written notice to the TOWN OF SOUTHOLD for cancellation is applicable. SIR -2 I GENERAL CONDITIONS ' INDEX L Definitions of Terms ' 2. Standards of Workmanship 3. Samples 4. Manufactured Materials 5. Laboratory ' 6. Shop Drawings 7. Permits 8. Plans and Specifications 9. Cutting, Patching and Digging 10. Errors, Omissions and Discrepancies 11. Temporary Toilet 12. Proper Method of Work and Proper Materials 13. Inspection • 14. Waiver 15. Water and Electric Power ' 16. Machinery and Equipment 17. Maintenance ' 18. Schedule of Operations 19. Right to Use Work 20. Notice of Warning 21. Warning Signs 22. Accident Prevention 23. Damages 24. Maintenance of Traffic ' 25. Final Site Cleaning 26. Protection of Land Markers, Trees, Shrubs, and Property 27. Protection of Utilities 28. No Damages for Delay 29. Record Keeping 30. Subcontractors and Suppliers 31. Penal Law 1 ' GC -1 ' GENERAL CONDITIONS 1. DEFINITIONS OF TERMS: Whenever the following words and expressions are used in the ' Specifications, it is understood that they have the meaning defined below: PLANS: All official drawings or reproductions of drawings pertaining to the work or to any structure ' connected therewith. SPECIFICATIONS: The body of directions, requirements, descriptions, etc. contained in this document, ' together with all documents of any description and agreements made (or to be made) pertaining to the methods or manner of performing the work and/or to the quantities and quality of materials to be furnished and accepted under this Contract. ' OWNER: Shall mean Town Board, Town of Southold. ENGINEER (ARCHITECT): Cashin Associates, P.C. as engaged by the Owner and duly authorized to ' represent the Owner in the execution of the work covered by the consultants and assistants engaged by the Owner and the Engineer to the extent of the particular duties entrusted to them. CONTRACT: Collectively, the Contract executed by the Owner and the Contractor, Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Special Conditions, Specifications, Construction Drawings, Addenda, Performance Bonds, and all supplemental agreements ' made or to be made. CONTRACTOR: The party of the second part hereto, whether corporation, firm or individual, or any ' combination thereof, and successor, personal representatives, executors, administrators and assigns, and any person, firm or corporation who or which shall at any time be substituted in place of the second part under this Contract. INSPECTOR: An authorized representative of the Owner or his Engineer assigned to make any and all necessary inspections of the work performed and the materials furnished by the Contract. MATERIALS: Any approved materials acceptable to the Engineer and conforming to the requirements of these Specifications. WORK: All of the work proposed to be accomplished at the site of the project, and all such other work as is in any manner required to accomplish the complete project. This includes all plant, labor, materials, supplies, equipment and other facilities and acts necessary or proper or incidental to the carrying out and ' completion of the terms of this Contract. The term "work performed" shall be construed to include the material delivered to and suitably stored at the site of the project. 2. STANDARDS OF WORKMANSHW: The apparent silence of the Specifications as to any detail or an apparent omission from them of a detailed description concerning any work to be done and materials to be furnished shall be regarded as meaning that only the best general practice observed in the latest current construction work is to prevail and that only material and workmanship of first quality is to be used in this connection and all interpretations of these Specifications shall be made upon this basis. GC -2 ' GENERAL CONDITIONS 3. SAMPLES: The Contractor shall furnish for approval, all samples as directed. The work shall be in accordance with approved samples. Samples shall be submitted in ample time so as to prevent delay in fabrication or ordering of materials, allowing for a reasonable time for the Engineer to consider the samples submitted and, if necessary, to permit a resubmission of samples to the Engineer until approval is ' given. Work and material shall be furnished and executed in accordance with approved samples, in every aspect. Each sample shall be labeled, bearing material, name and quality, Contractor's name, date and other pertinent data. Unless otherwise specified, samples shall be in duplicate and of adequate size to show quality, type, color, range and finish and texture of material. Materials shall not be ordered until approval is received in writing from Engineer. ' 4. MANUFACTURED MATERIALS: Where several materials are specified by name, the Engineer shall have the right, before execution of the Contract, to require any and all bidders to state the materials upon which they based their bid. Where any materials are specified by name or trade name, or by catalog number of a company or companies, the Contractor shall furnish the article mentioned unless approval of the Engineer is obtained in writing for a substitution. Should Contractor desire to substitute another material for one or more specified by name, he shall apply in writing for such permission and state credit or extra involved. He shall also provide supporting data and samples for Engineer's consideration. ' Unless particularly specified otherwise, all manufactured articles, materials and equipment shall be applied, assembled, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer and including the necessary preparation to properly install the work. Where reference is made to manufacturer's directions, the Contractor shall submit such directions to the Engineer as required. The materials used in construction shall be disposed as not to endanger the work, and so that full access may at all times be had to partly completed work and structures and they shall be so disposed as to cause no injury to those having access to the work or any of the units. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their respective trades. Standards of work required throughout shall be of such grades as will bring fust -class results only. The type of labor employed by the Contractor shall be such as will insure the uninterrupted continuity of the entire work, without conflict of any kind. 5. LABORATORY: Laboratories shall be designated by the Engineer for testing the materials to be used under the Contract. Where tests are made by other than the designated laboratories, two certified copies showing correctly the chemical analysis and physical tests shall be furnished to the Engineer. ' 6. SHOP DRAWINGS: The Contractor shall submit to the Engineer six (6) copies of all shop drawings and schedules and no work shall be fabricated until his approval has been given. All shop drawings submitted to the Engineer must be in English, and must bear the Contractors stamp of approval evidencing that the drawings have been checked. The Contractor will make any corrections in the drawings required by the Engineer and will file with the Engineer four corrected copies. Approval by the Engineer of such drawings or schedules shall not relieve the Contractor from responsibility for (a) errors of any sort in shop or setting drawings or schedules; or (b) deviations from Plans and Specifications unless the Contractor, at the time of submission of said drawings and schedules, has given notice to the Engineer of any such deviations. ' GC -3 I ' GENERAL CONDITIONS 7. PERMITS: ' 7.1 Municipal: All work in connection with the installation of pipes or other underground structures of a like nature either within or without the limits of the highway, shall follow all the provisions as contained t herein together with the provisions, as they apply, of the Highway Law, Roads Opening, Section 149, and Section 198 Town Law, with all subsequent changes, additions or corrections thereto. ' A. The Contractor shall obtain from the Building Department a certificate of occupancy, whenever the scope of work of the Contract provides for the construction of a building or structure, or for modification or alteration of a building or structure, so that a certificate of occupancy, or a revised certificate of occupancy is required under state and/or local law. The Owner shall be responsible for obtaining the building permit and permit(s) pre -requisite thereto, including but not limited to the following, unless Contractor is specifically required to obtain the same ' pursuant to other provisions of this document: • (1) Building permit ' (2) Fire prevention permit (1F APPLICABLE) The Contractor shall give all notices, and comply with all laws, ordinances, rules, regulations and ' conditions of the permits, bearing on the conduct of the work as drawn and specified, and shall be responsible for acquisition of all pertinent information necessary for such compliance. ' The Contractor shall be responsible for: (1) Coordinating all building department and other department and agency inspections and approvals, (2) Obtaining U.L. approvals. 8. PLANS AND SPECIFICATIONS: The Contractor will be furnished with five sets of Plans and ' Specifications giving all the details and dimensions necessary for carrying out the work. One copy of Plans and Specifications furnished to the Contractor must be kept constantly on the site. Anything shown on the Plans and not mentioned in the Specifications or mentioned in the Specifications and not shown on the Plans and all the work and materials necessary for the completion of the work according to the intent and meaning of the Contract shall be furnished, performed and done as if the same were both mentioned in the Specifications and shown on the Drawings. Any conflict or inconsistency between the Plans and Specifications, or any discrepancy between the figures and scale of Drawings, shall be submitted by the Contractor to the Engineer, whose decision thereon shall be conclusive. ' In the event the meaning of any portion of the Specifications or Drawings or any supplementary drawings or instructions of the Engineer is doubtful, the same shall be understood to call for the best type of construction, both as to materials and workmanship, which reasonably can be interpreted. All materials and workmanship must be strictly in accordance with the Specifications. C GC -4 GENERAL CONDITIONS ' The Plans show approximate size, arrangement and location of the proposed work. The Engineer will give base lines, grades, shapes and dimensions and the Contractor shall construct the work exactly in accordance with such instructions of the Engineer subject, however, to change as provided for under the ' headings "Changes and Alterations" and "Compensation to be Paid to the Contractor". Additional copies of Plans and Specifications, when requested, will be furnished to the Contractor at cost of reproduction. The Contractor shall furnish to each of the subcontractors and materialmen such copies of the Contract Documents as may be required for their work. ' 9. CUTTING. PATCHING AND DIGGING: The Contractor shall do all cutting, fitting or patching of his work that may be required to make its several parts come together properly and fit it to receive or be received by work of other contractors shown upon or reasonably implied by Drawings and Specifications for the completed structure, and he shall make good after them as Engineer may direct. Any cost caused by defective or ill-timed work shall be borne by the party responsible therefore. The Contractor shall not endanger any work by cutting, digging or otherwise, and shall not cut or alter the work of any other contractor save with the consent of the Engineer. 10. ERRORS. OMISSIONS AND DISCREPANCIES: ' a) If any errors, omissions or discrepancies appear in the drawings, Specifications or other documents, the Contractor shall, within ten days from receiving such Drawings, Specifications or documents, notify the Engineer in writing of such errors or omissions. In the event of the Contractor's failing to give such notice, he will be held responsible for the results of any such errors or omissions and the cost of rectifying the same. b) If, in the opinion of the Contractor, any work is shown on Drawings, or details, or is specified in such a manner as will make it impossible to produce a first class piece of work, or should discrepancies appear between the Drawings and/or Specifications, he shall refer the same to the Engineer for interpretation before proceeding with the work. If the Contractor fails to make such references to the Engineer, no excuse will thereafter be entertained for failure to carry out the work in satisfactory manner as directed. c) Should a conflict occur in or between the Drawings and Specifications and/or existing conditions, the ' Contractor shall be deemed to have estimated on the more expensive way of doing the work, unless he shall have asked for and obtained a decision in writing from the Engineer, before the submission of bids, as to which method or material will produce the results to the best interest of the Town. 11. TEMPORARY TOILET: The Contractor shall provide and maintain a sanitary temporary toilet where directed by the Engineer. The temporary toilet shall be enclosed and weatherproof and kept in a ' sanitary condition at all times. Upon removal of the temporary outside toilet, the vault shall be disinfected, filled and all evidence of the toilet removed from the site. ' GC -5 ' GENERAL CONDITIONS 12. PROPER METHOD OF WORK AND PROPER MATERIALS: The Engineer shall have the ' power in general to direct the order and sequence of the work, which shall be such as to permit the entire work under this Contract to be begun and to proceed as rapidly as possible and such as to bring the several parts of the work to a successful completion at about the same time. ' If at any time before the commencement or during the progress of the work the materials and appliances used or to be used appear to the Engineer as insufficient or improper for assuring the quality of the work ' required, or the required rate of progress, he may order the Contractor to increase their efficiency or to improve their character, and the failure of the Engineer to demand any increase of such efficiency or improvement shall not release the Contractor from his obligation to secure the quality of work or the rate of progress specified. ' During freezing or inclement weather, no work shall be done except such as can be done satisfactorily and in a manner to secure first-class construction throughout. All work shall be done in such a manner as will properly protect and support existing permanent structures, pipe lines, etc. • 13. INSPECTION: Inspectors shall be authorized to inspect all work done on materials furnished. Such ' inspections may extend to all parts of the work and to the preparation or manufacture of the materials to be used. In case of any dispute arising between the Contractor and the Inspector as to materials furnished or the manner of performing the work, the Inspector shall have the authority to reject material or suspend ' the work until the question at issue shall be referred to and decided by the Engineer. The Inspector shall not be authorized to revoke, alter, enlarge, relax or release any requirements of these Specifications, nor to approve or accept any portion of the work, nor to issue instruction contrary to the Plans and ' Specifications. The Inspector shall in no case act as foreman or perform other duties for the Contractor or interfere with the management of the work by the latter. Any advice, which the Inspector may give the Contractor, shall in no way be construed as binding the ' Engineer nor the Owner in any way nor releasing the Contractor from the fulfillment of the terms of the Contract. The Contractor shall be conclusively presumed to be acquainted with all existing conditions and to guarantee that all work and materials shall, upon final completion of the work, be turned over to the Owner in a complete and perfect condition and he shall be responsible for the proper care, maintenance ' and protection of all work and material until his entire Contract is completed and all work and materials found in good condition and accepted. The Contractor will be held responsible for the entire work until completed and accepted by the Engineer and the Owner. ' The Contractor shall, at all times, provide the Owners, Engineer, assistants and inspectors under him with necessary facilities for determining both on the work and at the places of manufacture, that all work being performed and all materials being manufactured are strictly in accord with the Contract. ' Until acceptance of work by the Owner, the Contractor shall be responsible for all damages to the work including action of the elements or any other cause whatsoever. The Contractor shall continuously and adequately protect the work against damage from any cause. 0 GC -6 ' GENERAL CONDITIONS 14. WAIVER: Neither the inspection by the Owner or Engineer or any part of their employees nor any ' order, measurement or certificate by the Engineer nor any order by the Owner for the payment of any money nor any payment for or acceptance of, the whole or any part of the work by the Engineer or the Owner nor any extension of time nor any possession taken by the Owner or its employees shall operate as ' a waiver of any provision of this Contract or of any power herein reserved to the Owner or any right to damages herein provided; nor shall any waiver of any breach of the Contract constitute a waiver of any subsequent breach. Any remedy provided in this Contract shall be construed as cumulative; that is in ' addition to each and every remedy herein provided. 15. WATER AND ELECTRIC POWER: All water and electric power supply for construction purposes must be provided by the Contractor. The cost shall be borne by the Contractor. 16. MACHINERY AND EOUH'MENT: All machinery, equipment, trucks and vehicles used in the prosecution of the work or in connection therewith, shall at all times be in proper working condition. The Contractor shall be responsible for curtailing noise, smoke, fumes or any other nuisance resulting from his operations. He shall, upon written notification from the Engineer, make any repairs, ' replacements, adjustments, additions, and furnish mufflers when necessary to fulfill these requirements. 17. MAINTENANCE: If, within one year from the date of issuance of the Final Certificate, any portion ' of the work shall, in the opinion of the Owner, require repairing, replacing, or rebuilding, the Contractor shall start such repairs within five (5) days after the receipt of notice from the Owner, and if the Contractor shall fail or neglect to start such repairs within the said five (5) days, the Owner may employ ' such other person or persons as they deem proper to make such repairs and pay the expense thereof out of any sum retained by them, provided nothing herein contained shall limit the liability of the Contractor or his Surety to the Owner for nonperformance of the Contractor's obligations at any time. 18. SCHEDULE OF OPERATIONS: Within 5 days after the signing of the Contract, the Contractor shall submit a proposed program of operations, showing clearly how he proposes to conduct the work so as to bring about the completion of his work within the time limit specified. This program shall outline the proposed sequence of operations, the rates of progress and the dates when his work will be sufficiently advanced to permit the installation of work under this Contract. 19. RIGHT TO USE WORK: The Owner may enter upon and use the whole or any portion of the work, which may be in condition to use any time previous to its final acceptance by the Owner. Such use shall not constitute or be evidence of acceptance by the Owner or the Engineer of the whole or any part of the material furnished or work performed under the Contract. 20. NOTICE OF WARNING: If the Contractor shall fail to make prompt payment to persons supplying ' labor or materials for the work, or refuse or fail to supply enough properly skilled workmen or proper materials or refuse or fail to prosecute the work or any part thereof with such diligence as will insure its completion within the period herein specified (or any duly authorized extension thereof) or fail to complete the work within said period or fail or refuse to regard laws, ordinances, codes, instructions of ' the Engineer, then the Engineer shall forward by registered mail to the Contractor, at the address given in the Contract, a Notice of Warning, and in the event the Contractor fails to comply with said Notice of Warning within five (5) days from receipt thereof, the Owner shall have the right to terminate the ' Contract. ' GC -7 ' GENERAL CONDITIONS 21. WARNING SIGNS: Contractor shall provide and maintain proper luminous warning and detour signs where directed by the Engineer. Obstructions such as stored materials, equipment and excavations shall be marked with not less than two ' lights, which shall be not more than 4 feet apart. All lights shall be kept burning from one-half hour before sunset to until one-half hour after sunrise. ' 22. ACCIDENT PREVENTION: During the performance of the work, the Contractor shall exercise all reasonable precautions for the protection of persons and property. The safety provisions of applicable laws, building and construction codes shall be observed. Machinery, equipment and all other physical ' hazards shall be guarded in accordance with the safety provisions of the Manual of Accident Prevention in Construction published by the Associated General Contractors of America to the extent that such provisions are not inconsistent with Federal, State or Municipal laws or regulations. ' If any operation, practice or condition is deemed by the Engineer to be unsafe, he shall notify the Contractor in writing to take corrective action. Where, in the opinion of the Engineer, any operation, practice or condition shall be promptly discontinued and before the affected part of the work is resumed remedial action taken. ' The Owner reserves the right to remedy any neglect on the part of Contractor as regards the protection of the work which may come to its attention, after 24 hours' notice in writing; except that in cases of emergency it shall have the right to remedy any neglect without notice, and in either case to deduct the ' cost of such remedy from money due the Contractor. Nothing in the foregoing paragraphs shall be construed as relieving the Contractor from full responsibility at all times for safe prosecution of the work. 23. DAMAGES: The Contractor shall pay and make good all losses or damages arising out of any cause connected with the Contract and shall indemnify and save harmless the Owner from any and all claims and any and all liability or responsibility of every nature and kind for any loss, damage or injury which la may be brought against the Owner or any of its officers or agents, by reason of, or connected with the work or materials furnished under the Contract and shall pay all costs and expenses of every kind, ' character, and nature whatever, occurring upon or arising out of the Contract. 24. MAINTENANCE OF TRAFFIC: All work under this Contract is to be completed within the time indicated in the Contract Agreement or as extended by the Owner. If in the meantime it should become necessary, because of the lateness of the season, or any other reason to stop the work, the Contractor shall at his own expense, open proper drainage ditches, erect temporary structures where necessary, prepare the roads so there will be minimum interference with traffic, set up and maintain a competent organization as directed by the Engineer, to keep the highways in first class condition for traffic, and take every precaution to prevent any damage or unreasonable deterioration of the work during the time it is closed. 25. FINAL SITE CLEARING: Before final payment will be approved, the Contractor shall prepare the construction areas as follows: All basins, manholes and pipe as constructed shall be cleaned free from accumulated construction dirt, silt, form work, etc., and all proper restoration as called for in the items of ' the Specifications shall be complete in every detail. The Contractor shall clean all construction areas free from accumulated forms, excavation fill, construction materials and construction shanties. All areas shall be completed in every detail and shall be broom cleaned from excess dirt and materials. GC -8 GENERAL CONDITIONS 26. PROTECTION OF LAND MARKERS. TREES. SHRUBS. AND PROPERTY: Wherever in the ' conduct of the work, a monument marking a point of public or private survey is encountered or brought to view by excavation, the fact shall at once be communicated to the Engineer. In no case shall the Contractor remove the same until the location for resetting shall have been made by the Engineer. All ' monuments or land markings exposed to view when the work is first undertaken shall be carefully preserved and the greatest care exercised to prevent injury to or disturbance of position of the same. The unit price of all items shall include the cost of restoring to its former condition any sidewalks or curbs, as well as restoring any trees, shrubs or lawns that may be damaged during this construction. No additional payment will be made. The Contractor is required at his own expense to obtain any and all permits for use of private property if he uses such property for storage, transportation or accomplishment of the work under the Contract. Private property shall be cleaned up neatly, any damage repaired and premises restored to their original ' condition. • 27. PROTECTION OF UTILITIES: The Contractor shall familiarize himself with the existence of structures of municipal and other public service corporations on or adjoining the site of the work, and give reasonable opportunity to and cooperation with the owners of these utilities in the work of reconstructing or altering them. Such reconstruction and alteration shall be so conducted as to delay or interfere as little ' as practicable with the work of the Contractor. Any additional cost of various items of work because of these utilities shall be included in the price bid for these items. The Engineer shall direct the public utility corporations to shift or remove those utility structures that may be necessary to permit the Contractor to carry out the work in accordance with the Plans. The Contractor shall not remove or cause to be removed, any structure or part of a structure owned by a public utility corporation without the approval of the Engineer. The Contractor shall cooperate with the public utility corporation whose structures (aerial, surface or subsurface) are within the limits of or along the outside of the right-of-way, to make it possible for them to maintain uninterrupted service. The Contractor shall conduct his operations in such a way as to delay or interfere as little as practicable with the work of the utility corporation. ' 28. NO DAMAGES FOR DELAY: Notwithstanding any other provisions to this Contract, the Contractor agrees to make no claim for damages for delay in the performance of this Contract occasioned by any act of the Town or any of its representatives, and agrees that any such claim shall be fully ' compensated for by an extension of time to complete performance of the work as provided herein. This provision shall not apply to any act or omission to act of the Town or any of its representatives, wherein the same is done in bad faith and with deliberate intent to delay the Contractor in the performance of this Contract. 29. RECORD KEEPING: The Contractor shalt establish and maintain complete' and accurate books, records, documents, accounts and other evidence directly pertinent to performance under this contract (hereinafter the "records"). The records must be kept for the balance of the contract term and for six (6) years thereafter. GC -9 J GENERAL CONDITIONS 30. SUBCONTRACTORS AND SUPPLIERS: Within five days after receipt from the Engineer of notice to begin work, the Contractor will furnish written notice of names of all subcontractors to be employed on the project and the general items of work to be done by them. Simultaneously, the Contractor shall furnish written notice of the names of suppliers of materials to be used on the project. The Owner may disapprove for good cause any subcontractor or material supplier selected by the Contractor by giving written notice of its disapproval within five (5) days after receiving the names of subcontractors and material suppliers, to the Contractor who shall thereupon promptly notify the Owner of the names of the subcontractor or material supplier selected in replacement which shall again be subject to approval by the Owner. 31. PENAL LAW: Attention is called to Section 1918 of the Penal Law as follows: Construction or blasting near pipes conveying combustible gas No person shall discharge explosives in the ground, nor shall any person other than a state or county employee regularly engaged in the maintenance and repair thereof excavate in any then existing street, • highway, or public place, unless notice thereof in writing shall have been given at least seventy-two hours in advance to the person, corporation or municipality engaged in the distribution of gas in such territory. The person having direction or control of such work shall give such notice, and further he shall ascertain whether there is within one hundred feet in such street, highway or public place, or in the case of a ' proposed discharge of explosives within a radius of two hundred feet of such discharge, any pipe of any other person, corporation or municipality conveying combustible gas, and if thereby any such pipe, he shall also give such notice to any other such person, corporation or municipality. Provided, however, that in any emergency involving danger to life, health, or property it shall be lawful to excavate without using explosives if the notices prescribed herein are given as soon as reasonably possible, and to discharge explosives to protect a person or persons from an immediate and substantial danger of death or serious personal injury if such notices are given before any such discharge is undertaken. Any such work shall be performed in such manner as to avoid danger to any pipe conveying combustible gas. Any violation of the provisions of this section shall be a misdemeanor. LJ 1 GC -10 11 CONDITIONS OF CONTRACT 1. Contract Documents and Definitions 2. Scope of the Work 3. Compensation to be paid to the Contractor 4. Time of Essence 5. Commencement of Work INDEX ' 6. Time of Completion 7. Liquidated Damages for Delays 8. Extension of Time. No Waiver 9. Weather 10. Contract Security 11. Laws and Ordinances 12. Qualifications for Employment 13. Non -Discrimination ' 14. Payment of Employees • 15. Estimates and Payments 16. Acceptance of Final Payment Constitutes Release ' 17. Construction Reports 18. Inspection and Tests 19. Plans and Specifications: Interpretations 20. Subsurface Conditions Found Different 21. Contractors Title to Materials ' 22. Superintendence by Contractor 23. Protection of Work, Persons and Property 24. Representations of Contractor 25. Patent Rights ' 26. Authority of the Engineer 27. Changes and Alterations 28. Correction of Work 29. Weather Conditions 30. The Owner's Right to Withhold Payments 31. The Owner's Right to Stop Work or Terminate Contract 32. Contractor's Right to Stop Work or Terminate Contract 33. Responsibility for Work 34. Use of Premises and Removal of Debris ' 35. Suits of Law 36. Power of the Contractor to Act in an Emergency 37. Provisions Required by Law Deemed Inserted 38. Subletting, Successor and Assigns 39. General Municipal Law Clause 40. Grades, Lines, Levels, and Surveys 41. Insurance Requirements 42. Foreign Contractors 43. Lien Law 44. Refusal to Waive Immunity ' 45. Exemption from Sales and Use Tax ' CC -1 CONDITIONS OF CONTRACT 1. CONTRACT DOCUMENTS AND DEFINITIONS The Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Specifications, Form of Contract, Construction Drawings, together with any Addenda, shall form part of this Contract, and the provisions thereof shall be as binding upon the parties hereto, as if they were herein fully set forth. The table of contents, titles, heading, headlines, and marginal notes contained herein are solely to facilitate reference to various provisions of the Contract Documents and in no way affect, limit or cast light upon the interpretation of the provisions to which they refer. Whenever the term "Contract Documents" is used, it shall mean and include the Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Specifications, Form of Contract, Construction Drawings and any Addenda. In case of any conflict or inconsistency between the provisions of the Contract and those of the Specifications, the provisions of this Contract shall govern. Extra Work: The term "extra work", as used herein, refers to and includes all work required by the Owner, which in the judgement of the Engineer involves changes in or additions to work required by the • Plans, Specifications and any Addenda in their present form and which is not covered by a specific unit price in the Form of Bid. ' Subcontractor: The term "subcontractor" shall mean any person, firm, or corporation supplying labor and material for work at the site of the project but not including the parties to this Contract. ' Notice: The term "notice", as used herein, shall mean and include written notice. Written notice shall be deemed to have been duly served when delivered to, or at last known business address of, the person, firm ' or corporation for whom intended, or his, their, or its duly authorized agents, representatives, or officer, or when enclosed in a postage prepaid wrapper or envelope addressed to such person, firm or corporation at his, their or its last known business address and deposited in a United States mailbox. ' Directed Required. Approved, Acceptable: Whenever they refer to the work or its performance, "directed", "required', "permitted", 'ordered", "designated", "prescribed', and words of like import shall imply the direction, requirement, permission, order, designation or prescription of the Engineer, and "approved', "satisfied', or "satisfactory", "in the judgement of, and words of like import, shall mean approved, or acceptable to, or satisfactory to, or in the judgement of the Engineer. ' 2. SCOPE OF THE WORK The Contractor will furnish all plant, labor, materials, supplies, equipment and other facilities and things ' necessary or proper for, or incidental to, the work contemplated by this Contract as required by, and in strict accordance with the applicable Plans, Specifications and Addenda prepared by the Engineer and/or required by, and in strict accordance with, such changes as are ordered and approved pursuant to this Contract, and will perform all other obligations imposed on him by this Contract. L �I CC -2 I ' CONDITIONS OF CONTRACT 3. COMPENSATION TO BE PAID TO THE CONTRACTOR (a) Agreed Prices: It is understood and agreed that the Contractor will accept as payment in full the summation of products of the actual quantities in place upon the completion of the work, as determined ' by the Engineer's measurements, by the unit prices bid, no allowance being made for anticipated profit or for reasons of variations from the estimated quantities set forth in the Form of Bid. (b) Extra Work: The Owner may, at any time, by a written order and without notice to the Sureties, require the performance of such extra work or changes in the work as it may find necessary or desirable. The amount of compensation to be paid to the Contractor for any extra work, as so ordered, shall be determined as follows: ' 1) By such applicable unit prices, if any, as set forth in the Contract; or 2) If no such unit prices are set forth, then by unit price or by a lump sum mutually agreed upon by the Owner and the Contractor; or 3) If no such unit prices are so set forth and if the parties cannot agree upon unit prices or a lump sum; • then by actual net cost in money to the Contractor of the materials, permits, wages of applied labor, premiums for Workmen's Compensation Insurance, payroll taxes required by law, rental for plant and equipment used (excluding small tools) to which total cost will be added twenty (20) percent as full compensation for all other items of profit, costs and expenses, including administration, overhead, superintendence, insurance, insurance other than Workmen's Compensation Insurance, materials used in temporary structures, allowances made by the Contractor to subcontractors, additional premiums upon the performance bond of the Contractor and the use of small tools. ' 4. TIME OF ESSENCE INASMUCH AS THE PROVISIONS OF THIS CONTRACT RELATING TO THE TIME OF ' PERFORMANCE AND COMPLETION OF THE WORK ARE FOR THE PURPOSE OF ENABLING THE TOWN TO PROCEED WITH THE CONSTRUCTION OF A PUBLIC IMPROVEMENT IN ACCORDANCE WITH A PREDETERMINED PROGRAM, SUCH PROVISIONS ARE OF THE ESSENCE OF THIS CONTRACT. 5. COMMENCEMENT OF WORK The Contractor agrees that he will commence work immediately on and not later than ten (10) days after signing of the Contract. ' 6. TIME OF COMPLETION The time of completion of the entire contract work shall be 90 consecutive calendar days_from the date the contract is signed by all parties. The date of such completion shall be the date of the Certification of Completion herein specked. The entire work must be satisfactorily completed so that the project improvements are available to the Town for use. ' CC -3 I ' CONDITIONS OF CONTRACT The Owner reserves the right to order the Contractor to suspend operations, when in the opinion of the Engineer, improper weather conditions make such action advisable, and to order the Contractor to resume operations when weather and ground conditions permit. The days during which such suspension of work is in force are not chargeable against the specified completion date. t7. LIQUIDATED DAMAGES FOR DELAYS The time limit being essential to and of the essence of this Contract, the Contractor hereby agrees that the Owner shall be, and is hereby authorized to deduct and retain out of the money which may be due or may become due to said Contractor under this agreement, the sum of One Hundred Dollars ($100.00) per day which amount is hereby agreed upon, fixed and determined by the parties hereto as the liquidated ' damages, including overhead charges, services, inspector's wages and interest on the money invested, that the Owner will suffer by reason of such default, for each and every day during which the aforesaid work may be incomplete over and beyond the time herein stipulated for its completion in 6 - Time of Completion, provided, however, that the Owner shall have the right to extend the time for the completion of said work. 8. EXTENSIONS OF TIME. NO WAIVER If the Contractor shall be delayed in the completion of his work by reason of unforeseeable causes beyond ' his control and without his fault or negligence, including but not restricted to, acts of God or of the public enemy, fires, floods, epidemics, quarantine restrictions, strikes, riots, civil commotion's or freight embargoes, the period herein above specified for completion of his work shall be extended by such time as shall be fixed by the Owner. No such extension of time shall be considered a waiver by the Owner of its right to terminate the Contract for abandonment or delay by the Contractor as hereinafter provided, or relieve the Contractor from full responsibility for performance of his obligations hereunder. 9. WEATHER During unsuitable weather, all work must stop when such work would be subject to injury and the Contractor shall transfer his men and materials to those parts of the work where weather conditions will not have any effect on the workmanship. The Contractor shall not be entitled to any damages on account of such damages or suspension, and he must protect any work that might be injured by the elements and make good any work that is injured. ' 10. CONTRACT SECURITY (a) The Contractor shall furnish a Performance Bond, or other acceptable security, equal to one hundred percent (100%x) of the amount of the bid as security for the faithful performance of the ' Contract, and for the payment of all persons performing labor or furnishing materials in connection with this Contract. The Performance Bond shall be written so as to remain in full force and effect as a maintenance bond for a period of not less than one (1) year after the date of ' acceptance of the work by the Engineer. CC -4 I CONDITIONS OF CONTRACT (b) Additional or Substitute Bond: If at any time the Owner shall be or become dissatisfied with any ' surety or sureties, or if for any other reason such bond shall cease to be adequate security to the Owner, the Contractor shall within five (5) days after notice from the Owner to do so, substitute an acceptable bond in such form and sum and signed by such other surety as may be satisfactory to the Owner. The premiums on such bonds shall be made until the new surety shall have been qualified. 11. LAWS AND ORDINANCES In the execution of the Contract, the Contractor shall comply and obey all federal, state, county and local laws, ordinances, codes and regulations relating to the performance of the Contract, including but not limited to, labor employed thereon, materials supplied, obstructing streets and highways, maintaining ' signals, storing, handling and use of explosives and all other general ordinances and state statutes affecting him or his employees or his work hereunder in his relations with the Municipality or any other persons, and also all laws, codes, ordinances controlling or limiting the Contractor while engaged in ' executing the work under the Contract. As a condition of the Contract, the Contractor shall and does hereby agree to comply with all requirements of the labor laws of the State of New York. The Contractor shall comply with the provisions of Sections 291- 299 of the Executive Law and Civil Rights Law, shall furnish all information and reports deemed necessary by the State Commission for Human Rights, the Attorney General and the Industrial Commissioner for purposes of investigation to ascertain compliance with such sections of the Executive Law and Civil Rights Law. ' The Contract may be forthwith cancelled, terminated or suspended, in whole or in part, by the contracting agency upon the basis of a finding made by the State Commission for Human Rights that the Contractor has not complied with these laws. The Contractor hereby expressly agrees to comply with all the provisions of the Labor Law and any and all amendments thereto, insofar as the same are applicable to this Contract. The Labor Law, as amended, provides that no laborer, workman or mechanic in the employ of the Contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by this Contract, shall be permitted or required to work more than eight (8) hours in any one (1) calendar day, except in cases of extraordinary emergency caused by fire, flood or danger to life or property; that no such person shall be employed more than eight (8) hours in any day or more than five (5) days in any week expect in such emergency; that the wages to be paid for a legal day's work as herein before defined, to laborers, workmen or mechanics upon the work called for under this Contract or upon any material used upon, or in connection therewith, shall not be less than the prevailing rate for a day's work in the same trade or occupation in the locality within the state where such work is to be done and each laborer, workman or mechanic employed by the Contractor, subcontractor or other person about or upon the work shall be paid ' the wages herein provided; that employees engaged in the construction, maintenance, and repair of highways and in water works construction outside the limits of cities and villages are no longer exempt from the provisions of the Labor Law which require the payment of the prevailing rate of wages and the ' eight (8) hour day. �I i 1 CC-5 CONDITIONS OF CONTRACT ' Section 222 of the Labor Law, as amended by Chapters 556 and 557 of the Laws of 1933, provides that preference in employment shall be given to citizens of the State of New York who have been residents of Suffolk County for at least six (6) consecutive months immediately prior to the commencement of their ' employment. Each person so employed shall furnish satisfactory proof of residence in accordance with rules adopted by the Industrial Commissioner. Persons other than citizens of the State of New York shall be employed only when such citizens are not available. Section 222 further provides that upon the ' demand of the State Industrial Commissioner, the Contractor shall furnish a list of names and addresses of all his subcontractors and further provides that a violation of this section shall constitute a misdemeanor and shall be punishable by a fine of not less than Fifty Dollars ($50.00) nor more than Five Hundred Dollars ($500.00) or by imprisonment for not less than thirty nor more than ninety days, or both fine and imprisonment. Section 220-A of the Labor Law, as amended by Chapter 472 of the Laws of 1932, provides that before payment is made by or on behalf of the State of any city, county, town or village or other civil division of • the state of any sums due on account of a contract for a public improvement, it is the duty of the Comptroller or the financial officer of the Municipal Corporation to require the Contractor and each and ' every subcontractor to file a certified statement in writing, in satisfactory form, certifying to the amounts then due and owing to any and all laborers for daily or weekly wages on account of labor performed upon the work of the Contractor, setting forth therein the names of the persons whose wages are unpaid and the amount due each respectively. Section 220-B of the Labor Law, as so amended, provides that any interested person who shall have previously filed a protest in writing objecting to the amounts due or to become due to him for daily or weekly wages for labor performed on the public improvement for which the Contract was entered into, or if for any reason, it may be deemed advisable, the Comptroller of the State or financial officer of the ' Municipal Corporation may deduct from the whole amount of any payment on account thereof of the sums or sum admitted by any contractor or subcontractor in such statement or statements so filed to be due and owing by him on account of labor performed and may withhold the amount so deducted for the benefit of the laborers for daily or weekly wages, whose wages are unpaid as shown by the verified statements filed by any contractor or subcontractor and may pay directly to any person the amount or amounts so shown to be due for such wages. ' Section 220-C of the Labor Law, as so amended provides the penalty for making of a false oath or verification. ' Section 220-D of the Labor Law provides that the advertised Specifications for every contract for the construction, reconstruction, maintenance and/or repair of highways to which the State, county, town and/or village is a party shall contain a provision stating the minimum rate of hourly wage that can be paid, as shall be designated by the Industrial Commissioner, to the laborers employed in the performance of the Contract either by the Contractor, subcontractor or other person doing or contracting to do the whole or part of the work contemplated by the I CC -6 I 1 CONDITIONS OF CONTRACT 1 Contract, and the Contract shall contain a stipulation that such laborers shall be paid not less than such hourly minimum rate of wage. Any person or corporation that willfully pays, after entering into such Contract, less than such stipulated minimum hourly wage scale shall be guilty of a misdemeanor and upon conviction, shall be punished for a first offense by a fine of Five Hundred Dollars ($500.00) or by 1 imprisonment for not more than thirty (30) days, or both by fine and imprisonment; for a second offense by a fine of One Thousand Dollars ($1,000.00) and in addition thereto, the Contract on which the violation has occurred shall be forfeited, and no such person or corporation shall be entitled to receive any 1 sum nor shall any officer, agent or employee of the State pay the same or authorize its payment from the funds under his charge or control to any person or corporation for work done upon any contract, on which the Contractor has been convicted of second offense in violation of the provisions of this section. 1 The minimum wage rates established by the Industrial Commissioner, State of New York, for this Contract are set forth herein above as part of 'Instructions to Bidders". 12. QUALIFICATIONS FOR EMPLOYMENT 1 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 1 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 1 handicapped persons, otherwise employable, where each person may be safely assigned to work which they can ably perform. 13. NON-DISCRIMINATION 1 There shall be no discrimination because of race, creed, color, national origin, age or sex in the employment of persons for work under this Contract, whether performed by the Contractor or any 1 subcontractor. Neither shall the Contractor and subcontractor or any person acting on behalf of the Contractor or subcontractor discriminate in any manner against or intimidate any employee hired for the performance of work under this Contract on account of race, creed, color, national origin, age or sex. There may be deducted from the amount payable to the Contractor by the Owner under this Contract a 16 penalty of Five Dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of this paragraph; provided that for a second or any subsequent violation of the terms of this paragraph, this Contact may be canceled or 1 terminated by the Owner and all monies due or to become due hereunder may be forfeited. 14. PAYMENT OF EMPLOYEES 1 The Contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this Contract in full (less deductions made mandatory by law) in cash (or any agreed upon 1 method by the Employee) and not less often than once each week. 1 1 1 1 CC -7 I I 1 I CONDITIONS OF CONTRACT 15. ESTIMATES & PAYMENTS (a) Monthly: At the end of each calendar month during the progress of the work, the Engineer shall make an approximate estimate of the work satisfactorily done, based upon the prices set forth in the Proposal Form. In consideration of the work done, the Owner will pay or cause to be paid to the Contractor the amount estimated by the Engineer as due him less five (5) percent. The making of any such estimate or payment made thereon shall not be taken or construed as an acceptance by the Owner of any work so estimated and paid for. The five percent (5%) of the amount of the monthly estimate remaining unpaid will be retained by the Owner as a guarantee that the Contractor will faithfully and completely fulfill all obligations imposed by the Contract and Specifications, and ' against any damages caused the Owner by reason of any failure on the part of the Contractor to fulfill all conditions and obligations herein contained. ' (b) Final Estimate: One month after the completion and acceptance of the work specified and contracted for, the Engineer will make a final estimate of all the work done. Thereafter, the Owner will pay the full • amount, less prior payments, less any amounts retained to complete the work according to the provisions of the Specifications, less any money paid by the Owner by reason of said Contractor having failed to carry out faithfully and completely all the obligations and requirements herein contained. Upon final settlement, according to the conditions herein specified and not until such settlement shall have been made, will the Contractor be relieved from the obligations assumed in the Contract. ' (c) Measurement for Payment: The Engineer shall make due measurement of work done during the progress of the work and his estimate shall be final and conclusive evidence of the amounts of work performed by the Contractor under, and by virtue of, this agreement and shall be taken as full measure of compensation to be received by the Contractor. When requested by the Contractor, the Engineer shall measure, remeasure or re -estimate any portion of the work, but the expense of such remeasurement or re - estimating shall, unless material error be proved, be paid for by the Contractor. (d) No payments will be made for materials delivered to the site which have not been incorporated into the work. (e) Contractors and subcontractors are required to submit to the Town, within thirty days after issuance's of the first payroll, and every thirty days thereafter, a transcript of the original payroll record, subscribed and affirmed as true under the penalties of perjury. 16. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE ' The acceptance by the Contractor of the final payment shall be, and shall operate as a release to the Owner from all claims and all liabilities to the Contractor for all the things done or furnished in connection with this work and for every act and neglect of the Owner and others relating to or arising out of, this work, excepting the Contractor's claims for interest upon the final payment, if this payment be improperly delayed. No payment, however, final or otherwise, shall operate to release the Contractor or his sureties from any obligations under this Contract or the Performance Bond. I ' CC -8 ' CONDITIONS OF CONTRACT 17. CONSTRUCTION REPORTS ' The Contractor shall submit to the Engineer prior to commencing any work under this Contract, a detailed schedule and plan of operations indicating the manner in which the Contractor proposes to prosecute the ' work and a time schedule therefor. Such schedules are not intended to bind the Contractor to a pre- determined plan or procedure, but rather to enable the Engineer to coordinate the work of the Contractor with work required of, and to be performed by others. The detailed schedule shall include a list of the ' subcontractors and material suppliers he proposes to use on the work. The Contractor shall furnish the Engineer with periodic estimates for partial payments as required ' elsewhere in the Contract Documents, and in addition thereto will furnish the Engineer with a detailed estimate for final payment. Prior to being eligible to receive the final payment under this Contract, the Contractor shall furnish the 'Engineer with substantial proof that all bills for services rendered and materials supplied have been paid. • The enumeration of the above reports in no way relieves the Contractor of his responsibility under existing Federal or State Laws of filing such other reports with agencies as may be required by such texisting laws or regulations. 18. INSPECTION AND TESTS ' All material and workmanship shall be subject to inspection, examination and test by the Engineer at any time during the construction and at any and all places where manufacturing of materials used and/or construction is carried on. ' Without additional charge, Contractor shall furnish promptly all reasonable facilities, labor and materials necessary to make any tests required by the Engineer and/or required by the Specifications. ' If at any time before final acceptance of the entire work, the Engineer considers necessary or advisable an examination of any portion of the work already completed, by removing or tearing out the same, the Contractor shall upon request, furnish promptly all necessary facilities, labor and materials for such examination. If such work is found to be defective in any material respect, due to the fault of the Contractor or any subcontractor, or if any work shall be covered over without the approval or consent of the Engineer, whether or not the same shall be defective, the Contractor shall be liable for the expense for such examination and of satisfactory reconstruction. If, however, such approval and consent shall have been given and such work is found to meet the ' requirements of this Contract, the Contractor shall be recompensed for the expense of suchexamination and reconstruction in the manner herein provided for the payment of cost of extra work. The selection of laboratories and/or agencies for the inspection and tests of supplies, materials or ' equipment shall be subject to the approval of or designated by the Owner. Satisfactory documentary evidence that the material has passed the required inspection and tests must be furnished to the Engineer prior to the incorporation of the material in the work. ' Any rejected work will be removed from the site of the project completely at the expense of the Contractor. LJ LI 1 CC-9 I ' CONDITIONS OF CONTRACT ' 19. PLANS AND SPECIFICATIONS: INTERPRETATIONS The Contractor shall keep at the site of the work one copy of the Plans and Specifications signed and ' identified by the Engineer. Anything shown on the Plans and not mentioned in the Specifications or mentioned in the Specifications and not shown in the Plans shall have the same effect as if shown or mentioned in both. In case of any conflict or inconsistency between the Plans and Specifications, the Specifications shall govern. Any discrepancy between the figures and drawings shall be submitted to the ' Engineer whose decision thereon shall be conclusive. 20. SUBSURFACE CONDITIONS FOUND DIFFERENT ' Should the Contractor encounter subsurface conditions at the site materially differing from those shown on the Plans or indicated in the Specifications, he shall immediately give notice to the Engineer of such conditions, before they are disturbed; the Engineer shall thereupon promptly investigate the conditions 'and if he finds that they materially differ from those shown on the Plans or indicated on the • Specifications, he shall at once make such changes in the Plans and/or Specifications as he may find necessary. Any increase or decrease of cost resulting from such changes will be adjusted in the manner ' provided herein for adjustment as to extra and/or additional work and changes. 21. CONTRACTOR'S TITLE TO MATERIALS ' No materials or supplies for the work shall be purchased by the Contractor or any subcontractor subject to any chattel mortgage or under a conditional sale or other agreement by which an interest is retained by the seller. The Contractor warrants that he has good title to all materials and supplies used by him in the ' work. 22. SUPERINTENDENCE BY CONTRACTOR ' At the site of the work, the Contractor shall give his constant, personal attention to the work or employ a construction superintendent or foreman who shall have full authority to act for the Contractor. It is understood that such representative shall be acceptable to the Engineer and shall be one who can be continued in that capacity for the particular job involved unless he ceases to be on the Contractor's payroll. The Contractor's superintendent and foreman must be able to read and speak the English language. LJ 1 C ' CC -10 ' CONDITIONS OF CONTRACT 23. PROTECTION OF WORK, PERSONS AND PROPERTY ' Precaution shall be exercised at all times for the proper protection of all persons, property and work. The Contractor shall give notice to the owners of utilities which may serve the area and request their ' assistance in predetermining the location and depth of various pipes, conduits, manholes, and other underground facilities. The safety provisions of applicable laws, building and construction codes shall be observed. Machinery, equipment and all hazards shall be guarded or eliminated in accordance with the ' safety provisions of the Manual of Accident Prevention in Construction published by the Associated General Contractors of America, to the extent that such provisions are not in contravention of applicable law. The Contractor shall fumish entirely at his own expense any and all additional safety measures ' deemed necessary by the Owner or his Engineer to adequately safeguard the traveling public. The Contractor shall, at all hours of the day, safely guard and protect his own work and adjacent property from any damage and shall replace or make good any such damage, loss or injury, unless such be caused directly by errors contained in the Contract Documents, or by the Owner or its duly authorized representatives. • The Contractor shall provide and maintain such watchmen, barriers, lights, flares and other signals at his ' own expense, as will effectively prevent any accident in consequence of his work for which the Owner might be liable. The Contractor shall be liable for all injuries or damage caused by his act or neglect, or that of his employees. tThe Contractor shall take particular care to avoid the blocking of fire hydrants, fire alarm boxes, letterboxes, traffic signals or other visible devices maintained for the use of the public. 24. REPRESENTATIONS OF CONTRACTOR ' The Contractor represents and warrants: (a) That he is financially solvent and that he is experienced in, and competent to, perform the type of work involved under this Contract and able to furnish the plant, materials, supplies and/or equipment to be furnished for the work; and (b) That he is familiar with all Federal, State and Municipal Law, ordinances and regulations which may in any way affect the work of those employed hereunder, including but not limited to any special acts relating to the work; and (c) That such work required by these Contract Documents as is to be done by him can be satisfactorily constructed and used for the purpose for which is intended and that such construction will not injure any person or damage any property; and (d) That he has carefully examined the Plans, Specifications and the site of the work, and that from his own investigations he has satisfied himself as to the nature and location of the work, the character, location, quality and quantity of surface and subsurface materials, structures and utilities likely to be ' encountered the character of equipment and other facilities needed for the performance of the work, the general local conditions which may in any way affect the work or its performance. ' CC -11 ' CONDITIONS OF CONTRACT 25. PATENT RIGHTS As part of his obligation hereunder and without any additional compensation, the Contractor will pay for any patent fees or royalties required in respect to the work or any part thereof and will fully indemnify the ' Owner or his Engineer for any loss on account of any infringement of patent rights unless prior to his use in the work a particular process or a product of a particular manufacturer he notifies the Engineer in writing that such process or product is an infringement of a patent. 26. AUTHORITY OF THE ENGINEER In the performance of the work, the Contractor shall abide by all orders and directions and requirements ' of the Engineer and shall perform work to the satisfaction of the Engineer, at such time and places, by such methods, and in such manner and sequence as he may require. The Engineer shall determine the amount, quality, acceptability, and fitness of all parts of the work, shall interpret the Plans, Specifications, Contract Documents and any extra work orders and shall decide all other questions in connection with the work. Upon request, the Engineer shall confirm in writing any oral orders, directions, requirements or . determinations. The enumeration herein or elsewhere in the Contract Documents of particular instance in ' which the opinion, judgement, discretion or determination of the Engineer shall control or in which work shall be performed to his satisfaction or subject to his approval or inspection, shall not imply that only matters similar to those enumerated shall be so governed and performed, but without exception all the ' work shall be governed and so performed. 27. CHANGES AND ALTERATIONS ' The Owner, upon the Engineers recommendation, reserves the right to make alterations in location, line, grade, plan, form or dimensions of the work, or any part thereof, either before or after the commencement of construction. If such alterations diminish the amount of work to be done, no claim for damages or anticipated profits will be wan -anted on the work, which may be dispensed with. If such alterations increase the amount of work, such increases shall be paid for according to the quantity of work actually done and at the prices for such work as contained in the schedule of prices. 28. CORRECTION OF WORK 16 All work and all materials whether incorporated into the work or not, all processes of manufacture and all methods of construction shall be at all times and places subject to the inspection of the Engineer who shall be the final judge of quality, materials, processes of manufacture and methods of construction suitable for the purpose for which they are used. Should they fail to meet his approval, they shall be forthwith reconstructed, made good and replaced and/or corrected as the case may be, by the Contractor, at his own expense. If, in the opinion of the Engineer, it is not desirable to replace any defective or damaged materials or to reconstruct or correct any portion of the work injured or not performed in accordance with the Contract Documents, the compensation to be paid to the Contractor hereunder shall be reduced by such amount as in the judgement of the Engineer shall be equitable. The Contractor expressly warrants that his work shall be free from any defects in materials or workmanship and agrees to correct any defects, which may appear within one year following the final ' completion of the work. Neither the acceptance of the completed work nor payment therefor shall operate to release the Contractor or his sureties from any obligations under or upon this Contract or the Performance Bond. ' CC -12 ' CONDITIONS OF CONTRACT 29. WEATHER CONDITIONS In the event of temporary suspension of work or during inclement weather or whenever the Engineer shall direct, the Contractor will, and will cause his subcontractors to protect carefully his and their work and ' materials against damage or injury from the weather. If in the opinion of the Engineer any work or material shall have been damaged or injured by reason of failure on the part of the Contractor or any of his subcontractors to protect his or their work, such work and materials shall be removed and replaced at the expense of the Contractor. 30. THE OWNER'S RIGHT TO WITHHOLD PAYMENTS The Owner may withhold from the Contractor so much of any approved payments due him as may, in the judgement of the Owner, be necessary: ' (a) To assure the payment of just claims then due and unpaid of any persons supplying labor or materials for the work; (b) To protect the Owner from loss due to defective work not remedied; or (c) To protect the Owner from loss due to injury to persons or damage to the work or property of other contractors or subcontractors or others, caused by the act or neglect of the Contractor or any of his ' subcontractors. The Owner shall have the right, as agent for the Contractor to apply such amounts so withheld in such manner as the Owner may deem proper to satisfy such claims or to secure such protection. Such applications of such money shall be deemed payments for the account of the Contractor. ' 31. THE OWNER'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If, ' (a) The Contractor shall be adjudged bankrupt or make an assignment for the benefit of creditors; or (b) A receiver or liquidator shall be appointed for the Contractor for any of his property and shall not be dismissed within 20 days after such appointment, or the proceedings in connection therewith shall not be stayed on appeal within the said 20 days; or ' (c) The Contractor shall refuse or fail, after notice or warning from the Engineer, to supply enough properly skilled workmen or proper materials; or ' (d) The Contractor shall refuse or fail to prosecute the work or any part thereof with such diligence as will insure its completion within the periods herein specified (or any duly authorized extension thereof) or shall fail to complete the work within said periods; or (e) The Contractor shall fail to make prompt payments to persons supplying labor or materials for the work; or 1 LJ CC -13 CONDITIONS OF CONTRACT (f) The Contractor shall fail or refuse to regard laws, ordinances or the instructions of the Engineer or ' otherwise be guilty of a substantial violation of any provisions of this Contract; then and in any such event, the Owner, without prejudice to any other rights or remedy it may have, may by seven (7) days' notice to the Contractor, terminate the employment of the Contractor and his rights to proceed either as to the entire work or (at the option of the Owner) as to any portion thereof as to which delay shall have ' occurred, and may take possession of the work and complete the work by contract or otherwise, as the Owner may deem expedient. In such case, the Contractor will not be entitled to receive any further payment until the work is finished. If the unpaid balance of the compensation to be paid the Contractor ' hereunder shall exceed the expense of so completing the work (including compensation for additional managerial, administrative and inspection services and any damages for delay), such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor and his sureties shall ' be liable to the Owner for such excess. If the right of the Contractor to proceed with the work is so terminated, the Owner may take possession of and utilize in completing the work, such materials, appliances, supplies, plant and equipment as may be on the site of the work and necessary thereof. If the ' Owner does not so terminate the right of the Contractor to proceed, the Contractor shall continue to work. • 32. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT ' If the work shall be stopped by order of the Court or other public authority for a period of three (3) months without act or fault of the Contractor or any of his agents, servants, employees or subcontractors, the Contractor may, upon ten (10) days notice to the Owner, discontinue his performance of the work and/or terminate the Contract; in which event, the liability of the Owner to the Contractor shall be determined as provided in Paragraph 31. The Contractor shall not be obligated to pay to the Owner any excess of the expense of completing the work over the unpaid balance of the compensation to be paid to the Contractor hereunder. 33. RESPONSIBILITY FOR WORK ' The Contractor agrees to be responsible for the entire work embraced in this Contract until its completion and final acceptance, and that any unfaithful or imperfect work that may become damaged from any cause either by act of commission or omission to properly guard and protect the work that may be discovered at any time before the completion and acceptance shall be removed and replaced by good and satisfactory work without any charge to the Owner, and that such removal and replacement will be performed ' immediately on the requirement of the Engineer, notwithstanding the fact that it may have been overlooked by the proper inspector, and partial payment made thereon. It is fully understood by the Contractor that the inspection of the work shall not relieve him of any obligation to do sound and reliable work as herein prescribed, and that any omission to disapprove any work by the Engineer at or before the ttime of partial payment or other estimate shall not be construed to be acceptance of any defective work. 34. USE OF PREMISES AND REMOVAL OF DEBRIS ' The Contractor expressly undertakes at his own expense: (a) To store his apparatus, materials, supplies and equipment in such orderly fashion at the site of the work as will not unduly interfere with the progress of his work or the work of any of his subcontractors; (b) To frequently clean up all refuse, rubbish, scrap materials and debris caused by the operations to the end that at all times, the site of the work shall present a neat, orderly and workmanlike appearance; ' (c) Before final payment hereunder to remove all surplus material, temporary structures, plants of any description and debris of every nature resulting from his operations. ' CC -14 ' CONDITIONS OF CONTRACT 35. SUITS OF LAW ' The Contractor shall indemnify and save harmless the Owner from and against all suits, claims, demands or actions for any injury sustained or alleged to be sustained by any party or parties in connection with the ' construction of the work or any part thereof, or any commission or omission of the contractor, his employees or agents of any subcontractor, and in case of any such action shall be brought against the Owner, the Contractor shall immediately take charge of and defend the same at his own cost and expense. ' 36. POWER OF THE CONTRACTOR TO ACT IN AN EMERGENCY In case of an emergency, which threatens loss or injury to property and/or safety of life, the Contractor ' will be permitted to act as he sees fit without previous instructions from the Engineer. He shall notify the Engineer thereof immediately and any compensation claimed by the Contractor due to extra work made necessary because of his acts in such emergency shall be submitted to the Engineer for approval. Where ' the Contractor has not taken action but has notified the Engineer of an emergency indicating injury to persons or damage to adjoining property or to the work being accomplished under this Contract, then • upon authorization from the Engineer to prevent such threatened injury or damage, he shall act as instructed by the Engineer. The amount of reimbursement claimed by the Contractor on account of any ' such action shall be determined in the manner provided herein for the payment of extra work. ' 38. SUBLETTING, SUCCESSOR AND ASSIGNS The Contractor shall not sublet any part of the work under this Contract nor assign any money due him ' hereunder without fust obtaining the written consent of the Owner. This Contract shall insure the benefit of and shall be binding upon the parties hereunder and upon their respective successors and assigns, but neither party shall assign or transfer his interest herein in whole or in part without consent of the other. 39. GRADES, LINES. LEVELS AND SURVEYS The Engineer shall furnish the Contractor with the basic horizontal and vertical controls from which the Contractor shall transfer and stake his lines and grades and for their accuracy. The Engineer will establish the basic horizontal and vertical controls at the start of the work, and it shall 16 be the responsibility of the Contractor to safeguard such controls; and if, in the opinion of the Engineer, ' these controls are damaged or destroyed either in whole or in part, the Contractor shall pay the cost of having the damaged controls verified, checked, corrected or replaced. ' 40. INSURANCE REQUIREMENTS The Contractor shall not commence work until the Town has approved all the insurance required under this Contract as required immediately following the Instructions to Bidders. Additionally, the Contractor shall indemnify and save harmless the Town of Southold from and against all losses and all claims, demands, payments, suits, actions, recoveries and judgments of every kind or nature, brought or ' recovered against the Town of Southold by reason of any act or omission of the Contractor, his agent or employees in the performance of the Contract. The Contractor shall not permit any subcontractor to commence any work under this contract until ' satisfactory proof of carriage of the required insurance has been posted with and approved by the Town. CC -15 ' CONDITIONS OF CONTRACT 41. FOREIGN CONTRACTORS Foreign Contractors must comply with the provisions of Articles 9A and 16 of the Tax Law, as amended, prior to submission of a bid for the performance of this work. The certificate of the New York State Tax ' Commission to the effect that all taxes have been paid by the foreign contractor shall be conclusive proof of the payment of taxes. The term "foreign contractor" as used in this subdivision means in the case of an individual, a person who is a legal resident of another state or foreign country; and in the case of a foreign ' corporation, one organized under the laws of a state other than the State of New York. 42. LIEN LAW ' Attention of all persons submitting bids is specifically called to the provisions of Section 25, Subdivision 5, Section 25A and 25B of the Lien Law, as amended, in relation to funds being received by a contractor for a public improvement declared to constitute trust funds in the hands of such Contractor to be applied ' first to the payment of certain claims. • 43. REFUSAL TO WAIVE IMMUNITY Pursuant to the provisions of Section 103-A of the General Municipal Law, in the event that the bidder or any member, partner, director or officer of the bidder, should refuse when called before a grand jury to testify concerning any transaction or contract had with the State, any political subdivision thereof, a ' public authority or with any public department, agency or official of the State or of any political subdivision thereof or of an authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract, such person, and ' any firm, partnership or corporation of which he is a member, partner, firm director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or any public department, agency, or official thereof, for goods, ' work or services, for a period of five (5) years after such refusal, and any and all contracts made with any municipal corporation or any public department, agency, or official thereof on or after the fust day of July, 1959, by such person and any firm, partnership or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. 44. EXEMPTION FROM SALES AND USE TAXES ' In accordance with Chapter 513 of the laws of 1974 adopted by the New York State Legislature, amending Section 1115 (a) of the tax law, specifically paragraphs 15 and 16, political subdivisions, as described in subdivision (a) paragraph (L) of section 1116 of the tax laws, of the State of New York are exempt from the payment of sales and use taxes imposed on tangible personal property within the limitations specified in tax law 1115 (a) (15) and (16). (15) Tangible personal property sold to a contractor, subcontractor or repairman for use in erecting a ' structure or building of an organization described in subdivision (a) of section 1116, or adding to, altering or improving real property, property or land of such an organization, as the terms real property, property and land are defined in the real property tax law; provided, however, no exemption shall exist under this ' paragraph unless such tangible personal property is to become an integral component part of such structure, building or real property. ' CC -16 I ' CONDITIONS OF CONTRACT (16) Tangible personal property sold to a contractor or repairman for use in maintaining, servicing or ' repairing real property, or land of an organization described in subdivision (a) of section 1116, as the terms real property, property or land are defined in the real property tax law; provided, however, no exemption shall exist under this paragraph unless such tangible personal property is to become an integral ' component part of such structure, building or real property. Contractors entering into Contract with the Town of Southold shall be exempt from payment of sales and use tax as described above. Procedures and forms are available to the Contractor direct from the Instructions and Interpretations Unit, State of New York, Department of Taxation and Finance, State Campus, Albany, New York, 12227. H 16 1 11 ' CC -17 I Town of Southold ' FISHERS ISLAND ROAD AND ' STORMWATER IMPROVEMENT PROJECT ' PROPOSAL PACKAGE BID OPENS: JUNE 3, 2010 @ 10:00 A.M. REMINDER NOTE! ! ! : VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY!! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All ' lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! ' Thank you! I PP -1 I ' BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. ' 1:1 Notarized Affidavit of Non -Collusion as required by NYS Law. P I NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. PP -2 El A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. ' As per specifications, the TOWN OF SOUTHOLD requires a current insurance certificate, with the TOWN OF SOUTHOLD ' listed as additional insured, to be on file in the Town Clerk's • Office. You will be given ten (10) business days from notice of ' award to supply this form or the bid will be rescinded. ' Vendor Information Sheet and Address Record Form. El Assumed Name Certification. ' El Bidder's Qualification Statement. P I NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. PP -2 VENDOR NAME: VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. PARTNERSHIP INDIVIDU FEDERAL EMPLOYEE ID #: OR SOCIAL SECURITY #: I7:�Y CiT Ice] an IF APPLICABLE: DATE FILED: STATE FILED: If a non -publicly owned Corporation: CORPORATION NAME: LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) LIST OFFICERS AND DIRECTORS: NAME If a partnership: PARTNERSHIP NAME: _ LIST PARTNERS NAMES: PP -3 TITLE ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: ADDRESS: CONTACT: TELEPHONE: E-MAIL: ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: CONTACT: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: CONTACT: PP -4 FAX: FAX: E-MAIL: FAX: E-MAIL: I ' VENDOR NAME: ASSUMED NAME CERTIFICATION ' *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ' ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a ' corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner ' and submitted with the bid or previously filed with the Town Clerk. • The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or other municipality bid on contracts only that such interest be revealed when they do bid.) ' INSURANCE STATEMENT Bidder agrees as follows - please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid Insurance Certificate filed on DATE ' FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER. I AUTHORIZED SIGNATURE 7 I PP -5 ' AFFIDAVIT OF NON -COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the ' prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my ' firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, ' communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person ' who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain ' from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. • 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or ' inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything ' of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. ' 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. ' The person signing this bid, under the penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS ' Signature & Company Position NOTARY: DAY OF 20 Type Name & Company Position ' Company Name NOTARY PUBLIC ' Date Signed ' Federal I.D. Number C] ' PP -6 ' PROPOSAL FORM FISHERS ISLAND ROAD AND STORMWATER IMPROVEMENT PROJECT VENDOR NAME: ' VENDOR ADDRESS: TELEPHONE NUMBER: FAX: ' The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and ' called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. ' The Town Board reserves the right to award this Contract to the lowest qualified bidder and to reject and declare invalid any or all bids deemed not in the best interest of the Owner. In awarding this Contract, the Town is not bound by the quantities stated in the Proposal Form. It is emphasized that the quantities are approximations only. No ' guarantee is made for any quantities stated nor is a guarantee made for the total bid or alternate bid item. Such total bid or alternate bid items are for the purpose of guidance in awarding the Contract only. Payment shall be on the basis of actual work done at the unit prices quoted. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a ' corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. ' The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) ' The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please write N/A below): Addendum No. Dated 1 PP -7 ' AUTHORIZED SIGNATURE PRINT TITLE ' DATE ' ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: ' On the day of in the year 2010 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the • within instrument and acknowledged to me that helshe/they executed the same in his/her/their ' capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. 1 NOTARY PUBLIC 16 1 11 Il ' PP -8 I SPECIAL BID PROPOSAL FORM INSTRUCTIONS The attached Bid Proposal Form consists of three (3) individual Schedules of Prices, identified as Bid "A", Bid "B" and Bid "C". The approximate quantities indicated for Bid "A" correspond to the area identified as Area "1" on the Contract Plans. The approximate quantities indicated for Bid `B" correspond to the areas identified as Area "1" and Area "2" on the Contract Plans. ' The approximate quantities indicated for Bid "C" correspond to the areas identified as Area "1", Area "2" and Area "3" on the Contract Plans. ' Bidders are required to submit bids for each of the three (3) bids in order to be considered responsive to this bid solicitation. Bidders are also required to fill out the summary sheet at the end of the Bid Proposal indicating the bid totals for each of the three (3) bids. The Town Board reserves the right to award this Contract to the lowest qualified bidder on Bid "A", Bid "B" or Bid "C" and to reject and declare invalid any or all bids deemed ' not in the best interest of the Town. I I P L 1 PP -9 Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID "A" May 2010 PP -10-A- 1 ESTIMATED PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS ITEM QUANTITY PRICES WRITTEN IN WORDS CLEARING AND GRUBBINGi 1 1 LS For Dollars Cents UNCLASSIFIED EXCAVATION 2B 150 CY For Dollars Cents SMOOTH INTERIOR CORRUGATED POLYETHYLENE PIPE 14PLS-15 SO LF For Dollars Cents SMOOTH INTERIOR CORRUGATED SLOTTED POLYETHYLENE PIPE 14PLS-S- 240 LF 15 For Dollars Cents ASPHALT CONCRETE — TOP AND BINDER COURSES 51FX 350 TON For Dollars Cents PP -10-A- 1 Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID "A" May 2010 PP -10-A-2 ESTIMATED PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID ITEM QUANTITY PRICES WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS ASPHALTIC TACK COAT 71-T 1,600 SY For Dollars Cents MAINTENANCE AND PROTECTION OF TRAFFIC 76 1 LS For Dollars Cents STONE SWALE 80-X 150 SY For Dollars Cents CEMENT CONCRETE CURB 97* 200 LF For Dollars Cents LEACHING BASINS 100 7 EA For Dollars Cents PP -10-A-2 Town of Southold CA# 0l 13.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID "A" May 2010 * contingency item PP -10-A- 3 ESTIMATED PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID ITEM QUANTITY PRICES WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS CATCH BASINS - ROUND 102-B 1 EA For Dollars Cents CONCRETE SIDEWALKS AND RAMPS 105 20 SY For Dollars Cents TOPSOIL AND SEEDING ON PREPARED AREAS 123TSX 900 SY For Dollars Cents SAWCUTTING PAVEMENT AND SIDEWALK 205 70 LF For Dollars Cents MDO:D-IN-PLACE RECYCLED BASE COURSE 50OSS 2,100 SY For Dollars Cents * contingency item PP -10-A- 3 MM M M d M M M M•M M M M M M M Town of Southold Fishers Island Road and Stormwater Improvement Project CA# 0113.100 SCHEDULE OF PRICES — BID "A" May 2010 TOTAL GROSS BID FOR BID "A": $ TOTAL GROSS BID FOR BID "A" MUST BE WRITTEN IN WORDS: DOLLARS CENTS In case of discrepancy between the amount shown in figures and the amount shown in words, the amount shown in words will govern, and will be used as the unit price to determine correct extensions of the amount bid. As necessary, the Total Gross Bid will be corrected in accordance with the foregoing. The Town of Southold reserves the right to increase, decrease, or eliminate any or all items prior to or after award of the bid. It is emphasized that the quantities are approximations only. No guarantee is made for quantities stated nor is a guarantee made for the total bid. Such total is for the purpose of guidance in awarding the Contract only. Payment shall be made on the basis of actual work done at the unit and/or lump sum prices quoted. PP -10-A- 4 Town of Southold CA# 0113.100 Fishers Island Road mud Stormwater Improvement Project SCHEDULE OF PRICES — BID `B" May 2010 ITEM ESTIMATED QUANTITY PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS CLEARING AND GRUBBING 1 1 LS For Dollars Cents UNCLASSIFIED EXCAVATION 2B 200 CY For Dollars Cents SMOOTH INTERIOR CORRUGATED POLYETHYLENE PIPE 14PLS-15 80 LF For Dollars Cents SMOOTH INTERIOR CORRUGATED SLOTTED POLYETHYLENE PIPE 14PLS-S- 240 LF 15 For Dollars Cents ASPHALT CONCRETE — TOP AND BINDER COURSES 51FX 1,600 TON For Dollars Cents PP -10—B-1 Town of Southold Fishers Island Road and Stormwater Improvement Project CA# 0113.100 SCHEDULE OF PRICES — BID `B" May 2010 ESTIMATED PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID ITEM QUANTITY PRICES WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS ASPHALTIC TACK COAT 71-T 8,400 SY For Dollars Cents MAINTENANCE AND PROTECTION OF TRAFFIC 76 1 LS For Dollars Cents STONE SWALE 80-X 150 SY For Dollars Cents CEMENT CONCRETE CURB 97 300 LF For Dollars Cents LEACHING BASINS 100 7 EA For Dollars Cents i!! i i ! i� i! i i•! i ! i i i ! Town of Southold CA# 0113.100 Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES - BID `B" May 2010 PP -10—B-3 ESTIMATED PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS ITEM QUANTITY PRICES WRITTEN IN WORDS CATCH BASINS - RECTANGULAR 102-A 1 EA For Dollars Cents CATCH BASINS - ROUND 102-B 1 EA For Dollars Cents ALTERING DRAINAGE STRUCTURES 103 7 EA For Dollars Cents CLEAN EXISTING DRAINAGE STRUCTURES 104B 5 EA For Dollars Cents CONCRETE SIDEWALKS AND RAMPS 105 600 SY For Dollars Cents PP -10—B-3 Town of Southold Fishers Island Road and Stormwater Improvement Project CAa 0113.100 SCHEDULE OF PRICES — BID "B" May 2010 ESTIMATED PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID ITEM QUANTITY PRICES WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS TOPSOIL AND SEEDING ON PREPARED AREAS 123TSX 1,050 SY For Dollars Cents SAWCUTTING PAVEMENT AND SIDEWALK 205 500 LF For Dollars Cents MIXED -IN-PLACE RECYCLED BASE COURSE 500SS 8,500 SY For Dollars Cents THERMOPLASTIC REFLECTORIZED PAVEMENT MARKINGS 685S 9,000 LF For Dollars Cents w w w w w w w� w w w ■�•w w w iw w w w Town of Southold CAk 0113.100 TOTAL GROSS BID FOR BID `B": Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID "B" May 2010 TOTAL GROSS BID FOR BID `B" MUST BE WRITTEN IN WORDS: DOLLARS CENTS In case of discrepancy between the amount shown in figures and the amount shown in words, the amount shown in words will govern, and will be used as the unit price to determine correct extensions of the amount bid. As necessary, the Total Gross Bid will be corrected in accordance with the foregoing. The Town of Southold reserves the right to increase, decrease, or eliminate any or all items prior to or after award of the bid. It is emphasized that the quantities are approximations only. No guarantee is made for quantities stated nor is a guarantee made for the total bid. Such total is for the purpose of guidance in awarding the Contract only. Payment shall be made on the basis of actual work done at the unit and/or lump sum prices quoted. PP -10—B-5 W == M= = men W M Mew M Town of Southold Fishers Island Road and Stormwater Improvement Project CA# 0113.100 SCHEDULE OF PRICES — BID "C" May 2010 PP -10—C- 1 ESTIMATED PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID ITEM QUANTITY PRICES WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS CLEARING AND GRUBBING I 1 LS For Dollars Cents UNCLASSIFIED EXCAVATION 2B 300 CY For Dollars Cents SMOOTH INTERIOR CORRUGATED POLYETHYLENE PIPE 14PLS-15 80 LF For Dollars Cents SMOOTH INTERIOR CORRUGATED SLOTTED POLYETHYLENE PIPE 14PLS-S- 240 LF 15 For Dollars Cents ASPHALT CONCRETE — TOP AND BINDER COURSES 51FX 3,800 TON For Dollars Cents PP -10—C- 1 ===mom=== NNIOMMMMMMM Town of Southold Fishers Island Road and Stormwater Improvement Project CAa 0113.100 SCHEDULE OF PRICES — BID "C' May 2010 PP -10—C-2 ESTIMATED PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID DOLLARS CENTS DOLLARS CENTS ITEM QUANTITY PRICES WRITTEN IN WORDS ASPHALTIC TACK COAT 71-T 19,500 SY For Dollars Cents MAINTENANCE AND PROTECTION OF TRAFFIC 76 1 LS For Dollars Cents STONE SWALE 80-X 150 SY For Dollars Cents CEMENT CONCRETE CURB 97 350 LF For Dollars Cents LEACHING BASINS 100 7 EA For Dollars Cents PP -10—C-2 Town of Southold Fishers Island Road and Stormwater Improvement Project CA# 0113.100 SCHEDULE OF PRICES — BID "C" May 2010 PP -10—C-3 ESTIMATED PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID ITEM QUANTITY PRICES WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS CATCH BASINS - RECTANGULAR 102-A 1 EA For Dollars Cents CATCH BASINS - ROUND 102-B 1 EA For Dollars Cents ALTERING DRAINAGE STRUCTURES 103 8 EA For Dollars Cents CLEAN EXISTING DRAINAGE STRUCTURES 104B 6 EA For Dollars Cents CONCRETE SIDEWALKS AND RAMPS 105 780 SY For Dollars Cents PP -10—C-3 MMMMM M d r== mm MMMMMM Town of Southold Fishers Island Road and Stormwater Improvement Project CAa 0113.100 SCHEDULE OF PRICES — BID "C" May 2010 PP -10—C-4 ESTIMATED PRICE PER UNIT COMPLETE IN PLACE -- ITEMS WITH UNIT UNIT BID PRICES AMOUNT BID ITEM QUANTITY PRICES WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS TOPSOIL AND SEEDING ON PREPARED AREAS 123TSX 5,800 SY For Dollars Cents SAWCUTTING PAVEMENT AND SIDEWALK 205 600 LF For Dollars Cents MIXED -IN-PLACE RECYCLED BASE COURSE 50OSS 20,000 SY For Dollars Cents THERMOPLASTIC REFLECTORIZED PAVEMENT MARKINGS 685S 19,500 LF For Dollars Cents PP -10—C-4 M r = M Town of Southold CA# 0113.100 TOTAL GROSS BID FOR BID "C": Fishers Island Road and Stormwater Improvement Project SCHEDULE OF PRICES — BID "C" May 2010 TOTAL GROSS BID FOR BID "C" MUST BE WRITTEN IN WORDS: DOLLARS CENTS In case of discrepancy between the amount shown in figures and the amount shown in words, the amount shown in words will govern, and will be used as the unit price to determine correct extensions of the amount bid. As necessary, the Total Gross Bid will be corrected in accordance with the foregoing. The Town of Southold reserves the right to increase, decrease, or eliminate any or all items prior to or after award of the bid. It is emphasized that the quantities are approximations only. No guarantee is made for quantities stated nor is a guarantee made for the total bid. Such total is for the purpose of guidance in awarding the Contract only. Payment shall be made on the basis of actual work done at the unit and/or lump sum prices quoted. PP -10—C-5 M r r r Town of Southold CA# 0113.100 r i■■ � r r r r r�r e r r r■ r r� Fishers Island Road and Stormwater Improvement Project TOTAL GROSS BID FOR BID "A": $ SUMMARY OF BIDS TOTAL GROSS BID FOR BID "A" MUST BE WRITTEN IN WORDS: DOLLARS TOTAL GROSS BID FOR BID `B": $ TOTAL GROSS BID FOR BID `B" MUST BE WRITTEN IN WORDS: TOTAL GROSS BID FOR BID "C": $ 4 -WIN 1 J DOLLARS CENTS TOTAL GROSS BID FOR BID "C" MUST BE WRITTEN IN WORDS: DOLLARS CENTS The Town of Southold reserves the right to increase, decrease, or eliminate any or all items prior to or after award of the bid. PP— 10—ABC- 1 May 2010 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY: A Corporation A Partnership or Entity FIRM NAME: An Individual PRINCIPAL OFFICE: PRINCIPAL OFFICERS: • BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE L How many years has your organization been in business under its present business name? 2. You normally perform what percent of the work with your own forces?_% List trades that you organization normally performs below: ' 3. Have you ever failed to complete any work awarded to you? . If so, note where and why. 4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? if yes, please provide details. 1 1 QS_ I ' 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes, please provide details. 6. List the major construction projects your organization has underway at this date: ' Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone # Telephone # Amount Comolete Comoletion 1 7. List five major projects you organization has completed in the past five years: ' Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces ' Name Telephone # Telephone# Amount Completion % of Work II ti II II II II ' QS -2 I ' S. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): ' Present Type of Work Position Years of For Which ht What Individual's Name Of Office Experience Responsible Capacity P J 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? 10. Bank References: 11, Trade Association Membership: 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations? If yes, when? What was the outcome of the investigation? QS -3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF ) COUNTY OF ) being duly sworn deposes and says that he is the of contractor and that answers to the foregoing questions and all statements therein contained are true and correct. (Signature of person who signed bid) Sworn to before me this day of 2010 Notary Public Commission Expiration Date: QS -4 ' CONTRACT AGREEMENT THIS AGREEMENT, entered into this _ day of , 20, by and between the Town ' of Southold, New York ("the Town"), a municipal corporation organized and existing under the laws of the State of New York with offices at 53095 Main Road, Southold, New York, and (the "Contractor"), with an address of ' WITNESSETH, that the Town and the Contractor, for the consideration hereinafter named, agree as follows: ' ARTICLE 1. WORK TO BE DONE AND CONSIDERATION THEREFOR ' The Contractor shall perform the following: Fishers Island Road and Stormwater Improvement Project The above mentioned shall be performed in accordance with attached plans entitled Fishers Island Road and Stormwater Improvement Project , drawn by Cashin Associates. P.C. , dated ' and last amended on , as approved by a copy of which is attached hereto and made a part hereof. ' ARTICLE 2. TIME OF COMPLETION The services to be rendered under this Contract shall be completed no later than ' Time of performance is of the essence of this Agreement. ARTICLE 3. ACCEPTANCE AND FINAL PAYMENT ' Upon receipt of written notice that the Contract has been fully performed and an inspection by the Town Engineer to certify that the work has been completed to the satisfaction of the Town, the Contractor shall file with the Town Comptroller an itemized voucher and the Town will pay the Contractor $ ' ARTICLE 4. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this Contract until it has obtained all insurance ' required under this paragraph and such insurance has been approved by the Town. (a) Compensation Insurance: The Contractor shall take out and maintain during the life of ' this Contract Workers' Compensation Insurance for its employees to be assigned to the work hereunder. (b) Insurance: The Contractor shall take out and maintain during the life of this Contract such ' general liability, property damage, and commercial auto liability insurance as shall protect it 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. The amounts of such ' insurance shall be as follows: ' A-1 J ' General liability insurance in an amount not less than $1,000,000 for injuries, including wrongful death to any one person and subject to the same limit for each person, in an amount not less ' than $2,000,000 on account of any one occurrence. Property damage insurance in an amount not less than $300,000 for damage on account of all ' occurrences. Commercial auto liability insurance in an amount not less than $500,000 for damage on ' account of all occurrences. The Contractor shall furnish the above insurances to the Town and shall also name the Town as ' an additional named insured in said policies. (c) Any accident shall be reported to the office of the Town Clerk as soon as possible and not ' later than twenty-four (24) hours from the time of such accident. A detailed written report must be submitted to the Town as soon thereafter as possible and not later than three (3) days after the date of • such accident. ' ARTICLE 5. BONDS Prior to the execution of this Agreement, the Contractor shall furnish to the Town a ' Performance Bond wherein the named obligee is the Town. The performance bond's purpose is to secure the faithful performance of the agreement. The Bond amount shall be The bond shall be executed by a surety company approved by the Town, authorized to do business in ' the State of New York and with an office or representative in Suffolk County, New York. The form shall be acceptable to the Town and shall have a term through the completion of services. ' As an alternative to the Performance Bond, the Contractor may furnish a certified check, bank draft, money order, or a standard form irrevocable letter of credit. Certified check, bank draft or money order must be made payable to the order of the Town. The standard form irrevocable letter of credit shall be in a form acceptable to the Town. In the event the Contractor secures a Performance Bond from any of its subcontractors, said ' bond shall also name the Town as a dual obligee In the event the Contractor fails to perform its obligations under this Agreement, the Town may ' terminate such agreement, and the Town may procure the services from other sources and hold the Contractor responsible for any excess costs incurred and deduct from payments owing to the Contractor and/or draw upon the Performance Bond as full or partial reimbursement for such excess costs. ARTICLE 6. 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 or to furnish mechanical maintenance dredging to be furnished by it; and 1 A-2 I ' (b) That it is familiar with all federal, state, municipal and department laws, ordinances and regulations which may in any way affect the work or those employed therein. ' ARTICLE 7. PERMITS AND REGULATIONS ' The Contractor shall comply with all permits issued to the Town in connection with the services furnished under this Agreement. ARTICLE 8. TOWN'S RIGHT TO STOP WORK OR TERMINATE CONTRACT ' The Town shall have the right to stop work or terminate the Contract if. ' (a) The Contractor is adjudged bankrupt or makes an assignment for the benefit of creditors; or (b) A receiver or liquidator is appointed for the Contractor or for any of its property and is • not dismissed within 20 days after such appointment or the proceedings in connection therewith are not stayed on appeal within the said 20 days; or (c) The Contractor refuses or fails to prosecute the work or any part thereof with due diligence; or 1 (d) The Contractor fails to make prompt payment to persons supplying labor for the work; or (e) The Contractor fails or refuses to comply with all applicable laws or ordinances; or (f) The Contractor is guilty of a substantial violation of any provision of this Contract; ' (g) The Town's execution and participation in this contract is found to be in violation of an existing collective bargaining agreement. 16 (h) In any event, the Town, without prejudice to any other rights or remedy it may have, may, with our without cause, by seven (7) days' notice to the Contractor, terminate the employment ' of the Contractor and its right to proceed as to the work. In such case, the Contractor shall not be entitled to receive any further payment beyond what owed in quantum meruit. ' ARTICLE 9. DAMAGES It is hereby mutually covenanted and agreed that the relation of the Contractor to the work to be performed by it under this Contract shall be that of an independent contractor. As an independent contractor, it will be responsible for all damage, loss or injury to persons or property that may arise in or be incurred during the conduct and progress of said work, whether or not the Contractor, its agents, or employees have been negligent. The Contractor shall hold and keep the Town free and discharged of and from any and all responsibility and liability of any sort or kind. The Contractor shall assume all responsibility for risks or casualties of every description, for loss or injury to persons or property arising out of the nature of the work, from the action of the elements, or from any unforeseen or unusual difficulty. The Contractor shall make good any damages that may occur in consequence of the work or any part of it. The Contractor shall assume all blame, loss and responsibility of any A-3 1 ' nature by reason of neglect or violation of any federal, state, county or local laws, regulations or ordinances. iARTICLE 10. INDEMNITY AND SAVE HARMLESS AGREEMENT ' The Contractor agrees to indemnify and save the Town, its officers, agents and employees harmless from any liability imposed upon the Town, its officers, agents and/or employees arising from the negligence, active or passive, of the Contractor and from and against any damages, claims, ' or expenses, including reasonable attorney's fees, arising out of Contractor's breach of the Agreement or from Contractor's acts or omissions outside the scope of the Agreement or arising out of claims or actions by third parties against Contractor by virtue of his performance of this ' Agreement. ARTICLE 11. NO ASSIGNMENT In accordance with the provisions of section 109 of the General Municipal Law, the Contractor • is hereby prohibited from assigning, transferring, conveying, subletting or otherwise disposing of this ' Agreement, or of its right, title or interest in this Agreement, or its power to execute this Agreement, to any other person or corporation without the previous consent in writing of the Town. ' ARTICLE 12. REQUIRED PROVISIONS OF LAW Each and every provision of law and clause required by law to be inserted in this Contract shall ' be deemed to have been inserted herein. If any such provision is not inserted, through mistake or otherwise, then upon the application of either party, this Contract shall be physically amended forthwith to make such insertion. In particular, the Contractor shall, among other things, fully comply ' with: (a) Labor Law section 220-e and Executive Law sections 291-299 and the Civil Rights Law 16 relating to prohibition against discrimination and providing equal opportunity. (b) Affirmative action as required by the Labor Law. ' (c) Prevention of dust hazard required by Labor Law section 222-a. (d) Preference in employment of persons required by Labor Law section 222. ' (e) Eight-hour workday as required by Labor Law section 220(2). ARTICLE 13. PREVAILING WAGE RATES REQUIRED BY LAW (a) The parties hereto, in accordance with the provisions of section 220(3) of the Labor Law, ' hereby agree that there shall be paid each employee engaged in work under this Contract not less than the wage rate and supplements set opposite the trade or occupation in which he/she is engaged, as listed on Exhibit A attached hereto and made a part of this Agreement, which are the wage rates and ' supplements established as the prevailing rate of wages for the work covered by this Contract. ' A-4 I ' (b) Labor classifications not appearing on the schedule of wages can be used only with the consent of the Owner and then the rate to be paid will be given by the Owner after being advised by ' the Department of Labor. (c) The Contractor 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, for the various classes of mechanics, workingmen/women, or laborers employed on the work. ARTICLE 14. ARBITRATION Should any dispute arise between the Town and the Contractor regarding the manner or ' sufficiency of the performance of the work, the disputed matter shall be settled by arbitration in accordance with the laws of the State of New York. There shall be three arbitrators, one of whom shall be selected by each of the parties hereto, and the third by the two arbitrators so selected. If the selection of any arbitrator is not made within fifteen (15) days of the time that either party has notified the other of the name of the arbitrator it has selected, then the arbitrator or arbitrators not • selected shall be appointed in the manner provided by the laws of the State of New York. The work shall not be interrupted or delayed pending such decision. ARTICLE 15. AUTHORITY FOR EXECUTION ON BEHALF OF THE TOWN ' The Supervisor has executed this Agreement pursuant to a Resolution adopted by the Town Board of the Town of Southold, at a meeting thereof held on , 2010. Scott A. Russell, Supervisor, whose signature appears hereafter, is duly authorized and empowered to execute this instrument and enter into such an Agreement on behalf of the Town. This instrument shall be ' executed in duplicate. At least one copy shall be permanently filed, after execution thereof, in the office of the Town Clerk, Elizabeth Neville. ARTICLE 16. NOTICES Any and all notices and payments required hereunder shall be addressed as follows, or to such other address as may hereafter be designated in writing by either party hereto: To Town: Elizabeth A. Neville, RMC, CMC Southold Town Clerk PO Box 1179 Southold, NY 11971 To Contractor: INSERT CONTRACTOR ADDRESS ARTICLE 17. WAIVER No waiver of any breach of any condition of the Agreement shall be binding unless in writing and signed by the party waiving said breach. No such waiver shall in any way affect any other term A-5 F ' or condition of this Agreement or constitute a cause or excuse for a repetition of such or any other breach unless the waiver shall include the same. ARTICLE 18. MODIFICATION ' This Agreement constitutes the complete understanding of the parties. No modification of any provisions thereof shall be valid unless in writing and signed by both parties. ARTICLE 19. APPLICABLE LAW This Agreement is governed by the laws of the State of New York. IN WITNESS WHEREOF, the Town of Southold has caused its corporate seal to be affixed hereto and these presents to be signed by Scott A. Russell, its Supervisor, duly authorized to do so, and to be attested to by Elizabeth A. Neville, Town Clerk, and the Contractor has caused its corporate ' seal to be affixed hereto and these presents to be signed by its President, the day and year first above • written. Town of Southold (Seal of the Town of ' Southold) By: Attest: By: Scott A. Russell, Supervisor ' Elizabeth A. Neville, Town Clerk NAME OF CONTRACTOR. 16 By: 1 j I ' STATE OF NEW YORK: ' COUNTY OF SUFFOLK: ss.: ' On this 2010, before me, the subscriber, personally appeared Scott A. Russell who, being by me duly sworn, deposes and says: That he is the Supervisory of the Town of Southold (the "Town"), the municipal subdivision of the State of New York named in and which executed the above and within Instrument; that he knows the seal of said Town and that the seal affixed to said Instrument is the seal of the Town; that it was so affixed by the order of the Town Board of the Town, and that he signed his name thereto by like order; ' And on the same day before me personally came and appeared Elizabeth A. Neville, Clerk of the Town of Southold, who, being by me duly sworn, deposes and says: that she is the Clerk of the 1 Town; that she knows the seal of said Town; that it was affixed to said Instrument is the seal of the Town; that said Scott A. Russell is the Supervisor of the Town and that the signature on said 10 instrument is the signature of said Scott A. Russell, as Supervisor. I� u ' Notary Public STATE OF NEW YORK: COUNTY OF SUFFOLK: ss.: ' On the _ Day of in the year 2010 before me, the undersigned, a notary public in and for said state, personally appeared , personally known to me or proved to me on the basis of satisfactory evidence to be the individual whose name is subscribed to the within instrument and acknowledged to me that he/she executed the same in his/her capacity and that by his/her signature on the instrument, the individual or the person upon whose go behalf of which the individual acted, executed the instrument. Notary Public A-7 Fishers Island Road and Stormwater Improvement Project Town of Southold ALL QUESTIONS PERTAINING TO THIS SOLICITATION MUST BE SUBMITTED IN WRITING. (Please use this form and fax to Cashin Associates at 631-348-7601 to the attention of John Schreck. P.E. We will respond as soon as possible.) Date: Company Name: Contact Name: Fax No.: Telephone No.: Q-1 L� I I 1 I 1 ITEM 1 ITEM 2B ITEM 14PLS-15 ITEM 14PLS-S-15 ITEM 51FX ITEM 71-T ITEM 76 ITEM 80-X ITEM 97 ITEM 100 ITEM 102-A ITEM 102-B ITEM 103 ITEM 104B ITEM 105 ITEM 123 TSX ITEM 205 ITEM 50OSS ITEM 685S FISHERS ISLAND ROAD AND STORMWATER IMPROVEMENT PROJECT TOWN OF SOUTHOLD SPECIFICATIONS GENERAL SPECIFICATIONS CLEARING AND GRUBBING UNCLASSIFIED EXCAVATION SMOOTH INTERIOR CORRUGATED POLYETHYLENE PIPE SMOOTH INTERIOR CORRUGATED SLOTTED POLYETHYLENE PIPE ASPHALT CONCRETE - TOP AND BINDER COURSES ASPHALTIC TACK COAT MAINTENANCE AND PROTECTION OF TRAFFIC STONE SWALE CEMENT CONCRETE CURB LEACHING BASINS CATCH BASINS - RECTANGULAR CATCH BASINS - ROUND ALTER DRAINAGE STRUCTURES CLEAN EXISTING DRAINAGE STRUCTURES CONCRETE SIDEWALKS AND RAMPS TOPSOIL AND SEEDING ON PREPARED AREAS SAWCUTTING PAVEMENT AND SIDEWALK MIXED -IN-PLACE RECYCLED BASE COURSE THERMOPLASTIC REFLECTORIZED PAVEMENT MARKINGS Fishers lsland Road and Stomwater Improvement Project Cmhin Associates, P.C. # 0 113. 100 TOC -1 ' GENERAL SPECIFICATIONS ' REFERENCED STANDARD SPECIFICATIONS Some of these general and other contract specifications are modified from the Suffolk County ' (SCDPW) Standard Specifications dated 11/1/1968, latest addenda. These specifications reference various sections of the SCDPW specifications, the New York State Department of Transportation (NYSDOT) specifications, latest addenda and the State of Connecticut Department of Transportation (ConnDOT) specifications, latest addenda. It should be noted that the addenda or specifications for certain contract items contained herein refer ' directly or indirectly to other specifications or to the specifications for standards of workmanship, methods, equipment, quality of materials, etc. even though the items referred to are not included in the proposal. No additional payment will be made by reason of such reference. The cost of the work, 'materials, equipment, or procedures referred to shall be included in the unit prices bid for the various • items in the proposal. Where reference is made in these specifications to the Specifications of the American Society of Testing Materials (ASTM); the American Water Works Association (AWWA); American Concrete Institute (ACI); American Institute of Steel Construction (AISC); the National Electrical Manufacturer's Association (NEMA), or other societies, the portion referred to shall be read into and shall be a part of this Contract and Specifications. Materials, methods and equipment shall conform with the latest ASTM, NEMA, etc. specifications as they may relate to or govern the involved construction work. JOB MEETINGS AND NOTICE TO ENGINEER Job meetings may be scheduled periodically by the Owner's Representative during the course of construction. Present at these meetings shall be duly authorized representatives of all contractors and such of their subcontractors as are requested by the Owner's Representative. The purpose of the meetings will be to coordinate the efforts of all concerned so that the project will progress to "on time" completion in the most reasonable manner. To this end, the contractor and subcontractors will be expected to answer questions at the job meetings on pertinent matters such as ' progress, workmanship, coordination and any other subject on which the Owner's Representative may reasonably require information. 1. The Owner's Representative may prepare and distribute the official minutes of all job meetings to all concerned parties. 2. The Contractor will be required to give the Engineer at least forty-eight (48) hours notice before commencing construction or before resuming construction activities after a period of inactivity on the project. I ' Fishers Island Road and Stormwaw Improvement Project Cashin Associates, P.C. k 0 113. 100 GENERAL SPECIFICATIONS C� ' PROTECTION OF WORK ' The 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 properties. The Owner reserves the right to remedy any neglect on the part of the Contractor with respect to the protection of the Work which may come to the Owner's attention, after 24 hours notice in writing to the Contractor; except that, in cases of emergency, the Owner shall have the right to remedy any such neglect without notice, and, in either case, to deduct the cost of such remedy from money due the Contractor. PHOTOGRAPHS OR VIDEOTAPING '• Prior to the commencement of any work to be performed under this Contract, the Contractor shall inspect all structures, buildings, walls, curbs, and sidewalks along the route and/or in the vicinity of the Work with the Owner's Representative. Whenever cracks, breaks, defects, faults or structural decay is expected or visible, photographs shall be taken to record each and every defect. Failure on the part of the Contractor to take such photographs or videotapes will be construed as meaning that no defects existed prior to construction. Two (2) sets of photographs or videotapes shall be furnished to the Owner prior to commencement of work. ' ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS ' The Contractor may be furnished additional instructions and detail drawings as necessary to carry out the Work included in the Contract. The additional drawings and instructions thus supplied to the Contractor will coordinate with the Contract Documents. The Contractor shall carry out the Work in accordance with the additional detail drawings and instructions. The Contractor is responsible for the submittal of Shop Drawings related to the drainage work ' contemplated under this project (e.g. cut sheets for piping and filter fabric, drill sheets for drainage structures, etc.) and no work related thereto shall be fabricated until the Shop Drawings have been approved. The Contractor and the Owner's Representative will jointly prepare a schedule, fixing the dates at which: special detail Shop Drawings are to be submitted; the manufacture, testing and installation of t materials, supplies and equipment are to begin; and the completion of various critical parts of the Work. Each such schedule shall be subject to change from time to time in accordance with the progress of the Work. ' SUBSURFACE CONDITIONS ' Any subsurface soils or groundwater information shown on the plans is for the general information of the Engineer.The Contractor is responsible for his own site examination and subsurface exploration to the extent required for purposes of assembling a reasonable bid. Fishers Island Road and 2 GENERAL SPECIFICATIONS Stormwater Improvemrnt Project Cashin Associates, P.C. # 0113.100 I 1 EXCAVATION Excavation shall consist of performing all operations necessary, of whatever nature, necessary for the construction of roadways, drainage facilities, etc. ' The Contractor shall conduct all excavation operations in a safe and prudent manner in order to avoid damage to property, utilities and vegetation outside of the grading limits. All damage caused by the Contractor's operations shall be repaired by him at his own expense to the satisfaction of the Owner's Representative. No separate payment will be made for any precautionary measures and repairs, but the cost thereof shall be included in the prices bid for the applicable items which involve such excavation work. ' The Contractor will be required to temporarily fence all unattended excavations over two (2) feet in depth with properly supported snow fence having a minimum height of four (4) feet. '• All work performed under this Contract shall comply with the requirements of the Industrial Code of the State of New York, Rule No. 23 as currently amended. ' UNSUITABLE MATERIAL ' All material which, in the opinion of the Owner's Representative, is unsuitable for reuse, becomes the property of the Contractor and shall be disposed of by him outside the limits of the contract area at his own expense. Unsuitable material includes compressible material and material containing large ' or frozen lumps, clods, large stones, wood or other extraneous material. EXCESS SUITABLE MATERIAL All suitable material removed from all classes of excavation embraced in these Specifications which is not required for backfill, the formation of embankments, shoulders, refilling and other uses as indicated on the Plans, shall be considered as excess material and shall be disposed of by the Contractor at his own cost and expense outside the limits of the contract area. ' No contractor is permitted to dump spoil onto those areas designated as wetlands or waterways. Surplus excavated material, either unsatisfactory for, or over and above that required for backfilling, shall be disposed of by the Contractor at his own cost and expense, off the site in a lawful manner at an appropriate landfill. RESTORATION The Contractor shall restore all disturbed areas outside the designated work limits in kind at his own expense. I ' Fishers Island Road and Stormwater Improvement Project Cashin Associates, P.C. %0113.100 1� GENERAL SPECIFICATIONS ' EMERGENCY TELEPHONE NUMBERS ' In order to facilitate the contacting of the Contractor's personnel in the event of emergencies during other than normal working hours, the Contractor shall submit to the Owner's Representative the names and phone numbers of three (3) persons having authority to act for the Contractor. This ' submission shall be made prior to the commencement of any work under this contract. When the Contractor or any of the three (3) persons designated to act for him has been notified that ' an emergency condition exists, appropriate action shall immediately be taken by the Contractor to rectify said emergency condition. Failure of the Contractor to commence the work of rectifying said emergency condition within three (3) hours after being notified releases the Owner to correct said ' emergency condition and charge the Contractor for whatever costs the Owner incurs in connection therewith. ' TEMPORARY FACILITIES The Contractor shall provide and maintain in a neat sanitary condition such accommodations for the use of his employees, the Owner and his representatives, as may be necessary to comply with the requirements and regulations of the State and County Boards of Health, the Department of Labor Industrial Code - Rule No. 23, or of other authorities having jurisdiction, and shall not commit nor permit any public nuisance. Such accommodations shall be provided before the start of any construction work, and shall be maintained until the completion of all construction work required by ' the contract. All temporary facilities shall be maintained until the completion of all construction work required by ' the contract unless otherwise directed by the Engineer. When the Engineer so directs, the Contractor shall remove all temporary facilities and restore all areas used for such temporary facilities to their original condition. This removal and restoration must be done before the final estimate is approved for payment. No separate payment will be made for this work. All costs associated with furnishing, maintaining and removing all temporary facilities, including land rental and any other fees and charges, are to be included in the prices bid for the various contract items. fDUST CONTROL t Dust conditions that develop shall be immediately allayed by the use of calcium chloride or an approved dust palliative. The Owner's Representative shall determine if dust conditions have developed. The Contractor shall perform this work as ordered and directed by the Owner's ' Representative. The cost of allaying dust conditions is to be included in the prices bid for all of the items in the proposal I t Fishers Island Road and S[ounwater Improvement Project Cashin Associates, P.C. N 0113.100 GENERAL SPECIFICATIONS II PERMITS AND DEWATERING ' All excavations must be kept free of water. Sufficient pumps or pumping equipment must be provided and maintained in working order by the Contractor at his own expense. The Contractor is responsible for obtaining a New York State Department of Environmental Conservation Long Island ' Wells Permit and notifying the New York State Department of Environmental Conservation prior to the proposed starting date of any dewatering operations. ' The Contractor shall take all the steps that he considers necessary to familiarize himself with the surface and subsurface site conditions. The Contractor shall obtain the data that is required to analyze the water and soil environment at the site and to assure that the materials and method of construction used for the this work will not erode or deteriorate other areas adjacent to the project. Prior to any excavation, the dewatering system shall be placed into operation to lower the water ' level, as required. Thereafter, the system shall be operated until all items have been satisfactorily constructed, including placement of fill materials, and dewatering is no longer required. The • Contractor shall be solely responsible for the arrangement location and depths of the dewatering ' system necessary to accomplish the work described herein. The dewatering shall: be accomplished in a manner that will prevent the loss of fines, seepage, boils, quick conditions or softening of the foundation strata; will maintain stability of the sides and bottom of the excavation; and will result in tall construction operations being performed in the dry. ' The dewatering system shall be in place and operational in order to maintain the water levels a minimum of 18 inches below excavation levels. The dewatering system shall then be operated, as required, continuously twenty-four hours per day, seven days per week until all structures, pipes, etc. ' have been satisfactorily constructed, including placement of fill materials, and dewatering is no longer required. Structures shall be completed and backfilled or protected from floating prior to discontinuing operation of the dewatering system. The discharge from the dewatering system shall be carried in pipes out of the area of the excavation and properly discharged. Both primary and standby power for the dewatering system shall be provided, including fuel. An emergency plan shall be prepared by the Contractor and submitted to the Owner's Representative prior to any excavation ' work. No separate payment shall be made for this work. The cost of this work shall be included in the unit ' prices bid for the various items in the proposal. The Contractor shall follow and comply with all applicable project permits at no additional cost to the Town. ' REMOVAL OF LEAVES AND OTHER OBJECTIONABLE MATERIAL h=ediately prior to the start of any paving operation (tack coat, bituminous concrete paving ' courses, etc.), the Contractor shall remove all leaves, vegetation, and other objectionable material. No separate payment will be made for this work. The cost of this work shall be included in the prices bid for the associated pavement items. ' Fishers Island Road and 5 GEN ERAL SPECIFICATIONS Stormwater hnpmvemmt Project Cashin Associates, P.C. N 0113.100 1 I OBSERVATION WATER WELLS Suffolk County owned observation water wells may be located within the project area. During construction, the Contractor shall protect and maintain these observation water wells. Any damage to them shall be corrected as directed by the Owner at the Contractor's expense. ' USE OF MUNICIPAL WATER SUPPLY ' The Contractor shall obtain and pay for all permits necessary for the use of municipal water supplies on the project. ' Water tank trucks used on the project for any purpose shall conform in all respects to the requirements of the New York State Sanitary Code which includes requirements for an "Air Gap" backflow prevention device in the filling system. tAll connections to hydrants for construction purposes shall be equipped with a backflow prevention device meeting the approval of the local water district or other governing authority. ASPHALT AND CONCRETE TESTING ' The Contractor shall submit the concrete and asphalt mix designs for the Owner's Representative's review. ' A minimum of one (1) set of three (3) test cylinders shall be provided for testing for each 25 cubic yards of concrete placed. ' It shall be the Contractor's responsibility to provide and coordinate testing services. All costs regarding testing shall be bome by the Contractor unless otherwise specified. The name of the testing lab with telephone number and contact person shall be supplied to the Owner's Representative for approval at or prior to the pre -construction meeting. All details, calling for specific concrete strengths, shall have those requirements met. Additionally each delivery ticket shall include the computer print-out for the specific batch or ' batches of concrete. The computer print-out shall include the moisture content of the aggregates provided. ' All exposed concrete shall be cured with "Tammscure WB 30-D" as manufactured and distributed by Tamms Industries, located in Kirkland, IL, or an approved equal. The compound shall meet the requirements of ASTM C-309 and shall be furnished and applied in strict accordance with the manufacturer's instructions. The rate of application shall be as recommended by the manufacturer. All concrete for use on this contract shall be a minimum 28 day compressive strength of 4,000 psi, ' unless otherwise specified. In the event the 28 -day break cylinder does not meet the specifications, the Contractor will be provided an opportunity to core in-place samples at his expense. All costs, ' including engineering, will be borne by the Contractor whether the cores pass or fail. Fishers Island Road and 6 GENERAL SPECIFICATIONS Stonnwater Improvement Project Cashin Associates, P.C. n 01 13.100 I ' HIGHWAY SIGNS ' During construction, the Contractor shall maintain and/or reposition all highway signs, street name signs and other markers for the continuous information, protection and safety of the public. The Contractor shall remove and replace all highway signs, street name signs and other markers to the ' new lines and grades. If the sign post is in a concrete area, a suitable sleeve shall be provided. All other sign foundations shall match those existing prior to the start of construction. No separate payment shall be made for this work. The cost of this work shall be included in the unit prices bid ' for the various items in the proposal. SCHEDULE ' Before starting any work on this contract, the Contractor shall obtain approval of the Overall Progress Schedule and the Maintenance and Protection of Traffic Plan from the Town. These plans 'and schedules, after being approved, shall not be modified in any way unless resubmitted by the • Contractor and approved by the Town. UTILITY COORDINATION The Contractor must coordinate his schedule of operations with the various involved utility owners ' to avoid disruption to utility services and duplication of work (double utility moves) and shall verify contract document utility information. ' MOBILIZATION AND DEMOBILIZATION Under this work the Contractor shall provide necessary bonds, insurance, and prefmancing and shall set up his necessary general plant, including shops, storage areas, office and such sanitary and other facilities as are required by local or state law or regulation. The Contractor is advised that access to Fishers Island is limited and the Contractor shall adjust his bid accordingly. Such materials as required for mobilization and that are not to be part of the completed contract shall be as determined by the Contractor, except that they shall conform to any pertinent local or State ' Law, regulation or code. The work required to provide the above facilities and service for mobilization shall be done in a safe t and workmanlike manner and shall conform to any pertinent local or State Law, regulation or code. Good housekeeping consistent with safety shall be maintained. No separate payment shall be made for this work. The cost of this work shall be included in the unit prices bid for the various items in ' the proposal. PUNCH LIST ' The Contractor shall complete all punch list items within thirty (30) working days after the final ' inspection (walk through) by the Town, Owner's Representative and Contractor. Fishers Island Road and 7 GENERAL SPECIFICATIONS Stormwater Improvement Project Cashin Associates, P.C. N 0 113. 100 t LJ 1 BASIS OF PAYMENT AND METHOD OF MEASUREMENT 1 The amount bid shall include the furnishing and maintaining of services and facilities noted, to the 1 extent and at the time the Contractor deems them necessary for his operations, consistent with the requirements of this work and the respective contract. The cost of the work, permitting, maintenance, materials, equipment, or procedures referred to in these General Specifications shall be included in 1 the unit prices bid for the various items in the proposal. L 1 1 1 i 1 L 1 I 1 Fishers Island Road and g GENERAL SPECQ7CATIONS Stormwarer Improvement Project Cashin Associates, P.C. # 0113.100 0 I ' ITEM 1 CLEARING AND GRUBBING DESCRIPTION: ' General. This work shall consist of clearing, grubbing, removing and disposing of all trees, brush, stumps, fences, debris and miscellaneous structures not covered under other contract items within the ' construction area and such other areas as specified or directed. The Contractor shall clear such additional areas within the limits of the right-of-way and easement lines as specified and directed by the Owner's Representative. ' No Burning Requirement. No burning will be permitted on or off the contract site. All materials generated by any activity for the development, modification and construction of any transportation 'facilities shall not be burned. This shall include but not be limited to land clearing material and • demolition material. Such material shall hereinafter be referred to as disposable material. ' CONSTRUCTION DETAILS: ' Limits of Work Areas. The Owner's Representative will establish the limits of areas to be cleared and grubbed, to be cleared but not grubbed, or areas, objects or features that are designated to remain ' undisturbed. In general, the work areas shall include the road section, stream channels, ditches, and other areas shown on the contract documents or as specified or directed by the Owner's Representative. The Owner's Representative will designate fences, structures, debris, trees and brush to be cleared where grubbing is not required. Clearing beyond the area of construction shall be done only where specified or directed. Clearing and Grubbing. No trees are to be removed unless specifically directed by the Owner's Representative. Trees within the right-of-way, which are dead, or in a hazardous condition shall be cleared and removed, as ordered by the Owner's Representative. The Contractor shall carefully prune all branches of trees less than 16' above any part of the roadway and all branches, which have been broken or injured during construction. Fresh scars and wounds ' shall be painted with an approved tree paint. Whenever trees are felled or trimmed on/or adjacent to highways, all wood shall be immediately ' removed from the roadway or any area that would present a hazard to traffic. Grubbed stumps shall be moved immediately away from the edge of pavement. ' No trees, tree trunks, stumps or other debris shall be felled, sidecast or placed outside the limits of the road section. ' Fishers Island Road and 1 Item 1 — Clearing and Cm bbing Stormwater Improvement Project Cashin Associates, P.C. # 0113.100 I 1 Where trees or existing stumps are cleared and grubbing is not required, the tree trunk or existing ' stump shall be cut off not more than six (6) inches above the original ground surface unless otherwise specified in the contract documents. Exposed stumps not required to be removed but which are within 30 feet of the edge of pavement or are in a built-up area shall be chipped out to a ' depth of not less than 6" below the finished grade and the holes backfilled as ordered by the Owner's Representative. This work shall be completed within one week after start of work on the tree. ' A. General. All wood, including grubbed stumps, shall be removed from the contract site or otherwise disposed of. ' B. Methods of Disposal of Wood and Brush. All wood and brush shall be disposed of within fifteen (15) days after cutting or felling unless otherwise approved. No burning of land clearing materials that result from the clearing and grubbing operations will be permitted. ' The Contractor will have the following options or combination of options for disposal of this • material: ta. The Contractor shall make every effort to salvage marketable timber as specified in Part I, Section 5 of the Public Works Specifications of the County of Suffolk. ' b. The Contractor may bury disposable material off the right-of-way at locations obtained by him at his own expense. Such locations are to be approved in writing by ' the Owner's Representative, prior to disposal. The disposal work shall be performed in a manner approved by the Owner's Representative. ' C. The Contractor may reduce all woody materials to chips by the use of an approved chipping machine or stump grinder. Chips shall be 1/2 inch maximum thickness or of other approved thicknesses. Chips resulting therefrom may be disposed of by being stockpiled and used as mulch for planting, by distribution on the ground surface in wooded areas within the right-of-way as approved by the Owner's Representative, or by disposal at a location off the contract site satisfactory to the ' Owner's Representative. Under no circumstances is disposal to be made in swamp or wetlands. When the ' disposal area is within the embankment section or is formed by flattening the embankment slopes, the elevation of the normal embankment construction shall always equal or exceed that of the disposal area. There is to be absolutely no end ' dumping of disposable material over the sides of the embankment. All disposal areas are to be finally covered with a minimum of two feet of earth and graded to drain properly. ' C. Protection and Restoration. The Contractor shall comply with the following specification ' requirements of Part 1, Section 5, Public Works Specifications of the County of Suffolk; Preservation of Property, Restoration of Disturbed Areas Outside the Right -of -Way, and Restoration of Disturbed Areas Within the Right -of -Way. ' Fishers Island Road and 2 Item I — Clearing and Grubbing Stormwater Improvement Project Cashin Associates. P.C. k 0113.100 'I 1 II II II II II II It II II II II METHOD OF MEASUREMENT: Payment for Clearing and Grubbing will be made on a lump sum basis for work satisfactorily completed. Monthly payments will be made in proportion to the amount of work done as determined by the Engineer. BASIS OF PAYMENT: Payment will be made at the lump sum contract price to furnish all materials, labor and equipment necessary to satisfactorily complete the work as specified. No separate payment will be made for any excavation, backfill or earth cover necessary to complete the work nor for the work in handling, storing, rehandling and hauling of disposable material within or off the right-of-way. ' Fishers Island Road and Stormwater Improvement Project Cashin Associates, P.C. # 0113.100 3 Item 1 — Clearing and Cmbbing I ' ITEM 2B UNCLASSIFIED EXCAVATION DESCRIPTION: The work under this item shall consist of excavating existing drainage structures and piping to be abandoned, the removal, disposal and replacement of any unsuitable material below grade, any sidewalk noted on the plans for removal only (without replacement), and any unforeseen items 1 required to be removed in order for the work under this contract to be properly installed. MATERIALS: NOT SPECIFIED CONSTRUCTION DETAILS: The Contractor shall perform all work as per the requirements of any and all project permits. • The Contractor may use any type of compaction equipment he deems necessary to obtain the ' specified density required of the subgrade, unless otherwise stated in the contract documents. Drainage and Roadway Maintenance — During construction the roadway shall be maintained in such ' condition that it will be adequately drained at all times. Side ditches emptying from cuts to embankments shall be constructed so as to avoid damage by erosion. The roadway surface in cuts tshall be crowned or superelevated where required to provide runoff to the roadside. Unsuitable Materials — All unsuitable materials below grade shall be excavated and the space filled ' with excess material from operations associated with Item 50OSS Mixed -In -Place Recycled Base Course to a depth of 2 feet below the bottom of the proposed base course. Unsuitable materials are those soils that exhibit characteristics that make them unsuitable for the direct support of the pavement structure, such as organic silt, elastic clays and silts, topsoil, frost susceptible soils, etc. 10 The excavation and disposal of the unsuitable material below the grading plane shall be paid for as part of this excavation item. The Owner's Representative shall designate and specify those materials ' to be removed when encountered. Disposal of Excavated Material — The price bid for this item shall include the removal and disposal of excess material excavated under this Item from the site in a manner acceptable to the Owner's Representative. There will be no payment made under this Item for removal of excess recycled base course material. Payment for the removal of such material is included in the price bid for Item 500SS. The Contractor may, however, use suitable material excavated for fill as needed. Determination of whether a specific material is suitable shall be made by the Owner's Representative. The cost of handling and stockpiling suitable material for reuse shall be included in the price bid for this item. Tolerances — The Contractor shall check the work under this item with templates, slope boards, or ' other devices satisfactory to the Owner's Representative. The completed work shall conform to the plans within the following tolerances: ' Fishers Island Road and 1 Item 2B - Unclassified Excavation Stormwater Improvement Project Cashin Associates, P.C. # 0113.100 For cut slopes back of the ditch line, deviations of one foot measured in a horizontal plane will be permitted. For shoulders and ditches, the horizontal measurements from the center line shall not be less than the plan dimensions and the elevations thereof shall not be higher than specified, but may vary not more than 3/a inches at the pavement edge and 2 inches elsewhere below the established grade. For subgrade, the surface shall vary no more than 3/a inch from a 10 foot straight edge applied ' to the surface, and the actual grade of the subgrade shall not vary more than 1 inch from plan elevation. METHOD OF MEASUREMENT: Payment for unclassified excavation will be on a cubic yard basis for all work satisfactorily I' completed as per the plans and specifications or as ordered by the Owner's Representative. The Contractor shall satisfy him/herself of the existing conditions and the availability of material required. The quantity of excavation to be paid for under this item will be the number of cubic yards of material removed as described previously herein, measured in its original position. BASIS OF PAYMENT: ' The unit price bid per cubic yard for this item shall include the cost of furnishing all labor, tools, materials and equipment necessary to complete the work including the removal, trucking and ' disposal of excavated materials as required under this Item, compaction, dewatering, furnishing water equipment and applying water as needed. ' The price bid shall also include the handling, stockpiling and rehandling including placement and compaction of suitable materials that are reused. There will be no payment made under this Item for removal of excess recycled base course material. 10 The cost of excavation and disposal of the unsuitable material below the grading plane shall be 1 included the price bid for this item. II II II Fishers Island Road and 2 Item 2B — Unclassified Excavation Stormwater Improvement Project Cashin Associates. P.C. a 0113.100 II I ITEM 14PLS-15 SMOOTH INTERIOR CORRUGATED POLYETHYLENE PIPE DESCRIPTION: t The work shall consist of furnishing and installing smooth interior corrugated polyethylene pipe and fittings for drainage in accordance with this specification and in conformity with the lines, grades and sections shown on the plans or as directed by the Owner's Representative. MATERIALS: ' The smooth lined corrugated polyethylene pipe shall conform to the requirements of AASHTO Designation: M 294-86. The pipe also must exceed the minimum engineering property values as specified in Section 18 of the AASHTO Standard Specifications for Highway Bridges. Pipe ' diameters are presented in the following tabulation: Pipe Diameters PE Corrugated Pines li I.D. O.D. (in.) in.l ((approx.) 10 11.4 ' 12 14.0 15 17.7 18 21.1 ' 24 27.5 30 34.1 36 41.0 BASIS OF ACCEPTANCE: The pipe shall be Advanced Drainage Systems (ADS) N-12 or approved equal. The contractor shall supply manufacturer's certification of compliance with these requirements. CONSTRUCTION DETAILS: All pipe shall be laid true to line and grade and shall have a full, dry, firm and even bearing. Pipe laying shall begin at the down -grade end and progress in the up -grade direction. ' Bedding, filling and backfilling shall be in accordance with "m. Filling and Backfilling at Structures, Culverts and Pipes" of Section 8b. - Excavation of the General Specifications of Suffolk County. ' Fishes Island Road and 1 Item 14PIS -15 Stormwater Improvement Project Smoodt Interim Conrugated Polyethylene Pipe Cashin Associates, P.C. # 0113.100 1 ' If pipe to be installed under this item is to be connected to an existing drainage structure, the Contractor shall cut a hole in the masonry at the proper grade and of appropriate size to receive the new connecting pipe. Reinforcing when encountered shall be cut back only as required to provide a proper bond for the new patch material. The pipe shall be set to required grade and the masonry wall shall be replaced, repaired and patched as required to provide a secure and waterproof ' connection. Ends of the pipe projecting into the structure shall be neatly cut off and trimmed flush with the inside face of the structure. ' When pipe to be installed under this item is connected to a proposed drainage structure, the connection shall be performed in accordance with the construction details and specifications for that structure. Movement of construction equipment and all other vehicles and loads over and adjacent to any pipe shall be done at the Contractor's risk. Any pipe, which in the judgment of the Owner's 'Representative is damaged or disturbed through any cause, shall be replaced as directed by the • Owner's Representative, at the expense of the Contractor and at no cost to the Town. ' Joints shall be made with self locking cleats, gasketed, and of integral bell design. Unless otherwise shown on the plans or directed by the Engineer, polyethylene pipe shall be installed with a ' minimum of 1.5 feet of cover. ' METHOD OF MEASUREMENT: This work will be measured as the number of Linear Feet of pipe installed (Laying Length). The price bid shall include the cost of all labor, equipment and materials necessary to complete the work. BASIS OF PAYMENT: The unit price per linear foot shall include the cost of famishing all labor, materials, and equipment ' necessary to complete the work including fittings, excavation, grading, temporary sheet piling, dewatering, granular fill, gravel, backfill, and cost of water for compaction. ' The cost of connecting proposed pipe to existing drainage structures, including all cutting, notching and patching, shall be included in the unit price bid for this item. ' The cost of connecting proposed pipe to proposed drainage structures shall be included in the unit price bid for that structure. ' Fishers Island Road and 2 Item 14PLS -IS Stonnwater Improvement Project Smooth Interior Conugated Polyethytme Pipe Cashin Associates, P.C. %0113.100 1 ITEM 14PLS-S-15 SMOOTH INTERIOR SLOTTED CORRUGATED POLYETHYLENE PIPE ' DESCRIPTION: The work shall consist of furnishing and installing smooth interior slotted corrugated polyethylene ' pipe and fittings for drainage in accordance with this specification and in conformity with the lines, grades and sections shown on the plans or as directed by the Owner's Representative. MATERIALS: ' The slotted corrugated polyethylene pipe (smooth interior) shall meet AASHTO M294 minimum requirements. The pipe shall be Type ADS N-12 as manufactured by Advanced Drainage Systems, Inc., or an approved equal. ' The stone backfill shall consist of well -graded durable stone blend consisting of an average size • stone of two (2) inches. The stone material must be approved by the Owner's Representative prior ' to delivery to the site. The filter fabric shall be a nonwoven geotextile Synthetic Industries 701 as manufactured by ' Synthetic Industries (800 621-0444), or approved equal. The Contractor shall supply manufacturer's certification of compliance with these requirements to ' the Owner's Representative. CONSTRUCTION DETAILS: ' The provisions of Construction Details for Item 14PLS-15 Smooth Interior Corrugated Polyethylene Pipe shall apply for the installation of this pipe. Joints shall be made with self locking cleats, gasketed, and of integral bell design. Unless otherwise shown on the plans or directed by the Engineer, polyethylene pipe shall be installed with a minimum of 1.5 feet of cover. ' Excavation for and placement of the geotextile material will be accomplished prior to the installation of the gravel. Care shall be taken so that no holes or tears develop in the geotextile. Any damage to the pipe or geotextile fabric shall be repaired by the Contractor to the satisfaction of ' the Owner's Representative at no additional cost to the Town. METHOD OF MEASUREMENT: ' This work will be measured as the number of Linear Feet of pipe installed (Laying Length). The price bid shall include the cost of all labor, equipment and materials necessary to complete the ' work. Fishers Island Road and 1 Item I4PLS-S-15 Stormwater Improvement Project Smooth Interior Slotted Corrugated Polyethylene Pipe Cashin Associates, P.C. 4 0113.100 I BASIS OF PAYMENT: The unit price per linear foot shall include the cost of furnishing all labor, materials, and equipment necessary to complete the work including geotextile filter fabric, fittings, excavation, grading, temporary sheet piling, dewatering, granular fill, gravel, stone backfill, and cost of water for compaction. The cost of connecting proposed pipe to existing drainage structures, including all cutting, notching and patching, shall be included in the unit price bid for this item. The cost of connecting proposed pipe to proposed drainage structures shall be included in the unit price bid for that structure. ' Fishers Island Road and Storrawater Improvement Project Castro Associates, P.C. # 0113.100 P 2 Item 14PIS-S-15 Smooth Interior Slotted Corrugated Polyethylene Pipe I I H 16 LI L J' ITEM 51FX ASPHALT CONCRETE TOP AND BINDER COURSES All provisions of the Suffolk County Public Works Specification of Item 51F, Asphalt Concrete - Type lA shall apply except as modified as follows: DESCRIPTION: Under this item, the Contractor shall construct a two course, hot, plant -mixed bituminous concrete pavement. It shall be laid on a prepared surface in accordance with these specifications and in conformity with the required lines, grades, thicknesses, and typical sections shown on the plans and/or as ordered by the Owner's Representative. MATERIALS: The materials shall meet the requirements specified under "Materials" in Part II, Section 8, Bituminous Concrete of the Suffolk County Department of Public Works Specifications, except that the binder course bituminous material shall meet the requirements of ASTM Designation: D 3381- 81 Viscosity Grade AC -20. All materials used in the binder course mix including the bituminous material shall be proportioned as specified under the following table "Composition of Mixture": COMPOSITION OF MIXTURE SCREEN SIZES GENERAL LIMITS JOB MIX PERCENT PASSING TOLERANCE 1 Yz" 100 1" 95-100 Yz" 70-90 +6 1/4" 48-74 ±7 1/81, 32-62 ±7 No. 20 15-39 +7 No. 40 8-27 +7 No. 80 4-16 +4 No. 200 2-8 +2 Asphalt Cement, % 4.5-6.5 +0.4 Mixing and Placing Temperature Range OF 250-325 Description and Typical Uses Dense intermediate coarse with relatively low permeability Notes: 1. All aggregate percentages are based on the total weight of the aggregate. The asphalt content is based on the total weight of the mix. Fishers Island Road and Stormwater Improvement Project Cashin Associates. P.C. # 0113.100 Item 51 FX Asphalt Conaete Top and Binder Courses ' 2. The asphalt cement shall be introduced into the pugmill at a temperature compatible with that of the aggregate between the limits of 225°F and 350°F. 3. Coarse aggregate used in top courses shall be from approved sources and shall meet the following requirements: ' a. Coarse aggregates shall be crushed sandstone, granite, chert, trap rock, ore tailings, slag, hardheads or gravel (where permitted), or blends of two or more of these ' materials. b. Where coarse aggregates are from more than one source or of more than one type of material, they shall be proportioned and blended to provide a uniform mixture. Alternately, the bituminous materials for this Item shall meet the requirements specified under Section M.04 `Bituminous Concrete Materials" in Division III Materials Section of the Standard 'Specifications for Roads, Bridges, and Incidental Construction Form 816 of the State of Connecticut • Department of Transportation (ConnDOT), latest addenda. ' CONSTRUCTION DETAILS: 1. No paving shall be placed when the air temperature in the shade is less than 45°F. ' 2. Preparation of Surface: Prior to placing the binder course, any defective areas of subbase ' shall be repaired as directed by the Owner's Representative. Before any asphalt paving is placed, the surface shall be thoroughly swept and cleaned of all dirt, loose and foreign matter and be free from standing water. ' 3. In accordance with Item 71-T, Asphalt Tack Coat, prepare and treat the binder course prior to placing the top course. 4. The surface mixture shall be brought to the site in covered trucks so as to maintain a minimum temperature at time of placing of not less than 275°F. It shall be deposited and ' spread by means of an approved mechanical spreader to a depth, which after final compaction, shall be of the required minimum thickness. No walking will be permitted on the surface mixture during the laying operations. 5. The surface mixture shall be rolled immediately after placing or as soon as practicable without causing displacement. Rolling shall proceed continuously at the rate not to exceed 400 sq. yds. per hour per roller. Rolling shall be done utilizing a "break down" roller and a "finishing" roller both of sufficient weight so that at completion the surface shall be fully compacted and smooth, free from all depressions, waves, bunches and unevenness. The laying and rolling operations shall be planned so as to provide nearly a continuous operation as possible and to allow the roller to pass over the unprotected end of the freshly laid asphalt. Placing asphalt next to cold joints will not be permitted. The Contractor shall, when directed by the Owner's Representative, cutback or heat joints with infrared heaters to ensure proper bond between paving passes. ' Fishers Island Road and 2 Item 51 FX Stormwater Improvement Project Asphalt Concrete Top and Binder Courses Cashin Associates, P.C. It 0113.100 I 6. All paving that is defective in composition, density, grade (irregular by more than 1/a inch when measured with a 10 foot straight edge) or does not otherwise comply with the plans and specifications, shall be removed by the Contractor and relaid at no additional expense to the Town. :METHOD OF MEASUREMENT: The quantity to be paid for under this item shall be the number of tons of compacted material satisfactorily placed and incorporated in the completed work in accordance with the Plans, Specifications and/or as ordered by the Owner's Representative. ' BASIS OF PAYMENT: 'The unit price bid per ton for this item shall include all labor, materials, tools and equipment and • incidentals required for the completion of work. The cost of preparing and treating the asphalt binder course with asphalt tack cost shall be paid for under Item 71-T Asphalt Tack Coat. The quantity to be paid for under this item shall be the actual number of tons, placed and compacted ' in accordance with the specifications to the average thickness specified in the proposal over the designated areas shown on the plans and directed and accepted by the Owner's Representative. The Contractor will provide all trucks delivering material with extra duplicate quantity tickets, tapes, or ' other recorded data, which are to be turned over the Owner's Representative at the time of delivery. The Owner's Representative shall sign and date the tickets for all material delivered under this item. The Contractor and Owner's Representative shall each retain a signed copy. Payment under this item will be based on the lower tonnage quantity determined from a comparison of ticket totals to a computation of the paved area involved using a yield factor of 17 square yards per 1" thickness per ton of asphaltic material. ' Fishers Island Road and 3 hem 51 FX Stcrmwater Improvement Project Asphalt Concrete Top and Binder Courses es Associates, P.C. # 0 113. 100 I 1 I 1 ITEM 71-T ASPHALT TACK COAT DESCRIPTION: Under this item, the Contractor shall sweep free of all foreign matter, with a mechanical sweeper, the surface to be treated. The prepared surface shall be treated with an asphalt tack coat as hereinafter specified. Traffic shall be excluded from the treated area to prevent loss of tack. All materials and methods of construction shall conform to the requirements of these specifications. MATERIALS: ' The asphaltic material for tack shall be free from water and shall be RC -70 or RC -250, meeting the • requirements for Specification for "Liquid Asphalt — Rapid Curing Type" ASTM Designation D2170 and D402 as currently revised, or RS -2 meeting the requirements for "Emulsified Asphalts" ASTM Designation D244 as currently revised. CONSTRUCTION DETAILS: Pressure Distributor: ' The pressure distributor used for applying asphaltic material shall be equipped with pneumatic tires and shall be so designed and operated as to distribute the asphaltic material in a uniform spray ' without atomization, in the amounts and between the limits of temperature specified. It shall be equipped with a fifth wheel speed tachometer registering feet per minute and so located to be visible to the truck driver to enable him to maintain the constant speed required or application at the specified rate. The pump shall be operated by a separate power unit or by truck power unit. It shall be equipped with a meter registering gallons per minute passing thru the nozzles and readily visible go to the operator. Suitable means for indicating at all times, the temperature of the asphaltic material shall be provided. The distributor shall be so designed that the normal width of application shall be not less than 8 feet with provision for the application of lesser or greater widths when necessary. If provided with heating attachments, the distributor shall be so equipped and operated that the ' asphaltic material shall be circulated or agitated throughout the entire heating process. Application of Tack Coat: ' The prepared road surface shall be tacked with the type of asphalt specified or ordered by the Owner's Representative. It shall be applied uniformly as directed by the Owner's Representative, at the rate of from 0.10 to 0.25 gallons per square yard at application temperature from 1000F to 1750F. It shall be applied only when the surface is clean and dry or slightly damp and, unless otherwise permitted, when the surface temperature is not less than 45T. The asphaltic tack coat shall be applied for the full width between gutters or curbs by means of the pressure distributor at a Fishers Island Road and 1 Item 71-T - Asphalt Tack Coat Stormwater Improvement Project Cashin Associates, P.C. p 0 113. 100 ' temperature falling within the specified range. ' MEASUREMENT AND PAYMENT: Measurement: The quantity to be paid for under this Item shall be the number of square yards ' measured in place of surface treated with the asphalt tack coat described herein in accordance with the Plans, Specifications and/or as ordered by the Owner's Representative. Payment: Payment of the unit price bid for this Item shall constitute full compensation for furnishing, hauling, depositing, spreading of asphalt tack coat, including the proper preparation of surface (sweeping) and furnishing of all labor, materials, equipment, tools and incidentals necessary to complete this Item. I I ' Fishers Island Road and Stormwater Improvement Project Cashin Associates, P.C. # 0113.100 2 Item 71-T - Asphalt Tack Coat ' ITEM 76 MAINTENANCE AND PROTECTION OF TRAFFIC DESCRIPTION: ' Under this item the Contractor shall maintain traffic and protect the public from damage to person and property within the limits of and for the duration of the Contract. Traffic shall be maintained over a reasonably smooth traveled way which shall be so marked by signs, delineation and/or other methods that a person who has no knowledge of conditions can safely, and with a minimum of discomfort and inconvenience, ride, drive or walk over all or any portion of the roadway under construction where traffic is to be maintained. ' The Contractor will be required to submit to the Owner's Representative for approval, his plans for the maintenance of traffic under this contract prior to the start of actual construction. This plan, after being submitted and approved, shall not be modified in any way unless so approved in writing by the • Owner's Representative. The Contractor will not be permitted to detour traffic through adjacent side streets unless specific written approval is issued by the Owner's Representative. ' The Contractor shall notify the Fire Department and the Police Department having jurisdiction of any street closing at least twenty-four (24) hours before the closure occurs. ' The Contractor is placed on notice that the Maintenance and Protection of traffic in the project area 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 operations in a manner to ensure the safety of not only the motorist but also the pedestrian and his own employees. The Contractor shall provide protection from damage to person and property by reason of any construction operation (for example - painting, paving, tree work, demolition, etc.), but such protective screens, devices or methods must be approved by the Owner's Representative. 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 roadway elements, both previously ' existing and new. Responsibility for physical maintenance of the roadway or contract site called for in the proposal shall begin on the day that work on any element of the contract (including any preparatory work or moving of equipment on or to the site) is started and shall continue until the date of acceptance of the ' project. He shall not be responsible for the plowing of snow or the control of ice on the pavement, or on the travel way, as the case may be. Fishers Island Road and Item 76 Stoanwater Improvement Project Maintenance and Protectionof Traffic Cashin Associates. P.C. # 0113.100 1 MATERIALS: ' All materials used shall comply with the requirements for the various items or materials as established in these specifications or on the plans. Existing pavements shall be kept in repair by using temporary asphalt as specified under Item 51 -TAP. Earth or gravel travel ways shall be repaired and maintained by the use of the basic material or other suitable material approved by the Owner's Representative. The Contractor may at his own expense and, if approved by the Owner's ' Representative, utilize a stabilizing agent in the material used for maintaining or patching gravel or earth travel ways. All temporary signs, delineators and other warning and guiding devices shall be as specified in the National Manual of Uniform Traffic Control Devices (MUTCD) with New York ' State Supplement or as approved by the Owner's Representative and will remain the property of the Contractor. CONSTRUCTION DETAILS: 1. The travel way 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. The . Contractor shall conduct his operations to ensure a minimum of delay to traffic. The necessary equipment and personnel to attain and maintain a satisfactory riding surface shall be available and used as needed at all times, both when the work is under way and when the work may be temporarily suspended for any period of time. Special attention shall be given ' to maintenance of a satisfactory travel way over weekends, holidays, and during the winter season if applicable. 2. Whenever dusty conditions resulting from the Contractor's operations occur, they shall be ' corrected by the use of calcium chloride and/or water as directed by the Owner's Representative. No separate payment will be made for applying calcium chloride and/or ' water. 3. The Contractor shall also provide a sufficient number of competent flagmen as needed in 10 areas where traffic is congested, particularly where construction equipment is operating. 4. The Contractor at his own expense shall repair any damage to any portion of the work ' occasioned by lack of adequate maintenance. 5. The Contractor shall provide and maintain at all times a safe and adequate ingress and egress to and from intersecting roadways, homes, businesses and commercial establishments at existing or at new access points, consistent with the work, unless otherwise authorized by the Owner's Representative. The Contractor will not be responsible for snow removal from driveways or entrances. 6. The Contractor shall assume financial responsibility for towing, and other related costs ' arising from private or municipal vehicles becoming immobilized on incomplete areas of this Contract. ' 7. The Contractor shall be required to construct temporary bridges or bridging where called for or as directed across pipe trenches, excavations, obstructions and newly laid pavement to Fishers Island Road and Item 76 Project Maintenance and Pmtionof Tmffic stormwater improvement Cashin Associates, P.C. # 0 113. 100 2 provide access to private or commercial driveways adjacent to the work, and for pedestrian or vehicular use at main street intersections and heavily traveled crossings if traffic cannot be otherwise detoured or rerouted, or if found advisable by the Owner's Representative. 8. The Contractor shall perform curb and driveway construction on one side of the road at a time. Only upon completing one side with both curb and driveways, including cleaning up piles of dirt and other spoil along the edge of the roadway, shall the Contractor start construction on the other side. ' 9. After the installation of all pipes and necessary appurtenances related thereto, the Contractor shall immediately backfill all trenches, compact same, grade off the surface of the fill, and 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 slow -downs, until permanent pavement has ' been constructed. • 10. The Contractor shall furnish material, labor and equipment at any time, day or night, when necessary, to immediately correct, remedy and prevent washouts, formation of holes, ruts and depressions, sunken trenches, or the destruction or sinking of temporary pavements and to make the areas so affected immediately safe and passable for all traffic. This shall be done ' with and/or without notification to the Contractor as to dangerous or impassable conditions that develop. 11. In case of traffic being diverted from the accustomed traveled way onto the road shoulder, or onto an area not immediately affected by the actual construction work, occasioned by the location of a trench, excavation, or materials or equipment, should the shoulder or areas so affected thereby become rutted, pot -holed or destroyed, the Contractor shall immediately proceed to grade, repair and stabilize these areas, as necessary, to satisfactorily carry the traffic. After completion of the work, the shoulders or areas outside of the project so affected shall be restored to a condition equal to the original condition. This shall apply equally as well to those pavements or any detours or designated areas over which traffic was temporarily routed. ' 12. Temporary striping shall be placed on any final pavement course as directed by the Owner's Representative if such pavement is utilized to maintain traffic. 13. The Contractor shall furnish and erect adequately and legally, as required and as directed by the Owner's Representative, reflectorized signs for the information of the motorist with respect to the status of the construction work. Item 76 Maintenance and Protectionof Traffic Fishers Island Road and Stormwater Improvement Project Cashm Associates, P.C. R 0113.100 Item 76 Maintenance and Protectionof Traffic 14. All signs shall be kept clean, mounted at the appropriate height, and so placed as to be ' effective both day and night. Signs, warnings, delineators, temporary striping and barricades shall be used to adequately inform the motorist of any unusual or unsafe condition and to safely and clearly guide the motorist through the contract area. Such ' signs, warnings, temporary striping or devices shall be in accordance with the National Manual of Uniform Traffic Control Devices (MUTCD) with New York State Supplement and shall be so placed as to give timely warning and permit the motorist to take the ' necessary action to traverse the area safely. 15. 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. 16. On postal routes, the Contractor shall maintain mail delivery at all times during construction. The Contractor should not move any mailbox which contains mail. He will advise the owner to remove such mail before he moves the box. ' METHOD OF MEASUREMENT: ,• The work of maintenance and protection of traffic shall be paid for on a lump sum basis. In the event that, in the judgment of the Owner's Representative, traffic is not maintained adequately and/or safely in any area of the project site, at any time, no payment for maintenance and protection of ' traffic will be made for that day. The amount of such daily non-payment will be determined by dividing the lump sum amount bid for this item by the number of calendar days between the date of award and the date of completion as designated in the proposal. In the event that an extension of time is granted as provided for elsewhere in the Contract Documents, the amount of daily non- payment will be recomputed at the discretion of the Owner's Representative only. ' If the Contractor fails to maintain and protect traffic adequately and safely for a period of 24 hours, the Owner's Representative may correct the adverse conditions through the use of Town forces, augmented if necessary by such other equipment and personnel as may be necessary, and the entire cost of this work by such forces shall be deducted from any monies due the Contractor on this contract. Such deductions shall be in addition to the daily non-payment deductions listed above. ' BASIS OF PAYMENT: ' Maintenance and protection of traffic shall be paid for based on the lump sum price bid for this item, less any deductions for unsatisfactory performance as determined under Method of Measurement. The price bid shall include the cost of furnishing all labor, materials and equipment necessary to satisfactorily complete the work. The cost of providing temporary asphalt pavement shall be paid under this Item. ' Fishers Island Road and Stormwater Improvement Project Cashm Associates. P.C. # 0113.100 Item 76 Maintenance and Protectionof Traffic I ITEM 80-X tSTONE SWALE DESCRIPTION: Under this item the Contractor shall furnish and construct a stone swale as shown on the plans or as ordered by the Owner's Representative. MATERIALS: The stone Swale and stone backfill shall consist of well -graded durable stone blend consisting of an average size stone of two (2) inches. The stone material must be approved by the Owner's ' Representative prior to delivery to the site. The erosion control mat shall be composed of biodegradable wood or coconut fiber surrounded by ' biodegradable netting, and shall be anchored in place with biodegradable staples or stakes. The manufacturer and product shall be selected from the New York State Department of Transportation approved materials list, and is subject to the approval of the Owner's Representative. The filter fabric shall be a nonwoven geotextile Synthetic Industries 701 as manufactured by Synthetic Industries (800 621-0444), or approved equal. ' The Contractor shall be responsible for the protection of the erosion control mat and filter fabric rolls against damage during transport to the site, during storage at the site, and prior to placement of ' subsequent construction materials. Any damaged material, as determined by the Engineer, shall be replaced by the Contractor at no cost to the Owner. ' SUBMITTALS The Contractor shall submit to the Owner's Representative, for approval, samples of stone specified prior to delivery of the material to the site. The sample size shall fit into a container be no larger than a five gallon bucket. The Contractor shall submit catalog cuts for the filter fabric to the Owner's Representative, for ' approval, prior to ordering or installing filter fabric. CONSTRUCTION DETAILS: ' Stone shall be placed in a manner that will produce a reasonable well -graded mass of stone with smaller stone fragments filling the space between the larger ones, so as to result in the minimum ' practicable percentage of voids. The final section of stone filling shall be in conformance with the lines, grades, and thicknesses shown on the plans. Stone shall be placed to its full course thickness in one operation, unless otherwise directed by the Engineer. The stone shall be so placed and ' distributed that there will be no pockets of uniform size material. ' Fishers Island Road and Item 80-X - Stone Swale Stormwater Improvement Project Cashin Associates, P.C. # 0113.100 The desired distribution of the various sizes of stone throughout the mass shall be obtained by selective loading of the material at the quarry or other source; by controlled dumping of successive loads during final placing; or by other methods of placement which will produce the specified results. Rearranging of individual stones by mechanical equipment or by hand will be required to the extent necessary to secure the specified results. The stone shall be placed and spread to avoid damage to the fabric. Any damaged material, as determined by the Engineer, shall be replaced by the Contractor at no cost to the Owner. ' An erosion control mat shall be installed perpendicular to the contours of the prepared slope after seeding. The high side of the mat shall be turned down and buried to a depth of 6 inches with the soil firmly tamped against it. The mats shall be placed so that all edges have a minimum overlap of 6 inches. The mat shall be secured to the ground using biodegradable stakes or staples according to the manufacturer's installation instructions. After placement of the mat, the slopes shall be seeded again. METHOD OF MEASUREMENT AND BASIS OF PAYMENT: ' The quantity of stone Swale paid for under this item will be the number of square yards, measured planimetrically in the final position, constructed to the depth, lines, grades, and limits as shown on the plans and/or as directed by the Owner's Representative. ' The unit price bid per square yard shall include the cost of furnishing all labor, materials including gravel, backfill and geotextile (filter fabric), erosion control mat, and equipment necessary to complete the work, including excavation, dewatering, compaction, grading and backfilling. I 1 Fishers Island Road and Item 80-X — Stone Swale Stmmwater Improvement Project Cashin Associates, P.C. N 0113.100 r J ITEM 97 CEMENT CONCRETE CURB 1 DESCRIPTION: ' A. This item shall consist of cast -in-place concrete curb constructed in accordance with these specifications at the locations and to the dimensions, lines and grades shown on the plans or as ordered by the Owner's Representative. ' B. The Contractor shall prevent damage to the pipes, conduits, and other underground structures and all land monuments and property markers until an authorized agent has witnessed or otherwise ' referenced their location and shall not remove or disturb them until directed by the Owner's Representative. MATERIALS: A. General: The concrete shall be composed of coarse aggregate, fine aggregate, Portland cement, Type II A or Type III A, and water. B. Individual Materials: Each ingredient shall conform to the requirements of "Materials of ' Construction, General Specifications, Non -Metallic Materials" except as modified or supplemented in this specification or the special provisions. ' 1. Cement: The cement shall conform to the requirements of the "Standard Specifications for Portland Cement, ASTM Designation: C-150", as currently revised, and/or "Standard ' Specifications for Air -Entraining Additions" ASTM Designation C-226, as currently revised. 2. Aggregates: The aggregates shall be non -reacting broken stone (maximum size 1") or screened gravel (maximum size 1"), and fine (washed) aggregate all conforming to "Specifications for Concrete Aggregates" ASTM Designation: C-33, as currently revised. ' 3. Water: The water for mixing and for washing aggregates shall be completely free of organic acids, alkalis and oil. The water shall be potable and the quality shall meet the requirements ' of AASHTO Designation T-26 as currently revised. 4. Curing Compound: The membrane curing compound shall be clear or translucent compound ' containing a fugitive dye readily distinguishable on the concrete surface for at least 4 hours. The compound shall comply with the requirements of the "Standard Specifications for Liquid Membrane Forming Compounds for Curing Concrete", ASTM Designation: C-309, as currently revised. 5. Joint Filler: The expansion joint material shall be preformed non -extruding bituminous fiber conforming to the requirements of "Standard Test Methods for Preformed Expansion Joint Fillers" ASTM Designation: D-545 and Standard Specification for Preformed Expansion Fisher's Island Road and I Item 97 — Cement Concrete Curb Stomwater hnprovemem Project Cashin Associates, P.C. # 0113.100 L�� I Joint Filler" ASTM Designation: D-994, both as currently revised. ' 6. Admixtures: Admixtures, when permitted or ordered, shall conform to "Specifications for Chemical Admixture for Concrete" ASTM Designation: C-494, as currently revised. ' C. Mixture Requirements: 1. Cement: The minimum cement factor shall be 7 sacks per cubic yard. ' 2. Water: The maximum permissible water -cement rate shall be 5 gallons per sack of cement. I3. Air: The average air content shall be 5%. The fine aggregate or sand content shall be reduced accordingly in order to provide the required air content. '4. Slump: The slump of the concrete shall not exceed 4 inches when tested in accordance with ASTM Designation: C-143. Batches or transit mixed concrete showing more than this • slump will be rejected and the Contractor shall have no claim against the Town for such ' rejection or for waiting time involved in making the test. The slump specified above is the maximum limit; no tolerance above this limit will be permitted. ' S. Design: The mixture shall be designed in accordance with the "A.C.I. Standard Practice for Selecting Proportions for Concrete" A.C.I. Designation: 211. 1, as currently revised. tD. Sampling and Testing ' 1. Sampling and testing shall be done in conformance with "Method of Making and Curing Concrete Compression and Flexure Test Specimens in the Laboratory" ASTM Designation: C-192 with current revisions thereto, and "Test for Compressive Strength of Molded Concrete Cylinders" ASTM Designation: C-39, as currently revised. The cost of sampling and testing the concrete shall be borne by the Contractor. The Contractor shall provide any assistance required for the taking and storing of cylinders. 2. Tests of the concrete by the Owner's Representative on random batches shall be permitted by the Contractor. At least one test of at least three cylinders for testing at 28 days and one tcylinder for testing at 7 days shall be obtained. 3. The concrete shall show an average strength in compression of 4000 p.s.i., when sampled, cured and tested at 28 days in accordance with the preceding specifications. To conform to this average strength, the following requirements shall be met: a. The average of the three 28 -day tests shall be a minimum of 3650 p.s.i. b. All three tests below 4000 p.s.i., shall constitute failure to meet the specifications and ' shall be sufficient basis to reject the areas containing concrete delivered on that day. ' Fishers Island Road and 2 Item 97 —Cement Concrete Curb Storrnwater Improvement Project Cashin Associates, P.C. N 0 113. 100 F L E. Alternate Strength Tests: Where there is a question as to the quality of concrete because of strength test failures, approval may be given to the Contractor to institute strength tests to verify ' or disprove the results. The test and the basis of acceptance (or rejection) of the quality of the concrete by these alternate tests shall be agreed upon by the Owner's Representative and the Contractor where such approval is granted. ' F. Trial Mixes: The Contractor shall note that if the strength requirements cannot be met by the screened gravel, he will be required to show strength tests on trial mixes from a reliable ' independent laboratory sufficient to establish average strength that can be used to guide the Owner's Representative in determining the quality of the concrete. These tests shall be made using the cement content, slump and water cement ratio specified herein. This information must ' be presented to the Owner's Representative before concrete work begins. CONSTRUCTION DETAILS: '• Excavation and Fill: A. Excavation or fill shall be made to the required subgrade elevation, and subgrade or base upon which the curb is to be set shall be thoroughly compacted with a mechanical tamper or vibratory ' compactor. B. Existing stone, concrete block, brick or other curb; asphalt pavement, walk, or other materials in ' the line of the proposed curb shall be removed under this Item. (Stone curb which is the property of the adjacent property owner, if requested, shall be left in a neat stock -pile for the use of the owner). All curb, block, brick, pavement or other materials excavated and unsuitable for backfill ' shall be disposed of by the Contractor, at his expense, beyond the contract limits in a manner acceptable to the Owner's Representative. C. Should the Contractor over excavate or where grades require that the curb be placed on fill, the fill shall be placed in layers not to exceed 4 inches loose depth and shall be thoroughly compacted with a mechanical tamper or vibratory compactor. D. The cost of compaction and all excavation or fill required to set the curb to the correct alignment shall be included in the unit price bid for Item 97. ' E. The Contractor shall perform the curb construction on one side of the road at a time. Only upon completing one side, including cleaning up piles of dirt and other spoil along the edge of the ' roadway shall the Contractor be permitted to start construction on the other side. Forms: ' A. All forms shall be set true to line and grade and held rigidly in position. They shall be either of ' metal or of acceptable planed and matched lumber and of such construction that a smooth even surface will be provided. The forms shall be left in place until the concrete has set sufficiently so that in the opinion of the Owner's Representative, they may be removed without cracking, ' Fishers Island Road and 3 ]tem 97 - Cement Comers Curb Stonnwater Improvement Project Cashin Associates. P.C. # 0111100 I ' shattering or otherwise injuring the concrete. The depth of the forms shall be equal to the full depth of the curb and conform to the dimensions of the curb. The Owner's Representative reserves the right to reject any forms that would produce a curb of inferior quality or appearance. The forms shall be thoroughly cleaned and oiled before placing of concrete. ' B. Immediately upon removal of face forms, the curbing shall be rubbed down to a smooth and uniform surface. No plastering will be allowed. For this work a competent and skillful finisher shall be employed. The top of the curb shall be finished off to an even surface and the outer comers rounded as shown on the plans or in the details. C. Immediately after stripping the rear forms, drop curbs shall be backfilled and ramped over with dirt to provide access to the driveway. Payment for this work shall be included in the unit price bid for Item 97. 'D. Immediately after removal of the rear form, the curb will be backfilled to within 6 inches of the top of the curb or as directed by the Engineer. The cost of backfilling shall be included in the • unit price bid for Item 97. ' E. The elevation of the top of the finished curb at the rear shall be 1/4 inch higher than the elevation ' of the top of the finished curb at the face. F. All drop curbs shall be accurately cut as shown on the plans with extreme care being used to obtain the proper depth of cut. G. Sufficient forms shall be on the site of the work for a 1 -day continuous pouring operation. ' Expansion Joints: A. Expansion joints shall be 1/2 inch wide or as shown on the plans, and shall be spaced 20 feet apart on straight runs and flat curves. Expansion joints shall also be placed at the beginning and end of all sharp curves and on both sides of drop curbs. B. Expansion joint material shall be cut to the exact cross-section of the curb but it shall be set back 1/4 inch from the front and top faces of the curb. tPlacing Concrete: ' A. Concrete shall be placed only on moist, well compacted subgrade. The subgrade shall not be muddy, soft or frozen when the concrete is placed. The concrete shall be placed in the forms and in order to secure a smooth, even surface on the face of the curb, concrete spades shall be used to ' work the coarser aggregate back and allow mortar and fine particles to occupy the space adjacent to the form. The concrete shall be compacted by approved means. tB. The slump of the concrete shall not be greater than 4 inches. ' Fishers Island Road and Storrnwater Improvement Project Cashin Associates, P.C. # 0113.100 4 Item 97 — Cement Conaete Curb II ' C. Concrete shall not be placed when the temperature is below 35 degrees F. except under conditions approved by the Owner's Representative. Adverse Weather Requirements: ' A. The requirements of "Recommended Practice for Hot Weather Concreting" ACI Designation: 305 current revision and "Recommended Practice for Winter Concreting" ACI Designation: 306 as currently revised, shall govern all adverse weather concreting and its protection. ' B. Admixtures shall be used to modify the rate of hardening of the mixtures for the conditions listed below: 1. Ambient temperature above 90 degrees F and relative humidity below 70% - rate of hardening shall be retarded. '• 2. Ambient temperature below 50 degree F, - rate of hardening shall be accelerated. Curing and Protection: A. Curing shall be done by means of the membrane curing compound specified in the materials section of this item. This compound shall be applied at the rate recommended by the manufacturer immediately upon completion of the finishing operation on the face and top and ' immediately upon stripping the rear forms. The Contractor shall submit manufacturer's literature to the Owner's Representative for approval of the compound. B. The Contractor shall protect the curbing and keep it in first class condition until the completion of the work. Any curbing which is damaged at any time prior to the final acceptance of the work shall be removed and replaced with satisfactory curbing at the Contractor's expense. MEASUREMENT: t The quantity to be paid for under this item shall be the number of linear feet of concrete curb measured in place and accepted by the Owner's Representative in accordance with the specifications and drawings. BASIS OF PAYMENT: Payment at the unit price bid per linear foot for this Item shall constitute full compensation for furnishing and preparation of all materials, including all joints, joint filler, dowels and reinforcing, if required in the construction drawings or special provisions; placing, finishing, curing, protection, fill, all necessary excavation; access bridges and barricades; all labor, tools, incidentals and testing necessary to complete these items. ' Fishers Island Road and 5 Item 97 - Cement Concrete Curb Stormwater Improvement Project Cashin Associates. P.C. # 0 113. 100 ITEM 100 LEACHING BASINS DESCRIPTION: Under this item, the Contractor shall furnish and install leaching basins of the type and in the quantity shown on the plans at places indicated on the plans or as ordered by the Owner's ' Representative. Work under this item includes but is not restricted to: • Furnishing concrete leaching ring sections, top slabs, brick collars, footing rings, frames and ' grates as shown on the plans or as ordered by the Owner's Representative. • Excavation for and installation of the leaching basins in the manner specified and as ' indicated on the plans. • All sheeting and bracing required to protect adjacent structures and pavements. '• • Conformance to "Section No. 23-8 Excavation" of the New York State Industrial Code, Rule ' No. 2. This rule shall govem all excavation practices relative to persons working within an excavated area. • Backfilling the disturbed portion around the leaching basin to the specified grades. The backfill shall consist of bank run gravel with a maximum of 85% by weight passing the 1 1/2" sieve and a maximum of 5% by weight passing the No. 40 sieve. The cost for ' furnishing, backfilling and compacting this material shall be included in the price bid for this item. ' • Installing the filter fabric, and brick collar and castings to the grade shown on the plans or as required by the Owner's Representative. MATERIALS: The castings shall be of the type required by the details or as ordered by the Owner's Representative. ' One field coat of black asphaltic material, as approved by the Owner's Representative, shall be applied to all exposed surfaces of the castings. The leaching ring sections and top slabs shall conform in all respects to the details included in the contract documents. They shall be constructed of concrete having a minimum strength of 4000 p.s.i, when cured and tested at 28 days in accordance with ASTM Designations C-31 and C-39 as currently ' revised. Reinforcing shall conform to the requirements of "Specifications for Welded Steel Wire Fabric for Concrete Reinforcement" ASTM Designation A-185 as currently revised and the requirements of "Specifications for Billet -Steel Bars for Concrete Reinforcement" ASTM Designation A-615, as ' currently revised, for deformed steel bars intermediate grade. The filter fabric shall be a nonwoven geotextile Synthetic Industries 701 as manufactured by Synthetic Industries (800 621-0444), or approved equal. Fishers Island Road and Item 100 - Leaching Basins Stormwater Improvement Project ' Cashin Associates. P.C. N 0113.100 CONSTRUCTION DETAILS: Excavation shall include the demolition of all curbs, pavement, and other structures that fall within the limits of the location of the proposed structure. Attention is directed to "Section 23-8 Excavation" of the New York State Industrial Code, Rule No. 2 which shall govern all excavation practices with respect to persons working within an excavation. The Contractor shall provide detailed designs of sheeting and bracing when working in the vicinity of buildings, structures or other superimposed loads. When the hole for the leaching basin is over -excavated, the Contractor shall backfill around the structure with bank run gravel with a maximum of 85% by weight passing the 1 1/2" sieve and a maximum of 5% by weight passing the No. 40 sieve. The backfill shall be placed in loose layers of not more than twenty-four (24) inches and compacted with vibratory compactors to a minimum of 95% of the maximum density of the soil. The cost of placing and compacting this material shall be included in the price bid for this item and no extra compensation will be allowed for over -excavation and backfill. The method of compaction may be varied if approved by the Owner's Representative in writing. Unless otherwise shown or ordered by the Owner's Representative, the top slab shall be placed approximately twelve (12) inches below the proposed grade, a collar constructed and the castings placed. Provisions for connections of proposed pipes shall be either made at the time of manufacture of the ring sections or they shall be made in the field. When openings are made in the field, the Contractor shall cut at hole in the concrete at the proper grade and of the appropriate size to receive the connecting pipe. Reinforcing when encountered shall be cut back only as required to provide a proper bond for the new patch material. The pipe shall be set to required grade and the masonry wall shall be replaced, repaired and patched as required to provide a secure and waterproof connection. Ends of the pipe projecting into the structure shall be neatly cut off and trimmed flush with the inside face of the structure. METHOD OF MEASUREMENT: The quantity to be paid for under this item shall be the actual number of leaching basins installed and accepted in-place complete with rings, cover slabs, footings, collars, castings, backfill, and filter fabric. BASIS OF PAYMENT: The unit price bid for this item shall include the cost of all labor, materials, equipment and other incidentals required to complete the installation as specified including rings, top slabs, footings, furnishing and placing castings, filter fabric, painting of castings, reinforcement, sheeting and bracing, excavation, dewatering, fumishing, placing and compacting backfill material, and connecting to existing or proposed pipe. Fishers Island Road and Stormwmu Improvement Project Cashin Associates. P.C. # 0111100 Item 100— Leaching Basins ' ITEM 102—A CATCH BASINS - RECTANGULAR ' ITEM 102—B CATCH BASINS — ROUND ' DESCRIPTION: ' Under this item, the Contractor shall build catch basins of the types as shown on the plans or as directed by the Owner's Representative. They shall be built of either Class A Concrete or Precast Reinforced Concrete Units. Unless specifically designated on the plans and/or the proposal, the ' material used shall be at the option of the Contractor. MATERIALS: '• Concrete shall be in accordance with the requirements of Section 7, "Portland Cement Concrete, ' General Specifications" and the subdivision thereof designated as "Structural Concrete" in the Suffolk County Public Works Specifications. Details of materials permitted in the concrete for these items are shown in the table "Composition of Concrete Items". Precast Reinforced Concrete Units shall conform in all respects to the details included in the Contract Documents. They shall be constructed of concrete having a minimum strength of 4000 ' p.s.i, when cured and tested at 28 days in accordance with ASTM Designation C-31 and C-39 as currently revised. ' Reinforcing shall conform to the requirements of "Specifications for Welded Steel Wire Fabric for Concrete Reinforcement" ASTM Designation A-185 as currently revised and the requirements of "Specifications for Billet -Steel Bars for Concrete Reinforcement" ASTM Designation A-615, as currently revised, for deformed steel bars intermediate grade Castings shall be of the types indicated on the plans or as directed by the Owner's Representative. ' One field coat of black asphaltic material, as approved by the Owner's Representative, shall be applied to all exposed surfaces of the castings. ' CONSTRUCTION DETAILS: Excavation shall include the demolition of all curbs, pavement, and other structures that fall within ' the limits of work of catch basin installation. Attention is called to "Section 23-8 Excavation" of the New York State Industrial Code, Rule No. 2 which shall govem all excavation practices with respect to persons working within an excavation. The Contractor shall provide detailed designs of sheeting and bracing when working in the vicinity of buildings, structures or other superimposed loads. Fishers Island Road and 1 Item 102-A — Catch Basins — Rectangular Stormwater Improvement Project Item 102-8 — Catch Basins — Round Cashin Associates, P.C. # 0113100 7 i1 LJ Cast -in-place and precast structures shall have windows constructed at the proper grade and of appropriate size to receive the new connecting pipes as shown on the plans. The pipes shall be set to required grade and the wall of the structure shall be repaired and patched as required to provide a secure and waterproof connection. Ends of the pipe projecting into the structure shall be neatly cut off and trimmed flush with the inside face of the structure. Precast units shall have any unused knockouts bricked or concreted to full wall thickness. Filling and backfilling shall be done in accordance with the details shown on the plans and shall conform with the General Specifications of Suffolk County for Excavation, Part II Section 8b, Subsection in "Filling and Backfilling at Structures, Culverts and Pipes." METHOD OF MEASUREMENT: The quantity to be paid For under this Item shall be the number of catch basins installed and accepted • in-place in accordance with the plans, specifications and directions of the Owner's Representative. BASIS OF PAYMENT: The unit price bid for this item shall include the cost of all labor, materials, equipment and other incidentals required to complete the installation as specified, including excavation, sheeting and bracing, dewatering, concreting, forming, reinforcement, furnishing and placing castings, painting of ' castings, placing and compacting backfill and gravel, and connecting to existing or proposed pipe. CI' Fishers Island Road and 2 Item 102-A - Catch Basins - Rectangular Stormwater Improvement Project Item 102-B - Catch Basins - Round ' Cashin Associates, P.C. 110113.100 ' ITEM 103 ALTER DRAINAGE STRUCTURES DESCRIPTION: Under this Item the Contractor shall remove and reset to the required grade existing Town -owned drainage structures to remain within the limits of the contract as shown on the contract plans or as ' ordered by the Owner's Representative. This work shall also include the removal of existing frames and grates and the resetting of same to the required grade where indicated on the contract plans or as directed by the Owner's Representative. MATERIALS: All changes shall be made with the same type of material as used in the original construction unless ' otherwise indicated on the plans or orders of the Owner's Representative. ' CONSTRUCTION DETAILS: The contractor shall alter the existing structure by addition or removal of courses of brick or the existing top slab as required. In raising the elevation to meet the new grade, the Contractor shall construct a chimney on top of the existing structure, satisfactory to the Owner's Representative. In lowering the elevation, the Contractor shall remove courses of brick or the existing top slab as required and shall grade and angle to meet the established grade. Existing brick shall be remortared as required and/or as directed by the Owner's Representative. Existing frames and grates shall be removed, cleaned of all excess mortar, and reset to the required grade or replaced if so ordered by the Owner's Representative. 16 If the existing top slab is determined to be significantly compromised, the Owner's Representative may require replacement of the top slab even if no grade change is indicated on the plans. Temporary pavement repair shall be performed as necessary for the entire area of excavation each ' day. ' METHOD OF MEASUREMENT: The quantity to be paid for under this Item will be the number of structures altered in accordance ' with the requirements of this Item. Fishers Island Road and Item 103— Alter Drainage Structures Smrmwater Improvement Project Cashin Associates, P.C. # 0113.100 I ' BASIS OF PAYMENT: ' The unit price bid for this Item shall include the cost of all labor, materials, tools, equipment, and all other incidentals necessary to satisfactorily complete the work including, but not limited to, excavation, altering of the structure, backfill and temporary pavement. 16 1 n Fishers Island Road and Item 103 — Alter Dmntage Structures Stomtwater Improvement Project Cashin Associates, P.C. A 0113.100 2 I I I ITEM 104B CLEANING EXISTING DRAINAGE STRUCTURES DESCRIPTION: Under this Item the Contractor shall clean and maintain existing drainage structures specified on the plans or directed by the Owner's Representative. MATERIALS: ' Not specified. i CONSTRUCTION DETAILS: All specified drainage structures which lie within the construction area shall be cleared of silt and debris and maintained for the duration of this contract in a manner approved by the Owner's Representative. The Contractor shall provide necessary protection against damage to the existing structure during the cleaning operations. METHOD OF MEASUREMENT: Cleaning existing drainage structures shall be measured by the number of structures actually cleaned and maintained. BASIS OF PAYMENT: The unit price bid for each shall include all labor, material and equipment necessary to clean and maintain existing drainage structures. Only one payment will be made for each drainage structure regardless of the number of times each drainage structure is cleaned or maintained. ' Fishers Island Road and Stormwater Improvement Project Cashin Associates, P.C. # 0113.100 Item 104B - Cleaning Existing Drainage Structures 1 ITEM 105 ' CONCRETE SIDEWALKS AND RAMPS ' DESCRIPTION: Under this Item the Contractor shall build sidewalks and ramps upon properly prepared subgrades as ' indicated on the plans or ordered by the Owner's Representative. MATERIALS: ' Concrete shall conform to all of the requirements specified for Item 105 in the table - "Composition ' of Concrete Items" under Part II, Section 7, "Portland Cement Concrete" of the Suffolk County Public Works Specifications. ' CONSTRUCTION DETAILS: . The concrete shall be laid in one course 4 inches thick except across driveways and at intersecting ' street radii, where it shall be 6 inches thick. Concrete shall be installed in accordance with details as shown in the contract plans or as ordered by the Owner's Representative. Steel fabric reinforcement conforming to the requirements of Item 25F Steel Fabric Reinforcement of the Suffolk County Public Works Specifications will be required only in those portions of sidewalk where the thickness is 6 inches. ' The concrete shall be worked and floated so as to produce a smooth and uniform surface. Sidewalks and ramps shall be of the depth shown on the plans and have transverse construction ' joints to the full depth of the concrete spaced 20 to 25 feet apart and the edges of such joints finished with an edging tool of 1/4" radius. The top surface shall be scored at intervals of four feet. Pre -molded Bituminous Joint Filler, M36 shall be placed between sidewalks and curb, pavement, buildings, etc. ' Curing. The specifications for Item 97 Cement Concrete Curb will apply for curing. ' At the Contractor's option, M39 Waterproof Paper Blankets, M40 Quilted Covers, M40A Polyethylene Coated Burlap Blankets or M40B Polyethylene Curing Covers may be used in curing concrete sidewalk. Any other methods of curing may be used only as approved by the Owner's ' Representative. The method of curing shall comply with the requirements for pavement concrete given under Part II, Section 7, "Portland Cement Concrete" of the Suffolk County Public Works Specifications. ' METHOD OF MEASUREMENT: ' Payment will be made for the actual number of square yards of 4 -inch thick and 6 -inch thick sidewalk laid as called for on the plans or as ordered by the Owner's Representative. ' Fishers Island Road and Item 105 — Concrete Sidewalks and Ramps Stormwater improvement Project Cashin Associates, P.C. # 0113.100 L 0 I BASIS OF PAYMENT: The unit price bid per square yard for this item shall include the cost of all excavation including removal and disposal of any existing sidewalk, preparing subgrade, curing and the furnishing all ' equipment, materials including the cost of steel fabric reinforcement, and labor necessary to complete the work in accordance with sidewalk installation details contained in the contract plans. 1 F 1 I 10 1 1 I ' Fishers Island Road and Item 105 — Concrete Sidewalks and Ramps Smrmwater Improvement Project Cashin Associates, P.C. # 0113.100 I IDESCRIPTION: ITEM 123 TSX TOPSOIL AND SEEDING ON PREPARED AREAS ' Under this Item, the Contractor shall excavate and/or fill, reshape, restore and seed lawn and other grass areas affected by grade changes or otherwise disturbed by the construction work or as ' designated by the Owner's Representative. The work may also include furnishing and incorporating soil amendments, lime, fertilizer, and insecticide, preparing ground surfaces for seeding and furnishing mulch and mulching as specified. ' MATERIALS: Topsoil shall conform to all of the requirements specified for M47 under Part II, Section 6a "Roadside Development Materials" of the Suffolk County Public Works Specifications. �• Fertilizer shall conform to all of the requirements specified for M54 Type 3 under Part II, Section 6a "Roadside Development Materials" of the Suffolk County Public Works Specifications. ' Lime shall be limestone and conform to all of the requirements specified for M52 under Part H, Section 6a "Roadside Development Materials" of the Suffolk County Public Works Specifications. Seed shall conform to all of the requirements specified for M58 under Part H, Section 6a "Roadside Development Materials" of the Suffolk County Public Works Specifications and as follows: (A=% Purity; B=Min. % Germination; C= Pounds of Pure Live Seed) Name Variety A B Red Fescue (Festuca rubra) Chewings or Creeping 98 85 Tall Fescue (Festuca elatior Arundinacea) Alta or Kentucky Kentucky Bluegrass (Poa Pratensis) Commercial Common Ryegrass (Domestic) (Lolium perenne) (Lolium multiflorum) Commercial iAlsike Clover (Trifolium Hybridum) Fishers Island Road and Stormwater Improvement Project Cashin Associates, P.C. k 0113.100 I Commercial Max. 25% hard seed C 50 97 90 18 85 75 30 98 90 20 95 85 4 Item 123 TSX Topsoil and Seeding on Prepared Areas I White Clover (Trifolium ' Repens var.) Ladino Max. 25% hard seed 98 85 1 CONSTRUCTION DETAILS: Preparation of Subgrade. The Contractor shall complete subgrading within the areas to be covered by topsoil by bringing the surface of subgrade to the lines and grades as specified on the plans, or as directed by the Owner's Representative. Where specified or directed, the Contractor shall scarify or ' till the surface of the subsoil before the topsoil is placed to permit bonding the topsoil layer with the subsoil. Equipment shall pass in such a manner that depressions and ridges shall be parallel to the ' contours. Tillage shall be accomplished by disking, harrowing, raking, or by other approved methods. ' Handling Topsoil. If the condition of the soil is unsuitable due to excessive moisture, frost or other conditions, the Contractor shall cease work under this item until the soil is in a suitable condition. Placing Topsoil. Topsoil shall be placed and spread over the areas shown on the plans, or as directed by the Owner's Representative, to a sufficient depth so that the completed work shall conform to the lines, thickness and grades specified. After the topsoil is spread, all large stiff clods, rocks, roots or ' other foreign matter shall be cleared and disposed of by the Contractor so that the finished surfaces will be acceptable for subsequent work of seeding. ' Season. The seasons for seeding shall be March 15 to May 31 and August 15 to October 1 unless otherwise approved by the Engineer. The Contractor shall notify the Owner's Representative at least 48 hours in advance of the time he intends to begin sowing seed and shall not proceed with such work until permission to do so has been granted. When delays in operations carry the work beyond the dates which are specified, or when conditions of high winds, excessive moisture or ice are such that satisfactory results are not likely to be obtained for any stage of the work, the Owner's Representative will stop the work. The work shall be resumed with the Owner's Representative's approval when the desired results are likely to be obtained or when approved corrective measures and procedures are adopted. ' Sampling, Mixing and Inoculating Seeds. Seeds of the kinds specified shall be mixed on the job in the formula specified unless otherwise approved. All seed of leguminous plants shall be inoculated prior to mixing or sowing unless otherwise specified or approved or unless accompanied be certificate of preinoculation. When seed is to be sown dry and is to be inoculated, the culture shall be ' applied as directed by the manufacturer and the seed allowed to dry sufficiently to be in the proper condition for mixing or sowing. Seed must be sown within thirty hours after this treatment. Where seed is to be distributed by water pressure, the proper proportion of inoculant may be added to be ' water and seed mixture, together with any lime or fertilizer specified, providing the alkalinity of the solution does not exceed 8 pH. ' Ground Preparation and Seeding. Prior to seeding, the Owner's Representative shall approve all turf establishment areas. Areas to be seeded with turf seeds shall be maintained at approved grades and ' Fishers Island Road and Item 123 TSX Stormwater Improvement Project Topsoil and Seeding on Prepared Areas Cashin Associates, P.C. Al 0113.100 I irregularities that will hold water shall be eliminated. Weed growth that, in the Owner's ' Representative's judgment, may adversely affect germination or growth shall be removed or controlled as approved or as directed by the Owner's Representative prior to seeding. Limestone, fertilizer and seeds in the amounts specified shall be evenly distributed on the areas to be seeded. All ' mechanical equipment used for soil preparation or seeding shall be as approved. Equipment shall pass parallel to the contours unless otherwise approved except that crawler tractors shall pass at right angles to the contours. ' The finished surface of any area that is seeded shall not be rougher, more uneven or have more or ' larger stones, clods, roots, or other foreign materials than the area it adjoins. In built-up and residential areas, hand raking will usually be necessary to produce the required smoothness and uniformity, particularly where grading and turf establishment is to be adjacent to lawns. ' Areas to be seeded shall be scarified sufficiently to break up the surface crust immediately before seeding except where, in the judgment of the Owner's Representative, the ground is already loose ' and friable as immediately following grading. All stones and other objects over two inches in greatest dimension or other sizes as specified shall be removed and disposed of. Unless otherwise • specified in the contract documents, only limestone and/or fertilizers may be mixed together with the ' seeds (including legume inoculants when required) immediately before sowing. Any method of sowing that does not injure the seeds in the process of spreading will be acceptable. ' Mulching. Mulch shall be spread uniformly in a continuous blanket of sufficient thickness to hide the soil from view, taking care not to over apply. Mulch may be spread by hand or by machinery. Mulch may be spread before seeding turf but not later than 72 hours after seeding turf unless ' otherwise approved or directed. Anchorage is required unless otherwise specified in the Contract Documents. Mulch and mulch anchorage shall be applied separately from seeds unless otherwise specified in the Contract Documents. tLiability. When the Owner's Representative determines that any seeded area has failed for any reason to produce a satisfactorily established turf after a suitable period of time has elapsed, the 16 Contractor shall repeat all the work required under this Item until a satisfactory growth of turf has been established. Any work to be corrected shall be at the Contractor's expense. The contract will not be accepted until a satisfactory turf has been established. Care During Construction. The Contractor shall care for seeded turf areas until final acceptance of ' the contract. Care shall consist of providing protection against traffic by providing approved warning signs or barricades; and shall consist of repairs to any seeded turf areas damaged by wind, water, fire, traffic or other causes. Damaged areas shall be repaired to re-establish the condition and grade of the area prior to seeding and shall then be refertilized, reseeded, receive new sections of erosion control mat where required, and remulched as specified herein. The Contractor shall keep seeded areas mowed until acceptance of the contract by cutting to a height of 2 inches when growth ' reaches 3 inches in residential and built-up areas, 3 inches when growth reaches 6 inches in other areas or when the growth tends to smother seedlings, or as directed by the Owner's Representative. r Fishers Island Road and Item 123 TSX Stormwater Improvement Project Topsoil and Seeding on Prepared Areas Cashin Associates, P.C. a 0113.100 L METHOD OF MEASUREMENT: The quantity to be paid for under this Item will be the number of square yards of topsoil and seeding measured in place satisfactorily completed as per the plans and specifications at all areas disturbed during construction and as ordered by the Owner's Representative. ' BASIS OF PAYMENT: Payment for work under this Item will be made at the bid unit price per square yard which shall constitute full compensation for furnishing all labor, materials, equipment, and incidentals including furnishing water equipment and applying water necessary to complete and maintain the topsoil and ' seeding work, as specified. F I I L ' Fishers Island Road and Item 123 TSX Stormwater Improvement Project Topsoil and Seeding on Prepared Areas Cashin Associates, P.C. # 0113.100 I 'J I I ITEM 205 SAWCUTTING PAVEMENT AND SIDEWALK DESCRIPTION: Under this item, the Contractor shall saw cut existing asphalt or concrete pavement/sidewalk in preparation for its removal where and to the lines shown on the plans and/or as directed by the Owner's Representative. MATERIALS: The Owner's Representative shall approve all equipment proposed for this work prior to actual use of the equipment. CONSTRUCTION DETAILS: Sawcutting shall be along straight neat lines as indicated on the plans or where ordered by the Owner's Representative. Saw cuts shall be made to the full depth of the existing pavement/sidewalk unless specified otherwise by the Engineer. METHOD OF MEASUREMENT: The quantity to be paid for under this item will be the number of linear feet of existing asphalt or concrete pavement/sidewalk actually sawn in accordance with the Plans, Specifications, and/or as ordered by the Owner's Representative. No payment will be made under this item for sawcutting that the Contractor chooses to do for his own convenience. BASIS OF PAYMENT: The unit price bid for this item shall include the cost of all labor, materials, tools, equipment and incidentals necessary to satisfactorily complete the required work. Fishers Island Road and Item 205 Stormwater Improvement Project Sawcuning Pavement and Sidewalk Cashin Associates, P.C. # 0 113. 100 ITEM 50OSS MIXED -IN-PLACE RECYCLED BASE COURSE DESCRIPTION Under this Item, the Contractor shall mill, scarify and pulverize all existing roadway pavement within the contract limits to a standard depth of 5" or as shown on the contract drawings. The ' Contractor shall provide a mixed -in-place recycled base course conforming to the new elevations, grades, thickness and cross -slopes as shown on the contract drawings or as ordered by the Owner's Representative. ' MATERIALS ' Materials shall consist of the existing pavement and existing base material which has been scarified and pulverized in place so that the maximum size does not exceed 2 inches. ' CONSTRUCTION DETAILS The Contractor shall perform all necessary work required to provide the following: General A. Scarification and pulverization of the existing roadway pavement and existing base material so that the recycled material is less than 2 inches in diameter. Scarification shall be done with a motor grader or any pulverizing machine acceptable to the Owner's Representative. Prior to the start of any scarification and pulverization work, the Contractor shall have all existing utilities marked out in accordance with New York State Law and Industrial Rule 53. ' B. Protection of all curbing, utility valve boxes, drainage structures (inlets, manholes, etc.) and sanitary sewer manholes from possible damage by his operations. Any damage caused by the Contractor's operation will be repaired by the Contractor at no additional cost to the Town and utility owner. ' C. A recycled base course constructed to within 1/4" of the required elevation, grade, and cross - slopes as shown on the contract drawings or as ordered by the Owner's Representative. ' Fine Grading the Roadway Area ' A. Following the pulverization operations, the recycled material within the roadway area shall be graded to within 1/4" of the required elevation, grade, and cross -slope to accept the new binder and top pavement courses as shown on the contract drawings or as ordered by the Owner's Representative. B. If removal of recycled material is required in order to meet the new elevations, grades and cross - slopes indicated on the contract drawings, the material shall be excavated, stockpiled and added to roadway areas requiring fill, used in areas of undercut of unsuitable material, used for repairing ruts and/or replacing soft areas, and/or used for traffic maintenance. No separate payment will be Fishers Island Road and 1 Item 50OSS Stotmwater Improvement Project Mixed -In -Place Recycled Base Course Cwhin Associates, P.C. k 0111100 made for the excavation, removal, grading, stockpiling, storage, rehandling, placement, fine grading and compaction of the recycled material to be used within the contract limits. C. If there is an excess of recycled material remaining after all roadway excavation, filling and grading operations have been completed by the Contractor and accepted by the Owner's Representative, then all necessary excavation required to remove the excess material from the contract limits shall conform to the specification for Item 2B Unclassified Excavation. Payment ' for this work, if needed, will be made under Item 2B. Compaction tA. Compaction shall be provided with a static self-propelled tandum drum roller, weighing not less than 10 tons. Rolling shall commence at the curb line / edge of pavement and progress toward the centerline of the roadway. Rolling shall continue until the entire roadway is at the required elevation, grade and cross -slope to accept the new binder and top pavement courses. Failure to ' comply with this requirement shall lead to rejection and non-payment for this work. • B. The maximum depth of any compacted layer for fill areas shall be 6 inches. If a required fill area ' is greater than 6 inches in total compacted depth, it shall be constructed in approximately equal depth layers. ' Fishers Island Road and 2 Item 500SS Stormwater Improvement Project Mixed -In -Place Recycled Base Course Cashin Associates, P.C. N 0113.100 C. The Contractor shall employ an independent testing laboratory acceptable to the Owner's ' Representative to perform Quality Control Testing during the compaction process. A Quality Control Plan shall be submitted for review to the Owner's Representative not less than ten (10) ' days before testing commences. D. The average in-place density shall be at least 95% of the optimum density as determined in ' accordance with ASTM D2922 when tested. E. If any unstable areas appear, the Contractor shall regrade and recompact the areas. If unstable areas still remain, the Contractor shall remove the material to a depth as designated by the Owner's Representative and fill the area with excess material from operations associated with this item. The material shall then be compacted. Removal of this unsuitable material will be paid for ' under Item 2B Unclassified Excavation. No separate payment will be made for the rehandling, placement, fine grading and compaction of the recycled material to be used at any unstable areas. ' Acceptance & Maintenance ' A. The construction of the new binder and top pavement courses shall not begin until authorized by the Owner's Representative. The construction of the new binder and top pavement courses shall commence within 48 hours of direction by the Owner's Representative. ' B. Prior to the construction of the new binder and top pavement courses, the Contractor will be required to repair to the satisfaction of the Owner's Representative any surface defects (i.e. potholes, ripples, etc.) which may have developed after acceptance of the recycled base course. ' No additional payment will be made for such surface repairs. ' Fishers Island Road and 2 Item 500SS Stormwater Improvement Project Mixed -In -Place Recycled Base Course Cashin Associates, P.C. N 0113.100 METHOD OF MEASUREMENT The quantity to be paid for under this item will be the number of square yards of material that is pulverized, graded, compacted and tested in accordance with the provisions of this specification. ' BASIS OF PAYMENT ' The unit price bid per square yard shall include the cost of all labor, materials, tools, equipment, laboratory and quality control testing, testing reports, fine grading and all incidentals necessary to satisfactorily complete the work in accordance with the contract documents. ' The Contractor shall utilize all available suitable stockpiled pulverized material from the mixed -in- place operation for use in roadway fill areas prior to the installation of the roadway binder and top pavement courses. No additional or separate payment shall be made for excavation, removal, disposal, grading, stockpiling, storing, rehandling, placement, fine grading and compaction of existing recycled material. • The price bid for this Item shall also include the removal and disposal of any excess stockpiled recycled material that remains immediately prior to the installation of the roadway binder and top pavement courses to outside the contract limits. ' The removal of any unsuitable material and replacement with suitable stockpiled pulverized material from the mixed -in-place operation shall be paid for under Item 2B Unclassified Excavation only. 16 1 I ' Fishers Island Road and 3 Item 50055 Stormwaer Improvement Project Mixed -In -Place Recycled Base Course Cashin Associates, P.C. # 0113.100 ' ITEM 685S THERMOPLASTIC REFLECTORIZED PAVEMENT MARKINGS DESCRIPTION: ' Under this item, the Contractor shall fumish and apply thermoplastic reflectorized pavement markings including glass beads at the locations shown on the plans or as ordered by the Owner's Representative in conformance with these specifications. This work shall include the cleaning and preparation of pavement surfaces. The thermoplastic pavement marking compound shall be extruded in a molten state onto a primed ' pavement surface. Following a surface application of glass beads and upon cooling to normal pavement temperatures, the resultant marking shall be an adherent reflectorized stripe of the specified thickness and width that is capable of resisting deformation due to vehicular traffic. Work under this item also includes the restoration of any existing pavement markings disturbed during the proposed improvements. MATERIALS: Materials shall conform to the requirements of White and Yellow Thermoplastic Reflectorized Pavement Marking Materials in accordance with the material specifications which follow the "Basis ' of Payment" section of this specification. CONSTRUCTION DETAILS: ' Equipment General: Thermoplastic applicating equipment shall be approved by the Owner's Representative prior to the start of work. Thermoplastic material shall be applied to the primed pavement surface by the extrusion method, 16 wherein one side of the shaping die is the pavement and the other three sides are contained by, or are part of suitable equipment for maintaining the temperature and controlling the flow of material. For heating the thermoplastic composition, the application equipment shall include a melting ' kettle(s) of such capacity to allow for a separate "supply" vehicle or included as part of the mobile applicating equipment. The kettle(s) shall be capable of heating the thermoplastic composition to temperatures ranging from 400 degrees F to 425 degrees F. The heating mechanism shall be by ' means of a thermostatically controlled heat transfer medium. Heating of the composition by direct flame shall not be allowed. Material temperature gauges shall be visible at both ends of the kettle(s). ' Application equipment shall provide continuous mixing and agitation of the material. Conveying parts of the equipment between the main material reservoir and the extension shoe(s) shall be easily accessible and exposable for cleaning and maintenance. The equipment shall maintain the material at the required plastic temperature in all mixing and conveying parts including the extrusion material shoe(s). Fishers Island Road and 1 Item 6855 Stonnwater Improvement Project Thermoplastic Reflectorized Pavement Markings Cashin Associates, P.C. a 0111100 I The applicating material shall ensure continuous uniformity in the dimensions of the stripe. The applicator shall provide a means for cleanly cutting off stripe ends squarely and shall provide a ' method of applying "skip" lines. The equipment shall be capable of applying various widths of traffic markings. ' Applicating equipment shall be mobile and maneuverable to the extent that straight lines can be followed and normal curves can be made in a true arc. Applicators shall be equipped and constructed in such a manner as to satisfy the requirements of the National Board of Underwriters and the appropriate agencies of New York State. ' The equipment used for the placement of thermoplastic pavement markings shall be two types: mobile applicator and portable applicator. ' Mobile Applicating Equipment: The mobile applicator shall be defined as a truck mounted, self- contained pavement marking machine that is capable of applying hot thermoplastic by the extrusion method. The unit shall be equipped to apply the thermoplastic material at temperatures exceeding 400 degrees F, at the widths and thickness specified herein. The mobile unit shall be capable of operating continuously and shall be capable of installing a minimum of 20,000 linear feet of I!, ' longitudinal markings in an 8 -hour day. The mobile unit shall be equipped with a melting kettle(s) of such capacity as to allow for continuous ' marking operations. The kettle(s) shall be capable of heating the thermoplastic composition at temperatures from 400 degrees F to 425 degrees F. The mobile unit shall be equipped with an extrusion shoe(s), and shall be capable of marking edgeline and centerline stripes. The extrusion shoe(s) shall be closed, heat jacketed or suitably insulated unit(s); shall hold the molten thermoplastic at a temperature of from 400 degrees F to 425 degrees F; and shall be capable of extruding a line from 3 to 8 inches in width at a thickness of not 16 less than 1/8" nor more than 3/16", and of generally uniform cross section. ' The mobile unit shall be equipped with an electronic and programmable line pattern control system, or mechanical lines system, so as to be capable of applying skip or solid lines in any sequence, and through any extrusion shoe in any cycle length. Portable Applicating Equipment: The portable applicator shall be defined as hand operated equipment, specifically designed for placing thermoplastic installations such as crosswalks, stop ' bars, legends, arrows, and short lengths of lane, edge and centerlines. The portable applicator shall be capable of applying thermoplastic pavement markings by the extrusion method. It is intended that the portable applicator will be loaded with hot thermoplastic composition from the melting kettle(s) on the mobile applicator. The portable applicator shall be equipped with all the necessary components, including a material storage reservoir, bead dispenser, extrusion shoe, and heating accessories, so as to capable of holding the molten thermoplastic as a temperature of from 400 degrees F to 425 degrees F, and shall be capable of extruding a line from 3 to 8 inches in width at a thickness of not less than 1/8" nor more than 3/16 inches, and of generally uniform cross section. Fishers Island Road and 2 Item 6855 Stormwater Improvement Project Thermoplastic ReFlectorixed Pavement Markings Cashm Associates, P.C. p 0113.100 C Material temperature gauges shall be affixed or incorporated in the extrusion shoe in such a manner as to be visible and capable of monitoring the composition temperature throughout the marking ' operation. Application General: All pavement markings and patterns shall be placed as shown on the plans and/or as ordered by the Owner's Representative. This work shall be in accordance with the National Manual of Uniform Traffic Control Devices (MUTCD) with New York State Supplement. ' Before any pavement marking work is begun, a schedule of operations shall be submitted for the approval of the Owner's Representative. When pavement markings are applied under active traffic conditions, the Contractor shall provide all necessary maintenance and protection of traffic as prescribed in the National Manual of Uniform Traffic Control Devices (MUTCD) with New York State Supplement, Item 76 — Maintenance and ' Protection of Traffic of the Contract Documents for this project, and/or as directed by the Owner's Representative. The Contractor shall protect the marking operations and pavement markings until thoroughly set. The application of pavement markings shall be done in the general direction of traffic. Striping ' against the direction of traffic flow shall not be allowed. The Contractor shall be responsible for removing, to the satisfaction of the Owner's Representative, tracking marks, spilled thermoplastic or thermoplastic applied in unauthorized areas. When necessary, the Contractor shall establish marking line points at one -foot (1') intervals ' throughout the length of pavement markings including starts and stops, or as directed by the Owner's Representative. Atmospheric Conditions: Thermoplastic pavement markings shall be placed upon dry pavement surfaces. At the time of installation, the pavement surface temperature shall be a minimum of 55 16 degrees F and rising. The Owner's Representative shall be the sole determiner as to when ' atmospheric conditions are such as to produce satisfactory results (see Note I following). Note 1: To comply with 55 degrees F pavement surface temperature requirement, it will benefit the ' Contractor to schedule striping work for seasons of warm weather if possible. In cooler conditions, striping operations may be coordinated with bituminous paving work to take advantage of residual heat; or infrared and other suitable heating devices may be used to warm the pavement surface. Materials: Application Requirements Thermoplastic Composition ' Application Temperature - Thermoplastic composition shall be applied at temperature no lower than 400 degrees F nor higher than 425 degrees F at the point of deposition. For purposes of these specifications, the point of deposition shall be defined as within the extrusion shoe. ' Fishms Island Road and 3 Item 6855 Stmmwater Improvement Project Thermoplastic ReFlectonzed Pavement Markings Cashin Associates, P.C. p 0113.100 L ' Extruded Markings — All extruded markings shall be applied at the specified width and at a ' thickness of not less than 1/8" nor more than 3/16". Reflective Glass Spheres (for Drop -on): Immediately following application, reflective glass spheres shall be dropped onto the molten thermoplastic marking at a rate of one (1) pound per 20 square feet of composition. Surface Cleaning and Preparation of Pavement: The Contractor shall be responsible for cleaning the pavement surface prior to pavement marking application to the satisfaction of the Owner's Representative. At the time of application, the pavement surface shall be free of oil, dirt, dust, or 1 grease. If concrete curing compounds are present, they shall be removed by sandblasting or other approved means. 'In general, thermoplastic markings shall not be placed over existing pavement marking patterns. • Existing pavement markings that are in sufficiently good condition so as to interfere with the bond of ' the thermoplastic, or otherwise conflict with the newly applied marking patterns shall be removed as directed by and to the satisfaction of the Owner's Representative. It is not intended that all deteriorated or otherwise obscured markings require removal. Painted pavement markings which ' have been nearly completely worn off due to traffic should not interfere with the bond of the thermoplastic. ' Application of Thermoplastic Pavement Markings: Unless otherwise directed by the Owner's Representative, all centerline, skip line, edgeline and other longitudinal type markings may be applied with either a portable or a mobile applicator. ' METHOD OF MEASUREMENT: Pavement striping will be measured in linear feet along the centerline of the pavement stripe, and will be based on a 4 inch wide stripe. Measurement for striping with a width greater or less than the 16 basic 4 inches, as shown on the plans or as directed by the Owner's Representative, will be made by ' the following method: Plan Width of Striping (Inches) x Linear Feet 4" Payment for arrows shall be made as equivalent to 50 feet of four inch line per each arrow. No payment will be made for the number of linear feet of skips in the dashed line. ' BASIS OF PAYMENT: ' The accepted measured quantities of markings will be paid for at the bid unit price per linear foot for this item, which shall include the cost of furnishing all labor, materials, and equipment to satisfactorily complete the work. The cost for maintaining and protecting traffic during the marking ' Fishers rsland Road and 4 Item 685S Stormwater Improvement Project Thermoplastic Reflmtorized Pavement Markings Cashin Associates, P.C. # 0113.100 11 I operations will be paid for under Item 76 — Maintenance and Protection of Traffic. ' MATERIAL SPECIFICATIONS FOR ITEM 685S SCOPE: ' This specification covers white and yellow thermoplastic reflectorized pavement striping material that is extruded, in a molten state, onto a primed pavement surface. Following a surface application ' of glass beads and upon cooling to normal pavement temperatures, the resultant marking is an adherent reflectorized stripe, of specified thickness and width, that is capable of resisting deformation by traffic. GENERAL: Method and requirements for applying thermoplastic pavement markings shall be as specified in Item . 685S, Thermoplastic Reflectorized Pavement Markings. White and Yellow Reflectorized Thermoplastic ' Composition Requirements: The thermoplastic composition shall be specifically formulated for application at temperature of from 400 degrees F to 425 degrees F. The components in the composition shall show no significant breakdown or deterioration at 425 degrees F. ' The binder component shall be formulated as a hydrocarbon resin or it shall be formulated as a mixture of high boiling point monobydric primary alcohol and modified maleic resin. The pigment, beads, and filler shall be uniformly dispersed in the binder resin. The thermoplastic composition shall be free from all skins, dirt and foreign objects and shall comply with the following requirements: % by Weight Component White Yellow Binder t7.0, min. 17.0, min. Titanium 10.0, min. --- Glass Beads 20.0, min. 27.0, min. Calcium Carbonate & Inert 49.0, min. Fillers ' Yellow Pigments --- ' * Amount and type of yellow pigment, calcium carbonate and inert fillers shall be at the option of the manufacturer, providing the other composition requirements of this specification are met. Fishers Island Road and Stormwater Improvement Project Cashin Associates, P.C. # 0113.100 Item 6855 Thermoplastic Reflectorized Pavement Markings I ' Physical Properties of Composition ' Color: White thermoplastic composition, as placed, shall be white, free from dirt or tint. Yellow thermoplastic composition, as placed, shall be yellow, free from dirt or tint and shall be a reasonable visual match to Munsell Book Notation 10 Yr. 8/14 (ASTM D-1535). Drying Time: When installed at 70 degrees F, and in thickness between 1/8" and 3/16", the composition shall be completely solid and shall show no damaging effect from the traffic after ten (10) minutes. ' Color Retention: The retention of the initial color shall be determined as follows: Specimens shall be prepared and tested from samples submitted in accordance with ASTM D 795. The ultraviolet source shall be as specified from the test procedure, or optionally may be a General Electric 275 'watts sun lamp bulb, type RS, with built in reflector. After 100 hours of exposure, yellowness shall • not exceed 0.18 when measured according to Federal Test Method Standard No. 141, Method 6131. ' Softening Point: The composition shall have a softening point of not less than 194 degrees F when tested in accordance with ASTM E28. ' Specific Gravity: The specific gravity of the composition as determined by a water displacement method of 25 degrees C shall be between 1.9 and 2.2 (referred to water at 25 degrees Q. ' REFLECTIVE GLASS SPHERES (PRE -MIX AND DROP -ON) Reflective glass spheres for use in the composition and for drop -on shall conform to the following requirements: The glass spheres shall be colorless; clean; transparent; free from milkiness or excessive air bubbles; and essentially clean from surface scarring or scratching. They shall be spherical in shape and at least 70% of the glass beads shall be true spheres when tested in accordance with ASTM D1155. The reflective index of the spheres shall be a minimum of 1.50 as determined by the liquid immersion method at 25 degrees C. The silica content of the glass spheres shall not be less than 60%. ' The crushing resistance shall be as follows: A forty (40) pound dead weight, for 20 to 30 mesh spheres, shall be the average resistance when tested in accordance with ASTM D1213. 1 ' Fishers Island Road and 6 Item 6855 Stormwa= Improvement Project Thermoplastic Retlectorized Pavement Markings Cashin Assmaws, P.C. # 0113.100 I ' The glass spheres shall have the following grading when tested in accordance with ASTM D 1214. 0 I 1 t 1 1 I U.S. Standard Sieve No. 20 No. 30 No. 50 No. 80 Mass % Passing 100 79-95 15-60 0-15 Glass spheres for drop -on shall be treated with a moisture -proof coating. PACKAGING AND SHIPMENT The thermoplastic composition shall be shipped to the job site in containers that are strong, substantial and sealed. The containers shall be plainly marked with the manufacturer's name and address, specification designation, date of manufacture and batch number. The reflective glass spheres for drop -on application shall be shipped in moisture resistant bags. Each bag shall be marked with the name and address of the manufacturer and the name and net weight of the material. BASIS OF ACCEPTANCE Thermoplastic material shall be acceptable on the basis of manufacturer's certifications indicating that the requirements of this material specification have been met including certifications of the reflective glass spheres and certified identifications of the binder formulation (e.g. "formulated as a hydrocarbon resin"). Manufacturer's certifications must be submitted to the Owner's Representative prior to commencement of pavement marking application work. Fishers Island Road and Stormwater Improvement Project Cashin Associates, P.C. N 0113.100 Item 6855 Thermoplastic Reaectorized Pavement Markings • a: STATE OF NEW YORK) ) SS: COUNTY OF SUFFOLK) Karen Kine of Mattituck, in said county, being duly sworn, says that she is Principal Clerk of THE SUFFOLK TIMES, a weekly newspaper, published at Mattituck, in the Town of Southold, County of Suffolk and State of New York, and that the Notice of which the annexed is a printed copy, has been regularly published in said Newspaper once each week for 1 week(s), successively, commencing on the 13th day of May, 2010. Principal Clerk Sworn to before me this ` day of 2010. LEGAL NOTICE RYVELATION TO BID NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING PROJECC FISHERS ISLAND ROAD & STORMWATER IMPROVEMENT PROJECT Definite spe 'ficaC ns mav be ob- tained at the Southold Town Clerks Of- fice beginning n=ng 10.00 AM on May 6th 2010. 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, 3rd June 2010. ALL VENDERS MUST SUBMIT BIDS IN A SEALED ENVELOPE: PLEASE PRINT ON FACE OF EN- VELOPE: 1.) NAME AND ADDRESS OF BIDDER 2.) BID NAME ALL BIDS MUST BE ACCOMPA- NIED BY A 5% BID SECURITY It is the Bidder's responsibility to read the Bid Specification, Instruction to Bidders and General Conditions, which outline bidding rules by the Town of Southold. Upon Submission of Bid, it is un- derstood that the Bidder has read, fully understands and will comply with said GENERAL CONDITIONS, and speci- fication requirements. The Town of Southold requires that this document be returned in tact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of this Bid Document for your records. A non-refundable fee of $ 50 will be charged for Plans & Specifications. Payment can be made by either Money Order, Cash or Check (Made Payable to the Town of Southold). The Town of Southold welcomes & encourages all minority and women - owned businesses to participate in the bidding process This invitation to bid is not an offer and shall in no way bind the Town of Southold to award a contract for perfor- mance of the project. Should the Town of Southold decide to award a contract, it shall be awarded to the lowest respon- sible bidder. The Town of Southold reserves the right to waive any informality, and to reject any or all bids, and to retain bids for 45 days from the date of receipt. The CONTRACTOR SHALL NOT with- draw his bid during this period. Please advise if you intend to bid or not. Dated: May 4, 2010 BY ORDER OFTHE SOUTHOLD TOWN BOARD By: Elizabeth A. Neville Southold Town Clerk 97684T 5/13 CHRISTINA 40L NSKI NOTARY PLIC -STATE OF NEW YORK No. 01-VO610606ounIV OuaW" d In Suit OIF COU" 2a, 29)2 MV Commission Erpres FobroerY a LEGAL NOTICE - INVITATION TO BID NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING PROJECT: FISHERS ISLAND ROAD & STORM WATER IMPROVEMENT PROJECT 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, Td June 2010. Day Month Year ALL VENDERS MUST SUBMIT BIDS IN A SEALED ENVELOPE: PLEASE PRINT ON FACE OF ENVELOPE: 1.) NAME AND ADDRESS OF BIDDER • 2.) BID NAME ALL BIDS MUST BE ACCOMPANIED BY A 5% BID SECURITY It is the Bidder's responsibility to read the Bid Specification, Instruction to Bidders and General Conditions, which outline bidding rules by the Town of Southold. Upon Submission of Bid, it is understood that the Bidder has read, fully understands and will comply with said GENERAL CONDITIONS, and specification requirements. The Town of Southold requires that this document be returned in tact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of this Bid Document for your records. A non-refundable fee of $ 50 will be charged for Plans & Specifications. Payment can be made by either Money Order, Cash or Check (Made Payable to the Town of Southold). The Town of Southold welcomes & encourages all minority and women -owned businesses to participate in the bidding process. • 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 informality, and 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. Please advise if you intend to bid or not. Dated: May 4, 2010 BY ORDER OF THE SOUTHOLD TOWN BOARD By: Elizabeth A. Neville Southold Town Clerk PUBLISHER'S CERTIFICATE State of Connecticut County of New London, ss. New London Personally appeared before the undersigned, a Notary Public within and for said County and State, Melanie Foley, Legal Adverising Clerk, of The Day Publishing Company Classifieds dept, a newspaper published at New London, County of New London, state of Connecticut who being duly sworn, states on oath, that the Order of Notice in the case of 9736 LEGAL NOTICE - INVITATION TO BID NOTICE IS HEREBY GI A true copy of which is hereunto annexed, was • published in said newspaper in its issue(s) of 05/06/2010, 05/13/2010 Cust: SOUTHOLD TOWN OF Ad #: d00254093 Subscribed and sworn to before me This Thursday, May 13, 2010 • A,rc�{,(Q iT lY{if�P��SJI Notary Public My commission expires LEGAL NOTICE - INVITATION TO BID 736 NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING PROJECT: FISHERS ISLAND ROAD & STORM WATER IMPROVE- MENT PROJECT Defnsp ite ec fcat' s ma�be obtained at the Southold Town Clerks Office —be g_npiny 10:00 AM on May 6t—h2010. 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, 3rd June 2010. Day Month Year ALL VENDERS11a UST SUBMIT BIDS IN A SEALED ENVE- LOPE: PLEASE PRINT ON FACE OF ENVELOPE: 1.) NAME AND ADDRESS OF BIDDER 2.) BID NAME ALL BIDS MUSr BE ACCOMPANIED BY A 5% BID SECU- RITY It is the Bidder's responsibility to read the Bid Specifca- tion, Instruction to Bidders and General Conditions, which nnthno hiddin,....,_. -- -. _ a copy re - ent can he made by .ash ­or Check (Made Payable to the eTown of d). rn of Southold welcomes & encourages all minor - women -owned businesses to participate in the ation to bid is not an bind the otTown of Southold to award a contract lor pein no r formance of the project. Should the Town of Southold decide to award a contract, it shall be awarded to the low- est responsible bidder. The Town of Southold the formality, and toeject any or right all bids,and t detave in bids for 45 days from the date of receipt. The CONTRACTOR SHALL NOT withdraw his bid during this period. Please advise if you intend to bid or not. Dated: May g 2_010 BY ORDER OF THE SOUTHOLD TOWN BOARD BY: Elizabeth A. Neville Southold Town Clerk LEGAL NOTICE - INVITATION TO BID NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING PROJECT: FISHERS ISLAND ROAD & STORM WATER IMPROVEMENT PROJECT 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, 3rd June 2010. Day Month Year ALL VENDERS MUST SUBMIT BIDS IN A SEALED ENVELOPE: PLEASE PRINT ON FACE OF ENVELOPE: 1.) NAME AND ADDRESS OF BIDDER 2.) BID NAME • ALL BIDS MUST BE ACCOMPANIED BY A 5% BID SECURITY It is the Bidders responsibility to read the Bid Specification, Instruction to Bidders and General Conditions, which outline bidding rules by the Town of Southold. Upon Submission of Bid, it is understood that the Bidder has read, fully understands and will comply with said GENERAL CONDITIONS, and specification requirements. The Town of Southold requires that this document be returned in tact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of this Bid Document for your records. A non-refundable fee of $ 50 will be charged for Plans & Specifications. Payment can be made by either Money Order, Cash or Check (Made Payable to the Town of Southold). The Town of Southold welcomes & encourages all minority and women -owned businesses to participate in the bidding process. 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 informality, and 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. Please advise if you intend to bid or not. Dated: May 4, 2010 BY ORDER OF THE SOUTHOLD TOWN BOARD By: Elizabeth A. Neville Southold Town Clerk PLEASE PUBLISH ON May 13, 2010, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971. Copies to: The Suffolk Times Town Attorney Burrelle's Info. Services Brown's Letters • • The Day Town Clerk's Bulletin Bd Construction Data News Town Board James Richter Dodge Reports • STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold, New York being duly sworn, says that on the �/ "-4 day of m4 y , 2010, she affixed a notice of which the annexed printed notice is a true 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. Re: FI Road & Storm Water Improvement Project lizabeth A. Neville Southold Town Clerk Sworn before me this G day of rr&,� 2010. 'Notary Public • LINDA J COOPER NOTARY PUBLIC, State of New York NO.01C04322k3, Suffolk Coun y� Term Expires December 31, 20 • Southold Town Board - Letter Board Meeting of May 4, 2010 RESOLUTION 2010-355 Item # 5.23 � Af � ADOPTED DOC ID: 5902 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2010-355 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MAY 4,2010: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk to advertise for bids for the Fishers Island Road & Storm Water Imnrovement Project, in accordance with the plans and specifications prepared by Cashin Associates, and be it FURTHER RESOLVED that the notice shall be advertised in the Suffolk Times and The Day Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: William Ruland, Councilman SECONDER: Vincent Orlando, Councilman AYES: Ruland, Orlando, Talbot, Krupski Jr., Evans, Russell Generated May 5, 2010 Page 37 MAP OF THE COUNTY OF SUFFOLK PROJECT LOCATION M REGIONAL MAP FISHERS ISLAND ROAD AND STORMWATER IMPROVEMENT PROJECT TOWN OF SOUTHOLD, SUFFOLK COUNTY, N.Y. MAY 2010 LOCATION MAP 0 Cashin ENGINEERING iates, P.C. PROJECT SITES MANAGEMENT LIST OF DRAWINGS SHEET NO. DRAWING NO. 1. COVER 2. GN -1 3. GN -2 4. OV -1 5. TS -1 6.-12. CP -1 TO CP -7 13. PM -1 14.-16. MD -1 TO MD -3 17. MPT -1 18.-20. SC -1 TO SC -3 DRAWING TITLE COVER GENERAL NOTES AND LEGEND GENERAL NOTES PROJECT OVERVIEW TYPICAL SECTION CONSTRUCTION PLANS PAVEMENT MARKING PLAN MISCELLANEOUS DETAILS MAINTENANCE AND PROTECTION OF TRAFFIC PLANS SURVEY CONTROL PLAN 1200 Veterans Memorial Highway • Hauppauge, New York 11788 631.348.7600 601 Brickell Key Drive • Miami, Florida 33131 •305.579.2006 APPROVED BY: DATE: 5/5/2010 JOHN S RECK, PE CASHIN ASSOCIATES, P.C. GENERAL NOTES: 1. THE APPLICABLE DETAILS AND INFORMATION INCLUDED IN THE LATEST COMPILATION OF "THE SUFFOLK COUNTY DEPARTMENT OF PUBLIC WORKS, HIGHWAY, TRAFFIC, AND BRIDGE DIVISIONS STANDARD SHEETS", ARE TO BE USED, UNLESS OTHERWISE NOTED. 2. OTHER CONTRACTS MAY BE UNDER CONSTRUCTION DURING THE TIME OF THIS PROJECT, THE CONTRACTOR SHALL CONSULT WITH THE VARIOUS PARTIES AND SHALL COORDINATE HIS SCHEDULE AND OPERATIONS WITH THEIRS AT NO ADDITIONAL COST TO THE TOWN. 3• THE CONTRACTOR'S ATTENTION IS DIRECTED TO THE FACT THAT DUE TO THE NATURE OF CONSTRUCTION PROJECTS, THE EXACT EXTENT OF CONSTRUCTION WORK CANNOT ALWAYS BE ACCURATELY DETERMINED PRIOR TO THE COMMENCEMENT OF WORK. THESE CONTRACT DOCUMENTS HAVE BEEN PREPARED BASED ON FIELD INSPECTION AND OTHER AVAILABLE RECORD INFORMATION. ACTUAL FIELD CONDITIONS MAY REQUIRE MODIFICATIONS TO CONSTRUCTION DETAILS AND WORK QUANTITIES. THE CONTRACTOR SHALL PERFORM THE WORK IN ACCORDANCE WITH FIELD CONDITIONS AND AS DIRECTED BY THE OWNER'S REPRESENTATIVE. 4. THE CONTRACTOR IS NOT TO PERFORM WORK OR OTHERWISE ENTER UPON OR DISTURB PRIVATE PROPERTIES OUTSIDE THE ROADWAY RIGHT—OF—WAY OR THE ESTABLISHED EASEMENTS WITHOUT THE APPROVAL OR DIRECTION OF THE OWNER'S REPRESENTATIVE. IN THE EVENT THE OWNER'S REPRESENTATIVE DEEMS IT NECESSARY TO PERFORM GRADING, RESTORATION OR OTHER NECESSARY CONTRACT WORK ON PRIVATE PROPERTY, THE OWNER'S REPRESENTATIVE WILL FIRST CONTACT THE RESPECTIVE OWNER(S) TO OBTAIN A SIGNED RELEASE GIVING PERMISSION FOR THE CONTRACTOR TO ENTER UPON THE PROPERTY TO PERFORM SUCH WORK. 5. EXCAVATIONS SHALL BE CONDUCTED IN COMPLIANCE WITH NEW YORK STATE INDUSTRIAL CODE RULE NO. 23 & 53, AND OSHA SAFETY AND HEALTH STANDARDS (29 CFR 1926/1910). 6. IF CONSTRUCTION STORAGE YARDS ARE TO BE UTILIZED, THE CONTRACTOR SHALL SUBMIT A COPY OF HIS AGREEMENT WITH THE PROPERTY OWNER. HE SHALL ALSO OBTAIN PRIOR LOCATION APPROVAL FROM THE TOWN TO AVOID VIOLATION OF EXISTING ORDINANCES. THIS APPROVAL WILL NOT RELIEVE THE CONTRACTOR OF HIS RESPONSIBILITY TO ADEQUATELY SAFEGUARD THE LOCATION AND PUBLIC FROM HARM. THE CONTRACTOR SHALL BEAR ALL RESPONSIBILITY FOR HARM TO THE PUBLIC AND DAMAGE TO HIS TOOLS, EQUIPMENT AND MATERIALS. 7. ARCHAEOLOGICAL — WHEREVER ANY ITEMS WHICH HAVE ARCHAEOLOGICAL VALUE ARE ENCOUNTERED IN THE COURSE OF THE WORK, THE CONTRACTOR SHALL IMMEDIATELY HALT WORK IN THE VICINITY AND CALL TO THE ATTENTION OF THE OWNER'S REPRESENTATIVE THE PRESENCE OF SUCH ITEMS, THE OWNER'S REPRESENTATIVE WILL EITHER ORDER WORK TO PROCEED OR INSTRUCT THAT THE WORK BE HALTED UNTIL THE SUFFOLK COUNTY ARCHAEOLOGIST CAN BE CONSULTED AND PROPER STEPS CAN BE EMPLOYED TO PROTECT AND EXTRACT THE SPECIMENS. THE CONTRACTOR SHALL HAVE NO CLAIM TO THE OWNERSHIP OF ANY SUCH ITEM, OR TO EXTRA PAYMENT FOR DELAY WHICH MAY RESULT. 8. GROUNDWATER — THE COST OF DEWATERING, PUMPING, BAILING OR DRAINING GROUNDWATER ENCOUNTERED DURING THE COURSE OF CONSTRUCTION SHALL BE INCLUDED IN THE UNIT PRICES BID FOR THE VARIOUS ITEMS OF WORK IN THE PROPOSAL AND NO SEPARATE PAYMENT FOR THIS WORK WILL BE MADE. 9. SEDIMENTA11ON CONTROL — THE CONTRACTOR SHALL INSTITUTE SEDIMENT AND EROSION CONTROL MEASURES TO PREVENT SEDIMENT, CEMENT, OR ANY OTHER MATERIALS OR CONSTRUCTION DEBRIS FROM ENTERING THE DRAINAGE SYSTEM OR ANY WATERWAYS DURING ALL PHASES OF CONSTRUCTION. THE SEDIMENT AND EROSION CONTROL DEVICES AND PROCEDURES TO BE EMPLOYED BY THE CONTRACTOR SHALL MEET CURRENT STANDARDS ESTABLISHED BY SUFFOLK COUNTY AND THE N.Y.S. STANDARDS AND SPECIFICATIONS FOR EROSION AND SEDIMENT CONTROL THE CONTRACTOR SHALL MAINTAIN POSITIVE SURFACE DRAINAGE FLOW AT ALL TIMES DURING CONSTRUCTION. COSTS ASSOCIATED WITH THIS WORK ARE TO BE INCLUDED IN UNIT THE PRICES BID FOR THE VARIOUS ITEMS OF WORK IN THE PROPOSAL AND NO SEPARATE PAYMENT FOR THIS WORK WILL BE MADE. 10. AREAS BEYOND THE WORK LIMITS DISTURBED FOR ANY REASON BY THE CONTRACTOR AND HIS EMPLOYEES SHALL BE RESTORED TO THE SATISFACTION OF THE OWNER'S REPRESENTATIVE AT THE CONTRACTOR'S EXPENSE. 11. GRADING REQUIREMENTS — FINAL GRADING IN THE PROJECT AREA SHALL BE IN ACCORDANCE WITH THE ELEVATIONS, LIMIT LINES AND TYPICAL SECTIONS SHOWN IN THE PLANS, AND/OR AS ORDERED BY THE OWNER'S REPRESENTATIVE. 12. HIGH—VISIBILITY SAFETY APPAREL SHALL BE WORN BY ALL FOOT TRAFFIC WORKERS TO PROVIDE CONSPICUITY DURING BOTH DAYTIME AND NIGHTTIME USAGE. THIS SAFETY APPAREL SHALL MEET PERFORMANCE CLASS 2 OR 3 REQUIREMENTS OF THE ANSI/ISEA 107-2004 PUBLICATION ENTITLED "AMERICAN NATIONAL STANDARD FOR HIGH—VISIBILITY SAFETY APPAREL AND HEADWEAR". STORM DRAINAGE NOTES: 1. THE CONTRACTOR SHALL PROTECT ALL EXISTING DRAINAGE STRUCTURES AND PIPES TO BE RETAINED WHEN ADJUSTING INLETS, FRAMES AND COVERS. NO SEPARATE PAYMENT SHALL BE MADE FOR THIS WORK. THE CONTRACTOR SHALL REPAIR ANY DAMAGE TO THE SATISFACTION OF THE OWNER'S REPRESENTATIVE AT THE CONTRACTOR'S EXPENSE. 2. CLASS A CONCRETE SHALL BE USED FOR ALL DRAINAGE STRUCTURES. 3. ALL STORM DRAINAGE PIPE SHALL BE SMOOTH INTERIOR CORRUGATED POLYETHYLENE UNLESS OTHERWISE NOTED. 4• THE CONTRACTOR SHALL MAINTAIN AND CLEAN, TO THE SATISFACTION OF THE OWNER'S REPRESENTATIVE, ALL PORTIONS OF THE DRAINAGE SYSTEM CONSTRUCTED UNDER THE TERMS OF THIS CONTRACT UNTIL THE TIME OF FINAL ACCEPTANCE AT NO ADDITIONAL COST TO THE OWNER. ALL EXISTING DRAINAGE FACILITIES (STRUCTURES AND PIPES), AS DIRECTED BY THE OWNER'S REPRESENTATIVE, SHALL BE CLEANED PRIOR TO FINAL ACCEPTANCE. PAYMENT FOR CLEANING OF EXISTING DRAINAGE FACILITIES SHALL BE MADE UNDER ITEM 104B. 5. LOCATIONS OF EXISTING DRAINAGE STRUCTURES ARE APPROXIMATE ONLY. THE CONTRACTOR IS TO FIELD LOCATE AND CONNECT TO STRUCTURES ACCORDINGLY, SUBJECT TO THE APPROVAL OF AND AS ORDERED BY THE OWNER'S REPRESENTATIVE. 6. ALL EXISTING DRAINAGE APPURTENANCES (E.G. MANHOLE CASTINGS, INLET CASTINGS) TO BE REMOVED UNDER THE CONTRACT SHALL BE CAREFULLY SALVAGED, AND STORED BY THE CONTRACTOR AT A LOCATION DETERMINED BY THE TOWN FOR THE TOWN'S USE. DISPOSAL COSTS OF SALVAGED APPURTENANCES REJECTED BY THE TOWN SHALL BE INCLUDED IN THE VARIOUS CONTRACT ITEM BID UNIT PRICES. 7. THE EXCAVATION REQUIRED FOR THE INSTALLATION OF ALL PROPOSED DRAINAGE PIPES SHALL BE PERFORMED IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE CONTRACTOR SHALL BACKFILL THE PIPE TRENCHES WITH SUITABLE EXCAVATED MATERIAL. NO DIRECT PAYMENT WILL BE MADE FOR REHANDLING ANY EXCAVATED MATERIAL FOR THIS WORK AND THE COST THEREOF SHALL BE INCLUDED IN THE UNIT PRICES BID FOR THE APPROPRIATE PIPE ITEMS. 8. IN ORDER TO AVOID DISPLACING NEW STRUCTURES DURING THE BACKFILLING OPERATION, BACKFILL SHALL BE PLACED EVENLY TO BALANCE LOADING ON OPPOSITE SIDES OF THE DRAINAGE STRUCTURES, 9. THE CONTRACTORS ATTENTION IS DIRECTED TO OSHA STANDARDS, SECTION 1926.651(g), CONCERNING OCCASIONS OF POSSIBLE OXYGEN DEFICIENCY OR GASEOUS CONDITIONS THAT MIGHT BE ENCOUNTERED WHEN WORKING ON THE DRAINAGE SYSTEM. SHEETING NOTES: 1. SHEETING SHALL BE USED AS REQUIRED FOR THE SAFETY OF EMPLOYEES, THE PUBLIC AND PROPERTY EXPOSED TO THE HAZARDS OF FALLING OR SLIDING MATERIAL FROM ANY TRENCH (DR INTO ANY EXCAVATION. SHEETING SHALL BE ADEQUATE AND CONFORM TO THE PROVISIONS (CURRENT INDUSTRIAL CODE RULE 23 AND OSHA REQUIREMENTS. OF THE 2. A4 SHEETING DESIGN, IF REQUIRED, SHALL BE SUBMITTED TO THE OWNER'S REPRESENTATIVE FOR REVIEW AND COMMENT. THE SHEETING DESIGN SHALL BE STAMPED BY A LICENSED PROFESSIONAL ENGINEER, LICENSED IN THE STATE OF NEW YORK, AND SHALL CONSIST OF ALL APPLICABLE DESIGN CALCULATIONS AS WELL AS DESIGN DRAWINGS. ALL SHOP (DRAWINGS AND DESIGN CALCULATIONS MUST BE SUBMITTED AND REVIEWED PRIOR TO THE !START OF CONSTRUCTION. 3. THE CONTRACTOR SHALL PROVIDE TEMPORARY SHEETING WHERE REQUIRED ON THE PLANS ,AND AS DETERMINED TO BE NECESSARY. NO DIRECT PAYMENT WILL BE MADE FOR THIS WORK, COSTS SHALL BE SHALL BE INCLUDED IN THE UNIT PRICES BID FOR THE APPROPRIATE DRAINAGE ITEMS. 'SAWCUTTING NOTES: 1. (CUTTING PAVEMENT AND SIDEWALK UNDER ITEM 205 WILL BE PAID ONLY AT THE LOCATIONS INDICATED ON THE PLANS OR AS ORDERED BY THE OWNER'S REPRESENTATIVE. SAW (CUTTING FOR DRIVEWAY RESTORATION SHALL BE INCLUDED IN ITEM 205. WORK SEQUENCE NOTES: 1. 'THE CONTRACTOR SHALL COMMENCE CONSTRUCTION OPERATIONS ON THIS PROJECT AT THE CENTRAL AVENUE LOCATION. WORK AT THE CENTRAL AVENUE LOCATION MUST BE COMPLETED IN ITS ENTIRETY BEFORE THE CONTRACTOR SHALL BE AUTHORIZED BY THE OWNER'S REPRESENTATIVE TO PROCEED TO THE OTHER WORK LOCATIONS INCLUDED IN THE SCOPE OF 'WORK OF THIS PROJECT. CONSTRUCTION PLAN LEGEND 0 FULL DEPTH ASPHALT ROAD PAVEMENT CONCRETE SIDEWALK — ITEM 105 EXISTING HIGHWAY BOUNDARY EXISTING PROPERTY LOT LINES PROPOSED SAWCUT LINE — ITEM 205 DRIVEWAY/IN—KIND RESTORATION PAVEMENT REMOVAL TOPSOIL r �. ► FLOW ARROW STRUCTURE TYPE RIM OR LEGEND N INV. EL S DESCRIPTION EL E EXISTING PROPOSED FENCE INV. EL DRAWN BY MB CHECKED BY is 0 a ELEVATION IN PLAN 27.52 BENCH MARK CATCH BASIN KD` 0' CURB -- - --- -- CONTOUR LINES —a Ta � SHRUB MILLING AT PAVEMENT MEETS MILLING ALONG CURB LINE BUILDING FOUNDATION ! ------ DIRT DRIVEWAY OR ROAD EDGE OF ROAD - - - - - - - - UNDERGROUND ELECTRIC AND MANHOLE SIGN: TRAFFIC, RR. ETC. -'' UNDERGROUND TELEPHONE DUCT AND MANHOLE CURB ------ UTILITY POLE/GUY WIRE „ BUSH AND SHRUBS 0 C"• - M1'�i�' :� WATER MAIN AND VALVE -- W - UTILITY POLE/LIGHT TREE cs,}I GAS MAIN AND VALVE --- C. 8'J FIRE HYDRANT S- EDGE OF WOODS SANITARY SEWER LINE AND MANHOLE CATCH BASIN. LEACHING" BASIN FENCE -' - - TRAFFIC SIGNAL BOX GUARD RAIL PROPERTY LINE — - STRUCTURE TYPE RIM OR TG N INV. EL S INV. EL E INV. EL W INV. EL EL. 4 Cashin aces, P.C. ENGINEERING •PLANNIN �C S RUCTIONMANAGEMENT 1200 Veterans Memorial Highway • Hauppauge, New York 11788 • 631.348.7600 601 Brickell Key Drive - Miami, Florida 33131 • 305.579.2006 SUIFfy,1. a " TOWN OF SOUTHOLD 53095 Route 25, P.O. BOX 1179. Southold. New York 11971 IT ISA VIOLATION OF NEW YORK STATE EDUCATION LAW FOR ANY PERSON, UNLESS ACTING UNDER THE DIRECTION OF IN LICENSED PROFESSIONAL ENGINEER, TO ALTER AN ITEM ON THIS DRAWING IN ANY WAY. IF AN (TEN IS ALTERED, THE ALTERING ITEM I SHALL AFFIX LITHE ITEM HIS $EAE AND THE NOTATION ALTERED BA FO WED BY HIS SIGNATURE AND THE DATE OF R SUCH DESC ALTERATION. AND A SPEORIPTION OF THE ALTERAALTERATION.FlD DESC New �` Y 1P $� C`J * * r o: Z 0 �V� nC� 'OROFESSIONP�' DATE MAY 2010 GENERAL NOTES AND LEGEND D113.100 NO. DATE DESCRIPTION DESIGNED BY JF DRAWING NUMBER GN -1 FISHERS ISLAND ROAD AND STORMWATER IMPROVEMENT PROJECT DRAWN BY MB CHECKED BY is SCALE SCALE SHEET 2 OF 20 7. THE CONTRACTOR SHALL COORDINATE WITH UTILITY COMPANIES TO ADJUST THE EXISTING MANHOLE CASTINGS, VALVES, COVER SLABS, HYDRANTS AND GRATES TO PROPOSED GRADE. THE CONTRACTOR SHALL UTILIZE SUFFICIENT SURVEY CONTROL TO ASCERTAIN THE PROPER GRADE AND PITCH TO ESTABLISH THE PROPOSED FINISHED GRADE FOR THE ITEM REQUIRING ADJUSTMENT. 8. THE CONTRACTOR IS ADVISED THAT UTILITY RELOCATIONS OR HIGHWAY PERMIT CONSTRUCTION MAY PROGRESS WITHIN THE LIMITS OF THIS PROJECT DURING THIS CONTRACT. THE CONTRACTOR SHALL COORDINATE WITH EACH UTILITY OR PERMITEE AND SHALL BE RESPONSIBLE FOR THE ADJUSTMENT OF FACILITIES WITHIN THE TOWN RIGHT OF WAY UNLESS OTHERWISE STATED IN THE PLANS AND SPECIFICATIONS. IF SUCH WORK MAY CAUSE A DELAY WITH RESPECT TO THE COMPLETION DATE OF THIS PROJECT, THE CONTRACTOR MUST NOTIFY THE OWNER'S REPRESENTATIVE IN WRITING SO THAT APPROPRIATE STEPS SHALL BE TAKEN. g. THE CONTRACTOR'S ATTENTION IS DIRECTED TO UTILITIES IN THE AREA. CONTRACTOR SHALL SATISFY HIMSELF AS TO THE EXACT LOCATION OF ALL THE UTILITIES AND WILL TAKE EVERY PRECAUTION NOT TO DISTURB THEM. THE CONTRACTOR SHALL NOTIFY THE AFFECTED UTILITY COMPANIES WHEN SERVICE CONNECTIONS TO ADJACENT PROPERTY OWNERS WILL BE ENCOUNTERED DURING CONSTRUCTION OPERATIONS AT LEAST ONE (1) WEEK PRIOR TO WORKING IN THAT LOCATION. THE CONTRACTOR'S ATTENTION IS ALSO DIRECTED TO THE POSSIBILITY OF ENCOUNTERING GROUND WATER DURING EXCAVATION AND WILL PROCEED WITH HIS WORK HAVING FULL KNOWLEDGE THEREOF. ENGINEERCa` P.C. MANAGEMENT 1200 Veterans Memorial Highway • Hauppauge, New York 11788 • 631.348.7600 601 Brickell Key Drive • Miami, Florida 33131 - 305.579.2006 13. RESTORE ALL DRIVEWAYS AS DIRECTED BY THE OWNER'S REPRESENTATIVE OR AS SHOWN ON THE PLANS. 14. THE CONTRACTOR'S ATTENTION IS DIRECTED TO THE VEHICLE AND TRAFFIC LAW OF THE STATE OF NEW YORK IN REGARD TO THE SIZE AND WEIGHT OF VEHICLES. THE CONTRACTOR IS HEREBY NOTIFIED THAT NO VEHICLE IN EXCESS OF THE LIMITS SET BY THE VEHICLE AND TRAFFIC LAW WILL BE ALLOWED ON ANY PUBLIC ROAD. 15. THE CONTRACTOR SHALL PERFORM HIS WORK IN SUCH A MANNER AND SEQUENCE AS TO MAINTAIN ONE-WAY OR TWO-WAY TRAFFIC (AS CURRENTLY EXISTS) ON EXISTING ROADS WHILE MAINTAINING FULL ACCESS TO ADJACENT PRIVATE PROPERTY. TEMPORARY PAVEMENT AND THE ASSOCIATED WARNING DEVICES SHALL BE INSTALLED BY THE CONTRACTOR IN ACCORDANCE WITH THE LATEST EDITION OF THE NATIONAL MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES WITH NEW YORK STATE SUPPLEMENT. THE APPROPRIATE ILLUSTRATIONS IN SAID MANUAL SHALL BE APPLIED FOR ALL DETOURS AND SITUATIONS WHICH INTERFERE WITH TRAFFIC. 16. ANY TRENCH, PIT OR OTHER EXCAVATION THAT IS OPEN AND UNATTENDED SHALL BE PROTECTED, AS DIRECTED BY THE OWNER'S REPRESENTATIVE, WITH FENCE, BARRICADES OR ANOTHER APPROVED METHOD. NO DIRECT PAYMENT WILL BE MADE FOR THIS WORK. ALL EXCAVATIONS SHALL BE CONDUCTED IN COMPLIANCE WITH NEW YORK INDUSTRIAL CODE RULE NO. 23 AND INDUSTRIAL CODE PART (RULE NO.) 53 AND OSHA SAFETY AND HEALTH STANDARDS (29 CFR 1926/1910). TOWN OF SOUTHOLD -o5L1FHll,t. 53095 Route 25. P.O. Box 1179. Southold. New York 11971 ISL SHERS ROADI AND STORMWATER IMPROVEMENT PROJECT SURVEY NOTES: ROADWAY CONSTRUCTION NOTES: MAY 2010 1. HORIZONTAL AND VERTICAL CONTROL IS INDICATED ON THE PLANS. ALL STAKEOUT AND LAYOUT 1. UNSUITABLE MATERIAL, INCLUDING EXCESS TOPSOIL, SHALL BE REMOVED AND DISPOSED OF AS 17. THE CONTRACTOR SHALL GRADE, SEED AND MULCH AS SHOWN ON PLANS OR AS DIRECTED BY DESIGNEDBY WORK IS TO BE PERFORMED BY THE CONTRACTOR. NO ADDITIONAL PAYMENT WILL BE MADE ORDERED BY THE ENGINEER. PAYMENT TO BE MADE UNDER ITEM 2B UNCLASSIFIED EXCAVATION. THE OWNER'S REPRESENTATIVE. PERSON. UNLESS ACTING LINGER FOR THIS WORK. COST TO BE INCLUDED IN THE UNIT PRICES BID FOR THE VARIOUS CONTRACT JF THE OIRECTON OF A LICENSED PROFESSIONAL ENGINEER. TO ITEMS. 2. SIDEWALK -CURB RAMPS OR DEPRESSED CURBS SHALL BE CONSTRUCTED BY THE CONTRACTOR 18. THE CONTRACTOR SHALL NOT WORK ON BOTH SIDES OF THE ROADWAY IN THE SAME AREA AT GENERAL NOTES DRAWN BY AT LOCATIONS INDICATED ON THE CONTRACT PLANS AND WHERE DIRECTED BY THE OWNER'S THE SAME TIME UNLESS APPROVED BY THE OWNER'S REPRESENTATIVE. 2. ELEVATIONS SHOWN HEREIN REFER TO AN ASSUMED DATUM. HORIZONTAL COORDINATES REPRSENTATIVE RAMPS SHALL BE CONSTRUCTED TO MEET LATEST FEDERAL REQUIREMENTS. THE MB SHOWN REFER TO THE NORTH AMERICAN DATUM OF 1983 (NAD83), NEW YORK STATE PLANE, ACTUAL LOCATION OF THE RAMP AND / OR DROP CURB SHALL BE OF THE RAMP AND / OR LONG ISLAND. SHALL AFRx TO THE ITEM HIS DROP CURB SHALL BE OF THE RAMP AND / OR DROP CURB SHALL BE DETERMINED IN THE FIELD BY THE OWNER'S REPRESENTATIVE. RAMPS AT CORNER QUADRANTS SHALL BE SEAL AND THE NOTATION 3. THE CONTRACTOR SHALL REESTABLISH ALL BENCHMARKS AND CONTROL TIE POINTS IMPACTED ALTERED BY FOLLOWED BY HIS PAID FOR UNDER ITEM 105. �n� �� BY THE PROPOSED WORK. DESCRIPTIONS ARE INCLUDED WITHIN THE CONTRACT DOCUMENTS. SIGNATURE AND THE DATE OF SUCH ALTERATION, AND A SPEURC .p� p'�UF �p� 4. THE CONTRACTOR'S ATTENTION IS DIRECTED TO THE EXISTENCE OF PROPERTY LINE MARKERS, 3. WHERE SIDEWALK AND/OR CURB ARE TO BE REMOVED AND REPLACED, THE OWNER'S STRUCTURAL NOTES: DESCRIPTION OF THE ALTERATION. PIPES, MONUMENTS, STAKES, ETC., THAT FALL ON OR NEAR THE WORK AREAS. THESE REPRESENTATIVE WILL ESTABLISH THE ACTUAL REMOVAL LIMITS. MARKERS ARE TO BE RETAINED. IN THE EVENT THESE MARKERS ARE REMOVED, BROKEN OR 4 ALL SLOPES ARE TO BE TRIMMED AND GRADED TO MEET EXISTING GROUND CONDITIONS AS 1. ALL CONCRETE ITEMS SHALL UTILIZE AIR -ENTRAINED CONCRETE. DESTROYED BY THE CONTRACTOR, THEY SHALL BE REPLACED BY A NYS LICENSED SURVEYOR, . RETAINED BY THE CONTRACTOR AT HIS EXPENSE, USING MARKERS OF EQUAL SIZE AND QUALITY DIRECTED BY THE OWNER'S REPRESENTATIVE. ALL AREAS DISTURBED BY THE CONSTRUCTION 2. CLASS A CONCRETE SHALL HAVE A MINIMUM COMPRESSIVE STRENGTH AT 28 DAYS OF 4000 IN THE IDENTICAL LOCATION AS THE ORIGINAL MARKERS. SHALL BE GRADED AND FINISHED AS INDICATED ON THE TYPICAL SECTIONS, SHOWN ON THE PSI. PLANS, OR AS DIRECTED BY THE OWNER'S REPRESENTATIVE. 3. REINFORCING STEEL SHALL CONSIST OF DEFORMED BILLET -STEEL BARS CONFORMING TO ASTM 5. ALL MANHOLE COVERS IN ROADWAY AREAS SET BY THE CONTRACTOR SHALL BE SET FLUSH SPECIFICATION A615, GRADE 60 STEEL UTILITY NOTES: WITH THE FINISHED PAVEMENT. 4, WELDED WIRE FABRIC SHALL CONFORM TO ASTM SPECIFICATIONS A185 OR A497. 6. COMPACTION OF ALL BACKFILL MATERIAL IS TO BE IN ACCORDANCE WITH ALL APPLICABLE 1. UTILITIES ARE SHOWN FROM AVAILABLE SOURCES FOR INFORMATIONAL PURPOSES ONLY. AS PROVISIONS OF STANDARD HIGHWAY PRACTICES AND AS PRESCRIBED IN THE CONTRACT REQUIRED, UTILITIES SHALL BE MARKED OUT AND RELOCATED BY THE UTILITY OWNER. THE DOCUMENTS. ALL BACKFILL MATERIAL IS TO BE MECHANICALLY COMPACTED IN LIFTS NOT CONTRACTOR SHALL COORDINATE THE WORK ACTIVITIES WITH THE OWNING UTILITY OR TO EXCEED 6 INCHES, AT A MOISTURE CONTENT SUITABLE FOR ATTAINING THE REQUIRED DENSITY. AUTHORITY AT NO ADDITIONAL COST TO THE OWNER OR AUTHORITY. 2. THE CONTRACTOR IS CAUTIONED THAT UTILITY INFORMATION SHOWN ON THE DRAWINGS IS NOT 7. JETTING OF PIPE TRENCHES OR AROUND STRUCTURES (DRAINAGE, SANITARY OR UTILITY) WILL GUARANTEED. THE LOCATIONS OF UNDERGROUND UTILITIES SHOWN ON THE DRAWINGS ARE NOT BE PERMITTED UNLESS OTHERWISE APPROVED BY THE OWNER'S REPRESENTATIVE. APPROXIMATE. OTHER UNDERGROUND FACILITIES NOT SHOWN MAY EXIST. IT IS THE B. THE SLOPE OF SIDEWALKS AT ALL HANDICAP RAMPS IS TO TRANSITION AS ORDERED BY THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THE EXACT TYPES, LOCATIONS, SIZES AND OWNER'S REPRESENTATIVE TO MEET THE 1 ON 12 SLOPE REQUIRED. THE DROP CURB REVEAL MATERIALS OF UNDERGROUND UTILITIES PRIOR TO WORKING IN THE AREA AND TO AVOID (I.E. LIP AT GUTTER LINE) FOR EACH RAMP SHALL NOT EXCEED 1/4". INTERFERENCE THEREWITH. ANY DAMAGE CAUSED BY THE CONTRACTOR'S OPERATIONS SHALL BE REPAIRED AT THE CONTRACTOR'S EXPENSE. 9. THE BURNING OF ANY MATERIALS ON THE CONTRACT SITE IS STRICTLY PROHIBITED. 3. THE CONTRACTOR SHALL BECOME AWARE OF ALL VOLTAGES CARRIED IN OVERHEAD OR UNDERGROUND UTILITY SERVICES. 10. THE CONTRACTOR SHALL STRICTLY ADHERE TO THE CURRENT PROVISIONS SET FORTH AND CONTAINED WITHIN A.C.I. RECOMMENDATIONS AND GUIDELINES FOR "HOT" WEATHER CONCRETING 4. THE CONTRACTOR SHALL INDEPENDENTLY DETERMINE WHETHER OR NOT CONFLICTS EXIST WITH (A.C.1.305R) AND "COLD" WEATHER CONCRETING (A.C.1.306R). PROPOSED WORK. 11. AT THE COMPLETION OF WORK COVERED BY THE CONTRACT, THE CONTRACTOR SHALL CLEAR 5. AS REQUIRED, ALL GAS, ELECTRIC, TELEPHONE, AND CABLE TV OWNED UTILITIES SHALL BE ALL AREAS WITHIN THE R.O.W. OF CONSTRUCTION DEBRIS TO THE SATISFACTION OF THE ADJUSTED BY THE CONTRACTOR. ORDER TO AVOID CONFLICTS, THE CONTRACTOR OWNER'S REPRESENTATIVE AND LEAVE THE AREA IN A NEAT, ORDERLY CONDITION. SHALL COORDINATE HIS WORK EFFORTS WITH THE OWNING UTILITY AT NO ADDITIONAL COST TO THE OWNER. 12. WHENEVER ITEMS IN THE CONTRACT REQUIRE MATERIAL TO BE REMOVED AND DISPOSED OF, THE COST OF SUPPLYING A DISPOSAL AREA AND TRANSPORTATION TO THAT AREA SHALL BE 6. UTILITY POLES AND GUY WIRES NEEDING SUPPORT DURING CONSTRUCTION SHALL BE DONE BY INCLUDED IN THE UNIT PRICES BID FOR THE APPLICABLE ITEMS. AND COORDINATED WITH THE OWNING UTILITY AT THE CONTRACTOR'S EXPENSE, 7. THE CONTRACTOR SHALL COORDINATE WITH UTILITY COMPANIES TO ADJUST THE EXISTING MANHOLE CASTINGS, VALVES, COVER SLABS, HYDRANTS AND GRATES TO PROPOSED GRADE. THE CONTRACTOR SHALL UTILIZE SUFFICIENT SURVEY CONTROL TO ASCERTAIN THE PROPER GRADE AND PITCH TO ESTABLISH THE PROPOSED FINISHED GRADE FOR THE ITEM REQUIRING ADJUSTMENT. 8. THE CONTRACTOR IS ADVISED THAT UTILITY RELOCATIONS OR HIGHWAY PERMIT CONSTRUCTION MAY PROGRESS WITHIN THE LIMITS OF THIS PROJECT DURING THIS CONTRACT. THE CONTRACTOR SHALL COORDINATE WITH EACH UTILITY OR PERMITEE AND SHALL BE RESPONSIBLE FOR THE ADJUSTMENT OF FACILITIES WITHIN THE TOWN RIGHT OF WAY UNLESS OTHERWISE STATED IN THE PLANS AND SPECIFICATIONS. IF SUCH WORK MAY CAUSE A DELAY WITH RESPECT TO THE COMPLETION DATE OF THIS PROJECT, THE CONTRACTOR MUST NOTIFY THE OWNER'S REPRESENTATIVE IN WRITING SO THAT APPROPRIATE STEPS SHALL BE TAKEN. g. THE CONTRACTOR'S ATTENTION IS DIRECTED TO UTILITIES IN THE AREA. CONTRACTOR SHALL SATISFY HIMSELF AS TO THE EXACT LOCATION OF ALL THE UTILITIES AND WILL TAKE EVERY PRECAUTION NOT TO DISTURB THEM. THE CONTRACTOR SHALL NOTIFY THE AFFECTED UTILITY COMPANIES WHEN SERVICE CONNECTIONS TO ADJACENT PROPERTY OWNERS WILL BE ENCOUNTERED DURING CONSTRUCTION OPERATIONS AT LEAST ONE (1) WEEK PRIOR TO WORKING IN THAT LOCATION. THE CONTRACTOR'S ATTENTION IS ALSO DIRECTED TO THE POSSIBILITY OF ENCOUNTERING GROUND WATER DURING EXCAVATION AND WILL PROCEED WITH HIS WORK HAVING FULL KNOWLEDGE THEREOF. ENGINEERCa` P.C. MANAGEMENT 1200 Veterans Memorial Highway • Hauppauge, New York 11788 • 631.348.7600 601 Brickell Key Drive • Miami, Florida 33131 - 305.579.2006 13. RESTORE ALL DRIVEWAYS AS DIRECTED BY THE OWNER'S REPRESENTATIVE OR AS SHOWN ON THE PLANS. 14. THE CONTRACTOR'S ATTENTION IS DIRECTED TO THE VEHICLE AND TRAFFIC LAW OF THE STATE OF NEW YORK IN REGARD TO THE SIZE AND WEIGHT OF VEHICLES. THE CONTRACTOR IS HEREBY NOTIFIED THAT NO VEHICLE IN EXCESS OF THE LIMITS SET BY THE VEHICLE AND TRAFFIC LAW WILL BE ALLOWED ON ANY PUBLIC ROAD. 15. THE CONTRACTOR SHALL PERFORM HIS WORK IN SUCH A MANNER AND SEQUENCE AS TO MAINTAIN ONE-WAY OR TWO-WAY TRAFFIC (AS CURRENTLY EXISTS) ON EXISTING ROADS WHILE MAINTAINING FULL ACCESS TO ADJACENT PRIVATE PROPERTY. TEMPORARY PAVEMENT AND THE ASSOCIATED WARNING DEVICES SHALL BE INSTALLED BY THE CONTRACTOR IN ACCORDANCE WITH THE LATEST EDITION OF THE NATIONAL MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES WITH NEW YORK STATE SUPPLEMENT. THE APPROPRIATE ILLUSTRATIONS IN SAID MANUAL SHALL BE APPLIED FOR ALL DETOURS AND SITUATIONS WHICH INTERFERE WITH TRAFFIC. 16. ANY TRENCH, PIT OR OTHER EXCAVATION THAT IS OPEN AND UNATTENDED SHALL BE PROTECTED, AS DIRECTED BY THE OWNER'S REPRESENTATIVE, WITH FENCE, BARRICADES OR ANOTHER APPROVED METHOD. NO DIRECT PAYMENT WILL BE MADE FOR THIS WORK. ALL EXCAVATIONS SHALL BE CONDUCTED IN COMPLIANCE WITH NEW YORK INDUSTRIAL CODE RULE NO. 23 AND INDUSTRIAL CODE PART (RULE NO.) 53 AND OSHA SAFETY AND HEALTH STANDARDS (29 CFR 1926/1910). TOWN OF SOUTHOLD -o5L1FHll,t. 53095 Route 25. P.O. Box 1179. Southold. New York 11971 ISL SHERS ROADI AND STORMWATER IMPROVEMENT PROJECT 0113.100 GN -2 SHEET 7 OF 0F NEw MAY 2010 IT ISA UATION NEW YORK STATE EDUCATION LAATION LAW FOR ANY 'lQ' SCM DESIGNEDBY r0, PERSON. UNLESS ACTING LINGER JF THE OIRECTON OF A LICENSED PROFESSIONAL ENGINEER. TO GENERAL NOTES DRAWN BY ALTER AN ITEM ON THIS DRAWING IN ANY WAY. IF AN ITEM IS r W MB ALTERED. THE ALTERING ENGINEER SHALL AFRx TO THE ITEM HIS CHECKED BY SEAL AND THE NOTATION V\ ALTERED BY FOLLOWED BY HIS �n� �� JS SIGNATURE AND THE DATE OF SUCH ALTERATION, AND A SPEURC .p� p'�UF �p� SCALE DESCRIPTION OF THE ALTERATION. ESSIa SCALE 0113.100 GN -2 SHEET 7 OF ltl Aa 4 r' k, t Ml -0 i t t�•':'..t{ pa a" eJiI ... ;/ // *xit� A#u i•. ' tax} r'x a>x,4 r.. i ..''T"ri ,,. .. it '' • W,i:.t 'T ';eyF, a _y - a . t AA' L '8 "xat a SHEETqv CP -3 hl�,tl 'I'Moo t. t. ati • ,A.t M'¢n k".C}�`iw I[i ti a nZv , 2.. x : x SHEET . ARE1 -3cP i•vi i ; 4 i av'; .,s hJ}t rah WEST° AREA "2" HARBORx AREA N3N SHEET CP -Y2 N= w j \� ,l' m �. ;ku k,�x* �;i;• ,m# Y. ;1T'.:. I ,ia „4`.x 1 �i� "� •` p r � „ It 4 •, V l` r� F s : , t. v. A {i. ti ' p .. .,.. .. \h 6" r t - x"' , \ atx a� tiF .r S Ilk i,:x':. �{ / 1 A �._ TOWN HIGHWAY YARD' - _ - CONTRACTOR STAGING AREA �A _ will ,� ` �s SHEET CP -6 SHEET b SHEET CP-7� Njil1 :#I Y "dy'r'1i i NI 3 .. 041 �.� 200: I�� 0 200 4D0 °. 1 4111111111; #' SCALE, 1' = 200' , - t•'} ? ,<x. :a°5xyx ,, a P� , DATE D713.1D0 TOWN OF SOUTH OLD �� of New r MAY 2010 4 NO. DATE DESCRIPTION IT ISA EDUCATION OF NEW YORK 53095 Route 25, P.O. Box 1179. Southold. New York 11971 STATE EDUNUESS LAW FOR ANY 1Q' N { DESIGNED BY DRAWING NUMBER PERSON. DI UNLESS ACTING UNDER �'0 B.M. Cashin 2tes, P.C. HE DIRECTION OP I LICENSED PROJECT FISHERS ISLAND PROFESSIONAL ENGINEER, TO ANTER AN ITEM ON THIS TEMIDRAWING PRAWN BY O ` , ENGINEERING-PLANNIN C S UCTION MANAGEMENT IN ANY WAY. ALTERING AN ITEM R � w B.M. V ROAD AND STORMWATER SHAULpArnxTMEITEM HIS W OVERVIEW SHALL AAND TD THE ITEM HIS O'- �? CHECKED BY IMPROVEMENT PROJECT SEAL AND THE NOTATION ry� n j ALTERED BY FOLLOWED BY HIS SIGNATURE AND THE DATE OF PQF NPS 1200 Veterans Memorial Highway • Hauppauge, New York 11788 • 631.348.7600 SUCH ALTERATION, AND A RATION.SPECIFIR ES SCALE DESCRIPTION OF THE ALTERATION. 1'a=200a SHEET 4 OF 2D 601 Brickell Key Drive • Miami, Florida 33131 - 305.579.2006 Car, ENGINEERING PROPERTY RIGHT OF WAY LINE SEE STONE SWALE SECTION DETAIL ITEM 80-X STC SWALE ITEM 123 TSX TOPSOIL AND SEED UNLESS OTHERWISE NOTED ON PLANS GRADE TO MEET EXISTING - INSTALL EROSION CONTROL MAT AS NECESSARY IN-KIND PAVEMENT/DRIVEWAY RESTORATION SEE PLAN OF LOCATIONS PROPERTY RIGHT OF WAY LINE ITEM 51FX 1 1/2" TOP COURSE ASPHALT CONCRETE ITEM 51FX 1 1/2' DENSE BINDER ASPHALT CONCRETE (TYP.) ITEM 50OSS 5" MIXED -IN-PLACE RECYCLED BASE COURSE, (TYP.) ITEM 123 TSX TOPSOIL AND SEED UNLESS OTHERWISE NOTED ON PLANS GRADE TO MEET EXISTING 1:3 MAX (TYP) IN-KIND PAVEMENT/DRIVEWAY RESTORATION SEE PLAN OF LOCATIONS PROPERTY RIGHT OF WAY LINE P. C. MANAGEMENT 1200 Veterans Memorial Highway Hauppauge, New York 11788 • 631.348.7600 601 Brickell Key Drive Miami, Florida 33131 • 305.579.2006 VARIES SEE PLAN ITEM 51 FX 1 1/2" TOP COURSE ASPHALT CONCRETE ITEM 51 FX 1 1/2" DENSE BINDER ASPHALT CONCRETE (TYP.) ITEM 50OSS 5" MIXED -IN-PLACE RECYCLED BASE COURSE, (TYP.) ITEM 123 TSX TOPSOIL AND SEED UNLESS OTHERWISE NOTED ON PLANS GRADE TO MEET EXISTING 1:3 MAX (TYP) VARIES SEE PLAN 50' 26' (VARIES) ITEM 2B REMOVE ANDD REPLACE UNSUITABLE MATERIAL A.O.B.E. TYPICAL SECTION CENTRAL AVE STA. 1+97 TO STA. 7+39 SLOPE VARIES 2% MIN. 6% MAX SLOPE VARIES 4" CROWN (TYP). 6% MAX ITEM 51 FX 1 1/2" TOP COURSE ASPHALT CONCRETE ITEM 51 FX 1 1/2" DENSE BINDER ASPHIALT CONCRETE (TYP.) ITEM 50OSS 5" MIXED IN-PLACE RECYCLED BASE COURSE, (TYP.) VARIES 50' (TYP) VARIES SEE PLAN ITEM 28 REMOVE AND-/ REPLACE UNSUITABLE MATERIAL A.O.B.E. VARIES 50' (TYP) REVEAL VARIES 0"-4" ITEM 105 CONCRETE SIDEWALK SEE PLANS FOR LOCATIONS(TYP) VARIES SEE PLAN SLOPE VARIES 4" CROWN (TYP). REVEAL VARIES O"-4" 6% MAX ITEM 2B REMOVE ANDD REPLACE UNSUITABLE MATERIAL A.O.B.E. ITEM 1D5 CONCRETE SIDEWALK SEE PLANS FOR LOCATIONS(TYP) TOWN OF SOUTHOLD 53095 Route 25. P.O. Box 1179. Southold, New York 11971 FISHERS ISLAND ROAD AND STORMWATER IMPROVEMENT PROJECT IN-KIND PAVEMENT/DRIVEWAY RESTORATION PROPERTY RIGHT OF WAY LINE GRADE TO MEET EXISTING CUT - 6% MAX FILL - 10% MAX IN-KIND PAVEMENT/DRIVEWAY RESTORATION SEE PLAN OF LOCATIONS VARIES 4' (TYP) 2% TYP PROPERTY RIGHT OF WAY UNE GRADE TO MEET EXISTING 1:3 MAX (TYP) ITEM 123 TSX TOPSOIL AND SEED UNLESS OTHERWISE NOTED ON PLANS IN-KIND PAVEMENT/DRIVEWAY RESTORATION SEE PLAN OF LOCATIONS _ VARIES 4' (TYP) 2% TYP IT IS A MOLATION OF STATE EDUCATION LA THE DIRECTION OF A PROFESSIONAL ENDP ALTER AN ITEM ON TAI: IN ANY WAY. IF AN PROPERTY RIGHT OF WAY LINE GRADE TO MEET EXISTING 1:3 MAX (TYP) ITEM 123 TSX TOPSOIL AND SEED UNLESS OTHERWISE NOTED ON PLANS MAY 201D DESIGNED BY JF DRAWN BY MB CHECKED BY JS SCALE N.T.S. TYPICAL SECTIONS 0113.100 TS -1 PROPOSED / CENTERLINE STA. 1+00 j CONTRACT / LIMITS . L\ (AREA "'I TO BLDG STA. 1 MATCH EXIS PAVEMENT FI BLDG 5d s N /F QAGLE`, REID SCOTT REID JAVES REID 7.64 7 LTIY GRASS ITEM 100 8'0 LEACHING BASIN 4' DEPTH W/GRATE STA. 3+36 OFF. 20.3' L TG EL 5.35 INV 2.75 } ITEM 100 8'0 LEACHING BASIN 4' DEPTH W/GRATE STA. 2+29 OFF. 18.1' L TG EL 5.65 INV 2.75 ITEM 2B REMOVE 260 SF EXISTING SIDEWALK HEDGE r- S 3.57.73 07 * 09 - s Qq 2H r 8 26 -�\ & 765 7,22 . 6.87, IN i EX. EOP \`( , 6. G APPROXIMATE GRASS ROW ?-1 N/F FISHERS SLAND YACHT CLUB ooh% i. WEST FAR T07 5,98 ya l/_/ i Euvcr '6.oa' 130LJLDER -' PROTECT AND MAINTAIN FENCE LOOSE S rorlE rvI /F BAGLEY REID \ ASPHALT DRAIN SWALE SEE DETAIL ON THIS DRAWING 103 LF 15` SLOTTED CPEP 7 -13+ UTILITY POLE G. 6.74 6.�3 6 ITEM 100 8'0 LEACHING BASIL 4' DEPTH W/GRATE AND FOOTING RING STA. 3+21 OFF. 21.5' R TG EL 5.9 INV 3.0 ITEM 102-8 ITEM 100 6 CATCH BASIN W/ 8'0 LEACHING BASIN BEE HIVE GRATE 4' DEPTH W/GRATE STA. 3+50 STA. 5+04 OFF. 19.3' L OFF. 19.9' L TOP SLAB EL 6.0 TG EL 5.48 INV 3.35 INV 2.75 55- ITEM 100 8'0 LEACHING BASIN 4' DEPTH W/GRATE STA. 3+66 OFF. 20.3' L ITEM 123TSX TOPSOIL & TG EL 5.35 SEEDING ON PREPARED INV 2.75 AREAS (TYP.) 131 LF 15" W/ EROSION CONTROL MAT SLOTTED CPEP LIMITS OF SWALE AREA ITEM 80-X REMOVE EXIST. STONE SWALE DRAIN STRUCTURE 1126 (TYP.) r C UTILITY" POLE 3" THICK ASPHALT DRAIN SWALE ASPHALT AT CATCH BASIN PERIMETER 5.40 EL = 5.70 O TOP AB 5 4 E =6. 0 0 5.4 .40 EXISTING __- - \2. -_w- WAI E}:MAIM 2 PROPOSED 4 Q� EOP �h 6.11 6.10 6.11 P,.I/F FISHERS SLAND UTILITY COMPNTI), INC. ITEM 100 7, 8'0 LEACHING BASIN 4' DEPTH W/ RETICULINE GRATE ASPHALT DRAIN SWALE DETAIL AND FOOTING RING STA 7+'30 BLDG NOTE: ASPHALT DRAIN SWALE PAVING SHALL COINCIDE / OFFS 9.8' L WITH PAVING OPERATIONS ON CENTRAL AVENUE. IT IS TG EL 9.13 THE INTENT TO ELIMINATE A JOINT BETWEEN CENTRAL , - \/ , AVENUE AND THE ASPHALT DRAIN SWALE. - " INV 6�0� \ zl BLDG APPROXIMATE ROW 9. S3 ' - IT UTILITY POLE � 9 .i8 +6 "r -P 8.I ; 1fD701 _-A-g,62 "-�--'9.08 APPRCAMA TL DISI. LP AREA � � � POU- . -R �69 .. T° �`.. F EX. EOP ki 65 SV 1: 0: ill Ili�o00 o o o3�Ooa�° ..4__� i! w - • - . , 6.25 s as 67 6.10 6 n1 6 1x6.22- CENTRAL VENYE ` 6.35 6.48 7 01-5 6.60 7 s 79+50 63 s 51 ss2 s+� 13' f'- 6 ,5 4 50 4 5+00 7 +6 71 6 + 4+00 5+50 �77 27 R 7 T26 6 616 6.63 6.62 6 69 6.54 6 38 / �� s1 6.746 _ .._-6-57 s, e 6-7e 7.00 ° °-, 6 ea 7.12' 7 6 80 GAS \PUMP 10 71'I 42 LF 15" Fes\ CPEP ® sy� 83% UP� + sk. REMOVE EXIST. 5 69 dos DRAIN PIPE LOOSE \TORE ABANDON EXIST. DRAIN 6421 STRUCTURE F 5 G5 \ AnnnnVIkA A TC 98 6 7'_ 1 7 33 F SLP,)i ASP�iALT 71 MOBIL I SERVICE STATION I 6 66 1 r6 74 1 -1 81 -F6 15 I CAR I PORT z - I t 3 9 ` E- EX. EOP 7 20 4 H7 32 �H7 30 PROPOSED 7.1 FULL -DEPTH EOP 7?5 PAVEMENT IN -KIND - (SEE TYPICAL PAVEMENT/DRIVEWAY SECTION) LOOSE RESTORATION STORE PROTECT AND MAINTAIN CONIC ISLAND N /F GOOSE SLAI�ID CORIFORATIOUI BLDG i a 8 -�r`T 5 9A WA, WvA' 9r � 9 'b 552°8.06' a e i F FCHg21' � �0 6x Ax_�'V1.12 2�e� a 8.10 9� i oA- h , o �} � 6 h0 i �'T x STA. 8+00 CONTRACT � LIMITS (AREA "1„) 9'� STA. 7+39 MATCH EXISTING PAVEMENT FLUSH 8.75 HYDRANT o ' ,,x 8.65 �"� � 13 LF 15" CPEP @ /8.7 ��° ��0.77% 8 ITEM100 ix 8'0 LEACHING BASIN 9.50 21PI'S 9.50 4' DEPT W/ RETICULINE\GRATE / II A AND FOOTING+22RING ti 8.15 STA. 7+22 /J-- z 8.10 F. ?o +e 9 OFF. 11.82' R / S 29 7.9 GRASS TG EL 9.0 SWAL/ AREA INV 5.9 i �. - +7 H6 CONTRA40 SHALL FILL AND E 3= L2�-7�RADE EST�N RUTTED AREAS WITH APPR, PRIATE FILL DEEMED , ACCEPTA�E\ B� THE OWNER'S REPRES,N_ATIIVE. COST OF LOOSE st6rl� . . THIS WORK �S TO BE INCLUDED IN THE U IT PRICES BID F�R ' 3HE VARIOUS \\.-t�I�RACT ITEM b I CONTRACT LIMITS \ 730 7 5 96 I_ - BLDG BLDG 6.69 7_60 WEST HARBOR X (AREA „1„) ET IN /F i7 67 \ TOWNI OF SOUTHOLD GRASS \7 24 �c DOCK BEAM I_ � "t7 47 I7 fro �----------- 1 6 89 G 83 JI �� 6 66 6 08 7.10 LEGEND 6.75 X PROPOSED ELEVATION 8.58 TGX PROPOSED TOP -OF -GRATE ELEVATION 20 0 20 40 60 �E OF NEwY P * * W �Ji s o� � ,p,, ' A'OEESSI�NP DATE MAY 2010 CENTRAL AVENUE CONSTRUCTION PLAN AREA "1" 0113.100 NO. DATE DESCRIPTION DESIGNED BY B.M. DRAWING NOMBER ■ ■ Iy FISHERS ISLAND ROAD AND STORMWATER IMPROVEMENT PROJECT DRAWN BY B.M. SCALE, V = 20' CHECKED 8Y J.S. A Cashin iates, P.C. ENGINEERING • PLANNI V C N I RLJCTI❑N MANAGEMENT 1200 Veterans Memorial Highway Hauppauge, New York 11788 • 631.348.7600 601 Brickell Key Drive Miami, Florida 33131 • 305.579.2006 V TOWN OF SOUTHOLD 53095 Route 25, P.O. Box 1179, Southold, New York 11971 T 1E EDUCATION LAW FOR PERSON, UNLESS ACTING UNDER THE DIRECTION OF A LICENSED PROFESSIONAL ENGINEER, TO ALTER AN ITEM IF THIS DRAWING A ANY THE ALTERING AN ITEM Is ALTERED, FIXTOTHEITEM HIS SHALL AFFIX TO THE ITEM HIS SEAL AND THE NOTATION 'ALTERED BY' FOLLOWED E HIS SIGNATURE AND THE DATE OF SUCH ALTERATION. ANDA SPECIFIC DESCRIPTION OF THE ALTERATION. �E OF NEwY P * * W �Ji s o� � ,p,, ' A'OEESSI�NP DATE MAY 2010 CENTRAL AVENUE CONSTRUCTION PLAN AREA "1" 0113.100 NO. DATE DESCRIPTION DESIGNED BY B.M. DRAWING NOMBER ■ ■ Iy FISHERS ISLAND ROAD AND STORMWATER IMPROVEMENT PROJECT DRAWN BY B.M. CHECKED 8Y J.S. SCALE 1��=20� SHEET 6 OF 20 0%0 �D 19� CONTRACT LIMITS (AREA "2") III LLI BLDG LU U) �O LIMIT OF PAVING CONTRAC1 LIMITS P MEET EXISTING FLUSH ITEM 105 (AREA "2') BILDG 34.16 CONCRETE LIMIT OF F AVING 34.08 NEWS CAFE SIDEWALK BILDC MEET Exis r 13 EM 28 & I EM 102-A P x ING FLU H -IT PI 33.58 RE LACE EXI T. DRAIN �. 1, , TRANSITION FROM (TYP.) E EXI 12 ITEM 103 STRUCTURE at 6" T 03 -SET 4" REVEAL 7 E ITEM 1 REPI. ACE & STA 5+41 3 .19 REPLACE & RESET 3" 1 Is A & FRAME & GR TE -----OFF 13.10 L L AVEMENT 3�.69 STIR CTURE FRAME & GRATE STA 4+87 TG EL] 30.70 S 3 3 32.86 32.46 31.82 D TAIL STA 4+48 34�07 3:� 05 31.72 OFF 32.54' L INV--Mj F -13 Z) - 31.49 OFF 13.23' L 32.36 31,96 J' H`� co 1.17 TG EL 3� D 31 22 31 15 ITEM 1 11 c" 0, \%a(7 X 32 31 31 56 5TG EL 30.40 4 -EQUESTRIAN AV d7 4.46-, TX 39 18 E STA 5+75.32 3 '32 ji 46 1; REMOVE T �r, - C - 36 �1ORIENTAL AVE STA 0+00.00 XISTINGG� FWAUT 31 ')7 NC SIDEWALK Y6 9� 30 1 1 51 00 31 J 47 3196 EX�STVG c( M 60 �b 'I H .81 j I � 17 37 TREE STUMP '31 5 j X C, '39 _, I X \ 32 3' 3 82 1.29 ---- - -- 32 21-1 5 31 1 \\,3 �23 9 31 7 �l 1-1 \ 3� 3 '87 30 EXIS1111 - I � I 1 31 -Ilk C, 31 N.50 1 2- 36 31 .31 0 D e-, 3 84 1 � -I 1 0 \��l 56 24 3 3049 JI '5 I, Ul 3' 48 3202 31 50 3 08 330 89 3�..2z 31.82 2+00 31 �1 7 �1'0.50 31.2331,0:� �30D -9 > 33.52 JI 08 30.9 89 A3 1, J 1 1.32 2:1;�O 30.9D 30. 3 30.75 30.90 1.03 TE �1 77 IG 'ji 65 :�i 53 3+00 31.63 3+50 31.40 X 69 32.29 X 4+00 30.50 j 3j '7 07 1 X 'A 30 40 A+50 .70 5+50 �-i 30.99 �2 X 15 32.17 31 90 33.68 3? 61 31 87 31 88 31 72 31 58 X .2 31)56 6+00 31.96 30.88 EQUESTRIAN AVENUE' B 30.9W8 X 6 FONE STREET STA. 0+00.00 GQ/�TE �91 31 86 -33 32.00 -3' '1 1 31.2!5 X �1 �35 7 8, 31 3 EQUESTRIAN AVE STA 1+61.24 3.3.36 0, �)2 - P.4 �21 31 ?4 9 31.38 60 32.55' - 4 �'2 0 31 b/ - G E 31.20 1 29 33-3 '2' 0. 31 01 31 68 31 83 31�83 33.57 3 X 6 5 X 39 10 51.24`7 31 35 31,39 31.49A1 �'3 9 10 x 311. 01 X-�4� ITEM 123TS 31 90 31.91 , 31 9 - _4� X .31 � 914 3� 6/ 31 38 �"26 33.46 31 '9 33. PAT TOPSOIL & \33.13 M ATHOL CRESCENT STA. O+OC ZI 17 O�72 31 9�' SEED (TYP.) U, TEM 103 ITEM 103 10 1. OQ 31 /11,� P jo 8:5 31 9 RIEPLACE REPLACE & RESET ORIENTAL AVE STA 0+28.1,// DRIVEWAY 33.46 FRAME & GRATE FRAME & GRATE \ 1 6' 'jQ1 31.64 1�1 RESTORATION 0 STA 3+20 STA 4+47 1� < 01� 32..98 31ADO 31 �1 SEE DETAIL OFF 18.86' R OFF 14.87' R X 00 1, A -1 (TYP.) 01 6, TG EL 30.68 TG EL 30.71 BASE MATERIAL 41 0 �9, 1�� 32.00 0< TO BE ASPHALT 3258 3Z78 9� 32�25 MILLINGS 32.60 32.33 14 ITEM 103 32.93 3 REPLACE & RESET 2.00 32.60 cb FRAME & GRATE .7x 1, L, rl,'� A5, STA 1+62 Q� 6 il, 64 X LF OFF 10.30' L 3 1�1 '5 TG EL 32.21 \c" 59 �b 10 311.-64 0 32 x 32.91 o, d� 0 X 32.4 ITEM 104B 15 `3 POST OFFICE �, A (�I C -ANI EXISTING �j STRUGTURE TO REMAIN 2.00 32.94 1 10, STA 1-+44 32.61 OFF 10.00' R TG EL 31.94 33.36 J 1�� / , X �32.85 BASE MATERIAL 32.99 TO BE ASPHALT k.63 HP X MILLINGS 32. B ITEM 33.80 H EXISTING CONCRETE 3.39 TO BE REMOVEDt,'1-X 33.0 1 A) < FONE �TREET STA. 2+97.00 ORIENTAL AVE STA 2+78.99 �A X �b AREA "2" 1,35 33.68 33.35 �y AREA "Y + /37 3. 0 33.93 20 0 20 40 60 7 3.60 1 EI SCALE; 1' 20' DATE NO. DATE DESCRIPTION TOWN OF SOUTHOLD k�- MAY 2010 0113.100 ITISA VIOLATION OFNEWYORK 53095 Route 25, P.O. Box 1179, Southold, New York 11971 STATE EDUCATION LNWFORANY DESIGNED BY EQUESTRIAN AVENUE PERSON, UNLESS ACUNGUNDER C�) DRAWING NUMBER E Cashin i8tes, P.C. THE DIRECTION OF A I-CENSED PROFESSIONAL ENGINEER. TO ENGINEERING - PLANNI �1711-11--TION MANAGEMENT FISHERS ISLAND ALTER AN IMM ON T11S DRANNG CONSTRUCTION PLAN IN ANY WAY. IF AN IMM IS DRAWN BY ALTERED. THE ALTERING ENGINEER r- M.B. I ROAD AND STORMWATER SHAUL AFFIX TO THE ITEM HIS SEAL AND THE NOTATION cl�-k CP -2 "A-TERED By' FOLLOWED BY HIS CHECKED BY Hauppauge, New York 11788 - 631.348.7600 SUCH ALTERAIION, AND A SPECIFIC 1200 Veterans Memorial Highway IMPROVEMENT PROJECT SIGNATURE AND THE DAM OF U S J. S. 601 Brickell Key Drive Miami, Florida 33131 - 305.579.2006 DESCRIPTION OF THE ALTERATION. SCALE AREA '02" 1"=20' SHEET 7 OF 20 EQUESTRIAN AVENUE .-. NORMAL CROWN (TYP. ) SEE PAVEMENT STRUCTURE DETAIL w 8+50 TRANSITION TO SUPER ELEVATION ATHOL CRESCENT o. ° .•A. TRANSITION TO SUPER ELEVATION TEM 1D3 REPLACE AND RESET EXIST, =RAME AND GRATE AS REQUIRED. STA 8+99 OFF 5.86' L / TG EL V,LF. NV EL V.I.F. SUPER TRANSITION ELEVATED h- TO MEET EXISTING ITEM 105 SEE PAVEMENT CONCRETE STRUCTURE DETAIL SIDEWALK q (TYP.) SUPER ELEVATED 0 X z c M LIMIT OF PAVING MEET EXIST. FLUSH CONTRACT LIMITS (AREA "2") ITEM 1 D4B CLEAN EXIST. STRUCTURE TO REMAIN STA 5+OD OFF 7.66' R TG EL V.I.F. TRANSITION TO MEET EXIST. 5+ LIMIT OF PAVING MEET EXISTING FLU SH CONTRACT LIMITS (AREA "2") xwv- CR 20 0 20 40 60 SCALE, V = 20' Cashin aces, P.C. • PLANNIN * C S UCTION MANAGEMENT 1200 Veterans Memorial Highway • Hauppauge, New York 11788 • 631.348.7600 601 Brickell Key Drive • Miami, Florida 33131 • 305.579.2006 *(c TOWN OF SOUTHOLD 53095 Route 25. P.O. BOX 1179, Southold, New YOfk 11971 IT ISA DUCATION LOF AW FOR ANY STATE EDUCATION LAW FOR ANY RERSON, UNESS ACTNG UNDERDESIGNED THE OISIONAL DF A LI. TO ALTER SIGNAL ENGINEER. TO AN ITEM ON THIS N ANY WAY. IF AN TEM IS ,SHA ED, THE ALTERING ENG NEER SHALL RAND I THE ,TEL HIS SEAL AND THE NOTATION ALTERED BA FOLLOWED D E HIS SIGNATURE AND THE DATE OF sures ALIENATION. AND A SPECIFIC DESCRIPTION OF THE ALTERATION. �Cf NE w y �Q` *,rJ'F n �7nf �` �rU E$$t0 p' DATE MAY 201D EQUESTRIAN AVENUE ATHOL CRESCENT PLAN AREA '�2'� D113.100 N0. DATE DESCRIPTION BY DRAWING NUMBER //��ALTER _7ENGINEERING `v JDalROAD FISHERS ISLAND AND STORMWATER IMPROVEMENT PROJECT OftAWN 8Y/ M,B.CONSTRUCTION CHECKED BY �s. SCALE 1"=20' SHEET 8 OF 20 AREA 2" AREA "3" X33.60 93 X 3.60 CONTRACT LIMITS (AREA "3") Vn W1 tx UQ LIMIT OF PAVING MEET EXISTING (TYP.) X52.89 SEE TYPICAL r SECTIONS X49.53 7 0 R 53.2 46.37 7+ 0 X34.50 X35.55 )<37.37X43.17 l' 50.04 .� X52.89 X39.99 46.86 6+ 0 X49.53 1 0 36.00 0 5 0 5 0 43.68 OR�FJ�TAL AVENUE 34.97 37.88 40.50 46.37 X X34.50 X35.56 X )39.99 43.17 37.37 X58.04 +50 X57.79 57.69 11+00 X ORIENTAL AVENUE 57. 57.54 X57.35 11+50 X57.17 57.27 o X57.29 12+�00 X57.00 I 5 X57.79 50 X56.82 57.22 12+CE (TYP.) X58.14 SEE TYPICAL X56.66 13+00 SECTIONS 57.62 X58.50 X57.10 13+50 58.05 X58.85 X 14+00 57.60 58.50 X58.10 56.44 g+ 0 56.77 X56.44 CONTRACT LIMITS (AREA "3") LIMIT OF PAVING MEET EXISTING 58.79 X P` 58.25 X X57.52 3+u50 9+An ... r '57.85 X 57.52 1 X59.13 X59.50 X140 15 0 58.87 59.30 X58.60 X58.90 X59.10 U�7LIMIT OF PAVING MEET �ZW EXISTING WCONTRACT LIMITS <L(AREA °3") X58.76 X58.54 59.00 9+5058.20 ' X58.15 X58.50 X57.86 LIMIT OF PAVING l� MEET EXISTING CONTRACT LIMITS (AREA "3") g� 9� G� X59.00 \ 0 16 58.6Q� 1 59.25 A 15 X58.60 59.05 X58.85 58.29 57. 10 1 57.52W SII 20 0 20 40 60 IMMMMMN�l 6m" SCALE: V = 20' Cashinces, P.C.THE *VCS ENGINEERING • PLA.NNUCTION MANAGEMENT 1200 Veterans Memorial Highway Hauppauge, New York 1 1788 . 631.348.7600 601 Brickell Key Drive ' Miami, Florida 33131 ' 305.579.2006 �S1YFWh- �e 71 1 . TOWN OF SOUTH OLD 53095 Route 25. P.O. Box 1179. Southold, New York 11971 OF NEW YORK IT ISA EDUCATION STATE EDUNLES5 LAW FOR ANY PERSON. UW.E55 ACTING UNDER DISIONAL OF A LICENSED PROFESSIONAL ENGINEER• TO ALTER AN ITEM ON THIS DRAWING A ANY WAY. AN 40INTEN 19 ALTERED, THEToTHALTERING ITEM SHALL RAND To ITEM HIS SEAL AND THE NOTATION ALTERED BA FOLLOWED D BY HIS SIGNATURE AND THE DATE n SUCH ALTERATION. AND A SPEanC DESCRIPTION OF THE ALTERATION. ` Of NfW �` r 1Q' 5 * * _ V� �nG� �t1 PNP "V ESSID DATE MAY 2010 ORIENTAL AVENUE CONSTRUCTION PLAN >tr >f1 AREA 0113.100 NO. DATE DESCRIPTION DESIGNED BY J.F. DRAWING NUMBER A^\ - A 4 FISHERS ISLAND ROAD AND STORMWATER IMPROVEMENT PROJECT DRAWN BY M.B. CHECKED BY J.S. SCALE 1"=2O' SHEET 9 OF 20 (TYP.) SEE TYPICAL SECTIONS X 53.99 X X '51 X f X51.95 X52.63 53.31 �� X X56.91 55.55 52.97 .87 50.77 X51.02 51.27 k50 58.05 N 17+ 0 17+50 1 +00 1 +50 0 1 +50 2 +00 2 +50 2 +00 2 +50 2 +00 2 +50 2 57.95 57.09 54.48 53.30 5251,10 51.35 51.60 52.28 52.96' 53.64 54.321ss.aa ORIENTAL A�NUE .-�s�X57.72 X56.78 X55.55 X52.97 X51.87 X50.77 51.02 X51.27 X51.95 X52.63 53.31 53.9 CONTRACT LIMITS (AREA "3") LIMIT OF PAVING MEET EXISTING rf4 gi�v w X54.67 54.,90 X 55.55 x 55.03 X X55.38 23+50 24+00 24+50 X55.74 55.87 I N 5+00 2@+50 0 5.00 55.36 55.71 ORIENTAL 53,99 56.20 X54.67 '55.03 0 54.32 � s 53.99 CONTRACT LIMITS (AREA "3") LIMIT OF PAVING MEET EXISTING rf4 gi�v w X54.67 54.,90 X 55.55 x 55.03 X X55.38 23+50 24+00 24+50 X55.74 55.87 I N 5+00 2@+50 0 5.00 55.36 55.71 ORIENTAL AVENUE56.07 56.20 X54.67 '55.03 X55.38 '55,74 X55.87 CashinMCSRLUCTION ces, P.C. INENGINEERING •PLANNMANAGEMENT 1200 Veterans Memorial Highway Hauppauge, New York 11788 • 631.348.7600 601 Brickell Key Drive Miami, Florida 33131 • 305.579.2006 X55.59 3+00 X55.28 3+50 55.92 1155.61 X55.59 X55.28 X54.83 +00 55.16 X54.83 TOWN OF SOUTHOLD 53095 Route 25. P.O. Box 1179, Southold. New York 11971 FISHERS ISLAND. ROAD AND STORMWATER IMPROVEMENT PROJECT X54.38 +50 54.71 X54.38 54,63 R+nn 54 96 54.63 W- '1 X5 4.88 55.1 55.46 X55.13 38 .71 55.38 20 0 20 40 60 SCALEI C = 20' OF NEW MAY 201D D113.100 IT ISA MOLATION OF NEW YORK ORIENTAL AVENUE x DESIGNED BY DRAWING NUMBER STATE EDUCATION LAW FOR ANYQI`NQUDER SP1 L'D PERSON, UNLESS ACTING UNDER A LICENSED c THE DIRECTION OF PROFESSIONAL ENGINEER. TO * CONSTRUCTION PLAN o DRAWN BY M.B. ALTER AN HEM ON THIS N DRATEM IS IN ANY WAY. IF AN ITEM IS /� /lv- ALTERED, THE ALTERING ENGINEER SHALL AFFIX To THE ITEM HIS W W CHECKED BY SEAL AND THE NOTAT10N ALTERED BY FOLLOWED BY HIS 'v SIGNATURE AND THE DATE OF �]] �V� A J S '"'391 " AREA 3 G SCALE - SUCH ALTERATION. AND A SPECIFIC ��.' NPL ESS1a •• DESCRIPTION OF THE ALTERATION. 1"=20' SHEET 10 OF 20 � a CONTRACT LIMITS (AREA "3") LIMIT OF PAVING MEET EXISTING 48.05 49,92 2 3 M 8.38 1( 54.64 30' �� 52.15 3 +50 > LieG O � ASPHALT TIP UP GUTTER 9G 5D.25 5.38 48.05 55.34 9 (TYP.) 5 X 8 a +oo X 55.63 X 56.86 G 7.01 SEE TYPICAL 56.35 52.48 49.92 SECTIONS X +50 X 55.38 3 *00 55.88 55X6 X 57.38 56.D9 56-56.3 .18 -4 56 56.88 63 X +00 X 5 X 3 X 54.71 52.15 55.90 X 3 +50 XN 3450 56.68 54.38 55.53 56.21 3 +00 3 +50 3 +00 3 +50 3 +00 57.71 X 56,46 56.71 56.96 57.21 57.46 X 55.88 56.35 X . ORIENTAL AVENUE . X 18 ITEM 1048 56.13 56.38 56. 3 56,88 57.3 57.38 CLEAN EXISTING STRUCTURE TO REMAIN STA 29+56 OFF 16.81' L TG EL 54.64 44.44 43.62 45.36 X X 42.28 (TYP.) X SEE TYPICAL 37+50 3 00 41.48 46.44 37+00 44.22 43.42 3 50 X 40 75 SECTIONS X 45.16 42.61 3 00 X 39.87 It 3+ 0 44.02 43.22 X 41.81 3 SO X 48.05 46.77 X4.96 42.28 X ORIENTAL AVENUE 41.0 a Oo 39.06 4 X 41.48 X C" 40.2 38.26 8.38 46.44 40.75 i 4 SO X X 39.39 37.45 39.87 4 0o X 48.05 39.06 38.59 4 50 36.40 X 38.25 37.78 4 00 35.94 37.45 36.7 4 s X 36.27 36.40 35.94 s � 2 i rr CCc L� v c z a ci x v 20 0 20 40 60 c c SCALE, V = 20' _ c c v 4 C TOWN OF SOUTHOLD QF NEW DATE ((�� MAY 201D 0113.100 A NO. DATE DESCRIPTION IT IS VIOLATION 6 NEW YORK 't` Y 53095 Route 25. P.O. Box 1179, Southold, New York 11971 STATE EDUCATION LAW FOR ANY �P ORIENTAL AVENUE (� PERSON. UNLESS ACTING UNDER r'7 DESIGNED BY DRAWING NUMBER c Q' THE DIRECTION OF A LICENSED * ' * U•F• Cashin ates P.C. PROFESSIONAL ENGINEER• TO CONSTRUCTION PLAN f ALTER AN ITEM ON THIS DRAWING DRAWN BY j FISHERS ISLAND IN ANY WAY. IF AN ITEM IS M.B. ENGINEERING • PLANNIN C S RUCTION MANAGEMENT ALTERED. THE ALTERING ENGINEER lu ROAD AND STORMWATER SHALL AFFIX TO THE ITEM HIS Z SEAL AND THE NOTATION V� CHECKED BY 1 '" IMPROVEMENT PROJECT ALTERED BY FOLLOWED D E HIS U „ „ SIGNATURE AND THE DATE OF �O F. c SUCH ALTERATION. AND A SPECIFIC ��' NPS AREA 3 1200 Veterans Memorial Highway Hauppauge, New 1 - 11788 631.348.7600 DESCRIPTION OF THE ALTERATION. ESS1O SCALE 601 Bricl<ell Key Drive Miami, Florida 33131 305.579.2006 1"=20' SHEET 11 OF 20 c 5.94 36.27 11yy�i 0 X35.48 ? 35.94 4 05'81 X35.01 y4 X 35.46 4 So 35.34 X 35.01 27.77 + 25.07 1y�y 50 21.77+ 561 28.1 4 +0o I 25.4 27.77 OR►ENTAL+AVENU N 22.1 o+so 25.3 E 21.77 Car, ENGINEERING P.C. MANAGEMENT 1200 Veterans Memorial Highway Hauppauge, New York 11788 • 631.348.7600 601 Brickell Key Drive Miami, Florida 33131 • 305.579.2006 0'? 1 CONTRACT LIMITS (AREA "3") p LIMIT OF (PAVING 0 MEET EXIST. FLUSH h 2 + 19.87 + 17.7E 19.87 17.43+ 17.43 r� (TYP.) I SEE TYPICAL SECTIONS +16.10 LIMIT OF PAVING MEET EXIST. FLUSH CONTRACT LIMITS (AREA "3") LIMIT OF PAVING MEET EXIST. FLUSH CONTRACT LIMITS (AREA "3") TOWN OF SOUTHOLD 53095 Route 25, P.O. Box 1179, Southold. New York 11971 FISHERS ISLAND ROAD AND STORMWATER IMPROVEMENT PROJECT MAY 201D DESIGNED BY J.F. DRAWN BY M. 9. CHECKED BY J.S. SCALE 20 0 20 40 60 SCALE, L" = 20' ORIENTAL AVENUE CONSTRUCTION PLAN AREA ''391 D113.100 CP -7 SHEET 1Z OF 27.:7� 2.1 C� IF 29.5 X %04 X34.55 27.77 4 0p o X34.08 (TYP.) 29.85 34.88 N X34.55 S0 X33.79 SEE TYPICAL SECTIONS X 31.27 X29.52 34.41 34.12 X34.08 4 +00 X33.50 X32.04 + 0.131.60 33.83 X33.20 X32.82 X33.79 ORIENTAL 47+32.37 00 X31.27 AIENUE a o0 4 +50 X 33.50 33.53 33.15 X32.04 X 33.20 X 32.82 1 CONTRACT LIMITS (AREA "3") p LIMIT OF (PAVING 0 MEET EXIST. FLUSH h 2 + 19.87 + 17.7E 19.87 17.43+ 17.43 r� (TYP.) I SEE TYPICAL SECTIONS +16.10 LIMIT OF PAVING MEET EXIST. FLUSH CONTRACT LIMITS (AREA "3") LIMIT OF PAVING MEET EXIST. FLUSH CONTRACT LIMITS (AREA "3") TOWN OF SOUTHOLD 53095 Route 25, P.O. Box 1179, Southold. New York 11971 FISHERS ISLAND ROAD AND STORMWATER IMPROVEMENT PROJECT MAY 201D DESIGNED BY J.F. DRAWN BY M. 9. CHECKED BY J.S. SCALE 20 0 20 40 60 SCALE, L" = 20' ORIENTAL AVENUE CONSTRUCTION PLAN AREA ''391 D113.100 CP -7 SHEET 1Z OF MATCH EXIST. 4" YELLOW FULL BARRIER LINE 4" YELLOW FULL BARRIER LINE (TYP.) 24" WHITE CROSSHATCHING ( TYP. ) r , I 2+00 42 7% CONTINUE 4"YELLOW FULL BARRIER LINE ALONG ORIENTAL AVENUE CENTERLINE TO STA. 51+23. BREAK AS NECESSARY FOR INTERSECTIONS. 4+00 I II I ' 1 i I I %i E V1 i ExI511P1 G 4+50 5+00 EQUESTRIAN AVENUE Juu.w CONTINUE 4" YELLOW FULL BARRIER LINE ALONG EQUESTRIAN AVENUE CENTERLINE TO STA. 9+34 I I 20 0 20 40 60 1. - SCALE: 1" = 20' A Cashin aces, P.C. ENGINEERING •PLANNIN C S RUCTION MANAGEMENT 1200 Veterans Memorial Highway • Hauppauge, New York 11788 • 631.348.7600 601 Bricl<ell Key Drive Miami, Florida 33131 305.579.2006 *(@a TOWN OF SOUTHOLD 53095 Route 25. P.O. Box 1179. Southold, New York 11971 IT ISA DUCATION OF NEW YORK STATE EDUCATION LAW FOR ANY PERSON, UNLESS ACTING UNDER THE DIRECTION OF A DRAWNUCENSEO PROFESSIONAL ENGINEER, TO ALTER AN ITEM LT THIS ENGINEER G S ANY WAY. IF AN ITEM I SHALL AFFl% TD THE ITEM HIS ��REO,THE ALTTHE NOTATIN �SEEAL AND THE NOTATION ALTERED BA FOLLOWED D E HIS SIGNATURE AND THE DATE IDI SUCH ALTERATION. AND A SPECIFIC DESCRIPTION OF THE ALTERATION. �iOF NEW " '� �'Z' N * * r W O� 2 'DE$SIONQ� DATE MAY 2010 PAVEMENT MARKING PLAN 0113.100 N0. DATE DESCRIPTION DESIGNED BY JF DRAWING NUMBER P M -1 FISHERS ISLAND ROAD AND STORMWATER IMPROVEMENT PROJECT DRAWN BY MB CHECKED BY J5 SCALE 1"=20' SHEET 13 OF 20 8' DIA. X 8" THICK 4,000 PSI REINFORCED CONCRETE TRAFFIC COVER -USE: #4 BAR © 4" O.C. EACH WAY a 4000 PSI PRECAST CONCRETE LEACHING RING, TYP. 6oz. NON -WOVEN FILTER FABRIC (WRAP STRUCTURE AND EXCAVATION PERIMETER) COMPACTED CLEAN SAND AND GRAVEL BACKFILL CAST IRON FRAME & GRATE CAMPBELL FOUNDRY PATTERN #1182B OR APPROVED EQUAL ASPHALT PAVEMENT 0 ,-i '" I11, 1 i �- 4000 PSI CONCRETE 8'__A 12" FOOTING RING (TYP.) STR 1' MIN. TEM 28 REMOVEAND REPLACE UNSUITABLE MATERIAL A.O.B.E. LEACHING BASIN DETAIL TOPSOIL (4") AND SEEDING ON PREPARED AREAS ITEM 123TSX TRENCH LIMITS OF EXCAVATION AND BACKFILL WITH SUITABLE EXCAVATED MATERIAL. COST INCLUDED IN UNIT PRICE BID FOR PIPE ITEM PIPE TRENCH DETAIL M Of 0_ O U 2 FT AND VARIES z o SEE PLANS — Y OR A.O.B.E. >Q aw LL 1% MIN ARIES w . w O ' � Y wU Q M ITEM 2B REMOVE ANC REPLACE UNSUITABLE MATERIAL A.D.B.E. LATION UNDER ROA 12" RCA OR MIXED -IN-PLACE RECYCLED BASE COURSE - COST TO BE INCLUDED BID UNIT PRICES FOR VARIOUS ITEMS IN CONTRACT. V'T I I TRENCH LIMITS OF EXCAVATION AND BACKFILL WITH SUITABLE EXCAVATED MATERIAL. COST INCLUDED IN THE UNIT PRICE BID FOR THE PIPE ITEM I PROPOSED PIPE INVERT I EXCAVATION SUPPORT/PROTECTION SYSTEM, AS REQUIRED (COST INCLUDED IN PIPE ITEM) SEAL JOINT ITEM 71-T BITUMINOUS TACK COAT EXISTING ASPHALT CONCRETE DRIVEWAY ITEM 205 FULL DEPTH SAWCUT ITEM 51FX ASPHALT TOP COURSE MATCH EXISTING THICKNESS; 1 1/2" MIN. ITEM 50DSS MIXED -IN-PLACE RECYCLED BASE COURSE ASPHALT DRIVEWAY RESTORATION 2% (TYP,) 4" COMPACTED SUB -GRADE ON CENTER .- I CROSSWALK (WHITE) 1 2" ( TYP. ) CONCRETE SIDEWALK DETAIL B'_ 24" (TYP.) TYP.) 4 FULL -DEPTH SAW CUT NEW PAVEMENT SECTION ITEM 205 SEE TYPICAL SECTIONS CROSSHATCHING (WHITE) �� 12" VARIES EXISTING PAVEMENT ASPHALTIC TACK COAT ITEM 71T STOP SIGN ON SIDE DETAIL FOR MEETING EXISTING i STREET 12 SOLID PAVEMENT AT FULL DEPTH AREAS 50' 1 WHITE CURB STOP BAR (TYP.) EDGE OF PAVEMENT OR FACE OF CURB 4" YELLOW FULL BARRIER MARKING PROVIDE 4" BRICK FOR FRAME AND GRATE SHALL BE CENTERLINE OF DOUBLE YELLOW LINE FINAL ADJUSTMENT OF CAMPBELL FOUNDRY PATTERN CASTING NUMBER 3AND STOP BAR DETAIL GALVANIZEDD RETICULINE GRATE OR APPROVED EQUAL 2'-6" _ 00 z 2'-6" a wza I - �ao PLAN ITEM 2B REMOVE AND/ REPLACE UNSUITABLE MATERIAL A.O.B.E. ITEM 102-A CATCH BASIN RECTANGULAR FINISH GRADE PAVEMENT SECTION (SEE PAVEMENT STRUCTURE DETAIL) WWF 6"x6" 4/4 CONTINUOUS IN ALL FOUR WALLS B"(TYP) SOLID 6" CONCRETE FLOOR OR FOOTING W/ 12"X12" OPENING FILLED WITH GRAVEL ITEM 51FX 1 1/2" TOP COURSE ASPHALT CONCRETE ITEM 51FX 1 1/2" DENSE BINDER ASPHALT CONCRETE ITEM 5ODSS 5" MIXED -IN-PLACE RECYCLED BASE COURSE PAVEMENT STRUCTURE DETAIL BARRIER LINE (YELLOW) EDGELINE (WHITE) PAVEMENT MARKING DETAILS FINISH GRADE o f-8"�I ASPHALT WEARING SURFACE 4000 PSI CONCRETE AT 28 DAYS CURB DETAIL o Cashin ates, 1 P.C.rea ENGINEERING •PLANNIN C S RUCTION MANAGEMENT 1200 Veterans Memorial Highway - Hauppauge, New York 11788 • 631.348.7600 601 Brickell Key Drive • Miami, Florida 33131 • 305.579.2006 �, '"�' TOWN OF SOUTHOLD 53095 Route 25, P.O. Box 1179, Southold, New York 11971 IT ISA VIOLATION CODF NEW YORK FERs EDUCATION LAWFOR ANY HE DI, UNLESS A L UNDER ALT DAN ITEM OF A LICENSED PROFESSIONAL ENGINEER, TO PROF SI ITEM ON NNIS DRAWING AND WAV. T AN DEN R ALTERED,IS SHALL AAND TD THE NOT HIS SHALLArnx To THE ITEM HIS SEAL AND THE NOTATION ALTERED BY' FOLLOWED D E HIS SUCHSIGNATURE AND THE DATE OF ALTENATDN, ANDA SPECIFIC DEGa21PTCN OF THE ALTERATION. DESCRIPTION ( OF NEly '�4 Y �Q N �H C'J y * /A On �V= , PREF faP�' ESSIO DATE MAY 201D MISCELLANEOUS DETAILS D113.100 NO. DATE DESCRIPTION DESIGNED BY JF DRAWING NUMBER M FISHERS ISLAND ROAD AND STORMWATER IMPROVEMENT PROJECT DRAWN BY MB CHECKED BY is SCALE N, T.S. SHEET 14 OF 20 LIMITS OF SWALE AREA MEET EXISTING ITEM 123TSX 4" TOPSOIL AND SEED ITEM 123TSX 4" TOPSOIL W/ EROSION CONTROL MAT AND SEED W/ EROSION— CONTROL MAT 2 MAX 1 COMPACTED CLEAN BACKFILL ITEM 80—X ITEM 14PLS—S-15 in MEET EXISTING Cal ENGINEERING LO 00 WIDTH VARIES* ITEM 80—X f 1' PAYMENT LIMITS STONE SWALE EDGE OF r 6" DEPTH PAVEMENT / 2.00% I, VARIES 3 MAX SEE PLANS FOR ELEVATION 6 oz. FILTER FABRIC 2' TYPICAL STONE SWALE SECTION DETAIL ITEM 123TSX 4" TOPSOIL AND SEED 3 MAX 1 7.1 VARIES SEE PLANS FOR ELEVATION 3 MAX 1� GRASS SWALE SECTION DETAIL P.C. MANAGEMENT 1200 Veterans Memorial Highway • Hauppauge, New York 11788 • 631.348.7600 601 Brickell Key Drive • Miami, Florida 33131 - 305.579.2006 *iTEM 80—X PAYMENT WIDTHS COMPACTED STATION WIDTH STONE 2+25 1' BACKFILL 2+50 2' 3+00 3.5' 4+OD 3' 4+50 6' Z 5+00 4' 5+10 2' 15" SLOTTED CPEP 5+40 1' SEE PLANS FOR LOCATIONS MEET EXISTING UNCLASSIFIED EXCAVATION ITEM 2B REMOVE TOP SLAB AND UPPER REMOVE FRAME AND GRATE PORTION OF WALLS BACKFILL WITH RECYCLED BASE C SUITABLE EXC, COMF I I _ ___ ___ _______ __ I �r I � � JQm Z> JJ >Y-�!--• I %-�-r-s p , >< jx�, I 0 I Z --------------------- ---- ------- I--------------------- -----------------2.-0" 2' — 0" 2'-0„ MIXED—IN—PLACE OURSE OR OTHER I'VATED MATERIAL. ACT IN 12° LIFTS. PAVEMENT OR GROUND SURFACE AT COMMENCEMENT OF TRENCH AND CULVERT EXCAVATION BULKHEAD EXISTING PIPE WITH CONCRETE BRICK AND MORTAR TO SEAL BOTH ENDS OF PIPE SEE NOTE 1 ABANDONMENT OF EXISTING DRAINAGE STRUCTURES NOT TO SCALE NOTES 1. WHERE THE PLANS INDICATE THE ABANDONMENT OF EXISTING DRAINAGE STRUCTURES. THE EXISTING CONNECTING PIPES, WHICH ARE NOT TO BE USED IN THE FINAL DRAINAGE SYSTEM SHALL BE SEALED WITH AN IS INCH THICK MINIMUM PLUG OF CONCRETE BRICK AND MORTAR AS SHOWN ON THE DETAIL. ALL COST'S FOR THIS WORK SHALL BE INCLUDED IN THE UNIT PRICE BID FOR ITEM 2B. 2. WHEN THE PIPE IS TO BE REMOVED, THE LIMITS OF TRENCH AND CULVERT EXCAVATION SHALL BE ONE FOOT BEYOND THE OUTSIDE DIAMETER AND FLUSH WITH THE BOTTOM OF THE PIPE. IT SHALL THEN BE BACKFILLED WITH SUITABLE EXCAVATED MATERIAL OR AS DIRECTED BY THE OWNER'S REPRESENTATIVE. EXCAVATION OF THE PIPE AND BACKFILL OF THE PIPE VOID SHALL BE BOTH BE PAID FOR UNDER ITEM 2B. 3. STRUCTURES TO BE REMOVED IN ROAD ARE TO BE ABANDONED ONLY IF APPROVED BY THE OWNER'S REPRESENTATIVE. #4 @ 6" O.C. E.W. 24" 4 BEEHIVE GRATE NEENAH R -4340—A OR APPROVED EQUAL CAULK JOINT (TYP.) 00 >Y-�!--• %-�-r-s 0 I Z T 6X6, 4/4—/ SECTION A -A N 0 TES: 1. CONCRETE 4,000 P51 @ 28 DAYS 2. REBAR TO BE ASTM A-615 GRADE 60 3. WELDED WIRE FABRIC ASTM A-185 4. DESIGNED FOR AASHTO H-20 TOWN OF SOUTH OLD �yyf4. 53095 Route 25, P.O. Box 1179, Southold, New York 11971 SHERS ISLAND ROAD I AND STORMWATER IMPROVEMENT PROJECT SET IN BE:D OF MORTAR (TYP.) 6X12, 6&8 �POLYPROP, M.H. STEPS @ 12" O.C. SET IN BED OF MORTAR (TYP.) 8 4'-0" I.D. SOLID WALL 1 I F I\VF . V1.1 1. STEPS @ 12" O.C. PLAN ITEM 102-B CATCH BASIN - ROUND IT ISA MOLAMON DF NEW YORK .VF, OF NEW y MAY 201D STATE LAWANI PERSON EDUCATIUNESS ACTNGDNDER r'J�Pr �� �F' DE51UNED BY THE DIRECTION OF IN U. TO * `�, * JF MISCELLANEOUS PROFESSIONAL ENGINEER. D, TO ALTER AN ITEM ON THIS DRAWING DRAWN BY IN ANY WAV. T AN ITEMENGINEER R DETAILS ALTERED, THE ALTERING ENGINEER r � MB SHALL AFFIX TO THE ITEM HIS `u SEAL AND THE NOTATION 2 CHECKED BY ALTBtED BY FOLLOWED BY HIS 0Ci SIGNATURE AND THE DATE OF 7JS JS SUCH ALTERATION, AND A SPECIFIC pnjQFHPC DESCRIPTION OF THE ALTERATION. ESSIO SCALE N.T.S. 0113.100 NUMBER MD -2 SHEET 15 OF LANDING (SEE GENERAL NOTE 3) CeEI ENGINEERING PERPE TRANSITION AS SPECIFIED IN CONTRACT DOCUMENTS CURB TRANSI11ON -SIDE FLARE (SEE GENERAL NOTE 6) 2' BLENDED TRANSITION (SEE GENERAL NOTE 11) P.C. MANAGEMENT 1200 Veterans Memorial Highway Hauppauge, New York 11788 - 631.348.7600 601 Brickell Key Drive Miami, Florida 33131 • 305.579.2006 ;URB I 5 MIN. CURB TRANSITION LANDING (SEE GENERAL NOTE 3) 'RANSITI( TOWN OF SOUTHOLD 53095 Route 25. P.O. Box 1179. Southold, Now York 11971 FISHERS ISLAND ROAD AND STORMWATER IMPROVEMENT PROJECT GENERAL NOTES: 1. THE PUBLIC SIDEWALK CURB RAMP STANDARDS DEPICTED HERE MAY NOT BE APPROPRIATE FOR ALL LOCATIONS. FIELD CONDITIONS AT INDIVIDUAL LOCATIONS MAY REQUIRE SPECIFIC DESIGNS. DESIGNS MUST BE CONSISTENT WITH THE PROVISIONS OF THIS SHEET TO THE MAXIMUM EXTENT FEASIBLE ON ALTERATION PROJECTS AS REQUIRED BY THE AMERICANS WITH DISABILITIES ACT ACCESSIBILITY GUIDELINES. 2. THERE SHALL BE A LANDING AT THE TOP OF EACH CURB RAMP. 3. LANDINGS SHALL HAVE A MINIMUM CLEAR DIMENSION OF A 5' BY 5' SQUARE, THE MAXIMUM CROSS SLOPE AT LANDINGS IS 2 PERCENT IN ANY DIRECTION. LANDINGS MAY OVERLAP WITH ADJACENT LANDINGS OR A SINGLE LANDING MAY SERVE MULTIPLE CURB RAMPS. LANDINGS MAY OVERLAP WITH THE CLEAR GROUND SPACE REQUIRED AT PEDESTRIAN SIGNAL PUSH BUTTONS. 4. CROSS SLOPES - THE MAXIMUM CROSS SLOPE OF CURB RAMPS SHALL BE 2 PERCENT. CURB RAMP SURFACES SHALL GENERALLY LIE IN CONTINUOUS PLANES WITH A MINIMUM OF SURFACE WARP. 5, THE RUNNING GRADE OF CURB RAMPS SHOULD BE AS FLAT AS PRACTICABLE, THE MAXIMUM RUNNING GRADE OF ANY PORTION OF ANY CURB RAMP SHALL BE 1:12 (8.33%). 6. CURB RAMPS LOCATED WHERE PEDESTRIANS MAY WALK ACROSS THE CURB RAMP SHALL HAVE FLARED SIDES. THE LENGTH OF THE FLARES SHALL BE AT LEAST TEN (10) THE TIMES THE CURB HEIGHT, MEASURED ALONG THE CURB LINE. WHEN INFEASIBLE OR IMPRACTICABLE TO PROVIDE A LANDING THAT IS AT LEAST 5' WIDE (MEASURED FROM THE TOP OF THE RAMP TO THE BACK OF THE SIDEWALK), THE LENGTH OF THE FLARES SHALL BE TWELVE (12) TIMES THE CURB HEIGHT MEASURED ALONG THE CURB LINE. 7. THE SURFACE OF ALL CURB RAMPS SHALL BE STABLE, FIRM AND SUP RESISTANT. A COARSE BROOM FINISH RUNNING PERPENDICULAR TO THE SLOPE IS RECOMMENDED ON CONCRETE RAMP SURFACES. $, RAMP TRANSITIONS BETWEEN WALKS, GUTTERS, OR STREETS SHALL BE FLUSH AND FREE OF ABRUPT VERTICAL CHANGES V4 MAX) 9. COORDINATE ALL TRAFFIC CONTROL DEVICES, UTILITY LOCATIONS, SIGNS, STREET FURNITURE AND DRAINAGE TO ENSURE A CONTINUOUS PEDESTRIAN ACCESS ROUTE AT ALL CURB RAMP LOCATIONS. GUIDANCE FOR CROSSWALK MARKINGS AND TRAFFIC CONTROL DEVICES IS PROVIDED IN THE NATIONAL MUTCD WITH NEW YORK STATE SUPPLEMENT. DRAINAGE GRATES AND UTILITY ACCESS COVERS ARE NOT ALLOWED IN RAMP WALKING SURFACES OR LANDINGS. 10. AT MARKED CROSSINGS, THE FULL WIDTH OF THE RAMP SHALL BE WHOLLY CONTAINED WITHIN THE MARKINGS. 'THE SIDES OF THE RAMPS (THE FLARES) NEED NOT BE WITHIN THE WIDTH OF THE MARKINGS. 11. SLOPES ON BLENDED TRANSITIONS SHALL NOT BE STEEPER THAN 2% (1 ON 50) IN ANY DIRECTION. MAY 2010 THE �DIRECTION OF �A, IJCENSED *� y' * JF PROFESSIONAL ENGINEER. TO DRAWN BY ALTER AN ITEM ON TILS DRAWING IN ANY WAY. IF AN ITEM IS r MB ALTERED. THE ALTERING ETNGINEER SHALL AFRX TD THE ITEM HIS SEAL AND THE NOTATIONER CHECKED BY 'ALTED BY FOLLOWED BY HIS On �V2 JS SIONATURE AND THE DATE OF SUCH ALTERATION. AND A SPECIFIC ' 'ORpf-NPS' ESS1� SCALE DESCRIPTION OF THE ALTERATION. N, T.S. MISCELLANEOUS DETAILS 0113.100 NUMBER MD -3 SHEET MAINTENANCE AND PROTECTION OF TRAFFIC NOTES 1. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL MAINTENANCE AND PROTECTION OF TRAFFIC. THE CONTRACTOR SHALL SUBMIT IN WRITING, A TRAFFIC AND MAINTENANCE PLAN, TO THE OWNER'S REPRESENTATIVE FOR APPROVAL PRIOR TO THE START OF WORK SO THAT TRAFFIC MAY BE SAFELY MAINTAINED THROUGHOUT THE DURATION OF THE PROJECT. MAINTENANCE OF TRAFFIC SCHEMES SHALL BE IN ACCORDANCE WITH THE PLANS, THE NATIONAL MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) WITH NEW YORK STATE SUPPLEMENT, AND AS APPROVED OR DIRECTED BY THE OWNER'S REPRESENTATIVE. TRAFFIC SCHEMES SHOWN ON THE PLANS OR IN THE MUTCD ARE TO BE CONSIDERED MINIMUM REQUIREMENTS. THE OWNER'S REPRESENTATIVE MAY ORDER ADDITIONAL SIGNS, FLAGGERS, CONES, REFLECTORIZATION, ETC., IF HE DEEMS IT NECESSARY AT NO ADDITIONAL COST TO THE TOWN, PAYMENT FOR ALL SUCH WORK SHALL BE INCLUDED IN THE PRICE BID FOR ITEM 76 MAINTENANCE AND PROTECTION OF TRAFFIC. 2. UNLESS OTHERWISE PROVIDED IN THE CONTRACT DOCUMENTS, NO LANE CLOSINGS WILL BE PERMITTED ON WEEKENDS. ALSO NO LANE CLOSINGS WILL BE PERMITTED - FROM NOON ON THE FRIDAY BEFORE MEMORIAL DAY THROUGH MEMORIAL DAY; - FROM NOON ON THE FRIDAY BEFORE INDEPENDENCE DAY THROUGH INDEPENDENCE DAY) - FROM NOON ON THE FRIDAY BEFORE LABOR DAY THROUGH LABOR DAY1 - VETERANS DAY; - FROM NOON THE DAY BEFORE THANKSGIVING DAY THROUGH THE SUNDAY FOLLOWING THANKSGIVING DAY1 - THE DAY PRECEDING CHRISTMAS DAY; - CHRISTMAS DAY - THE DAY BEFORE NEW YEAR'S DAY1 - NEW YEARS DAY - AND NON -DAYLIGHT HOURS 3. THE CONTRACTOR SHALL LIMIT HIS HOURS OF OPERATII7NS WITHIN THE PROJECT AREA TO REGULAR WORKING HOURS (8 HRS) BETWEEN 700 AM TO 400 PM. 4. THE CONTRACTOR MUST NOTIFY THE OWNER'S REPRESENTATIVE, THE TOWN OF SOUTHOLD, ALL AFFECTED SCHOOL DISTRICTS, THE SUFFOLK COUNTY POLICE DEPARTMENT AND THE FIRE DEPARTMENT OF ANY WORK THAT MIGHT AFFECT THEIR MOBILITY OR ACCESS 72 HOURS IN ADVANCE OF ITS IMPLEMENTATION. IN ADDITION, THE CONTRACTOR SHALL ENSURE THAT HYDRANTS ARE KEPT CLEAR AND AVAILABLE, 5. THE CONTRACTOR SHALL NOT WORK ON BOTH SIDES OF THE ROADWAY AT THE SAME TIME. 6. VARIOUS MAINTENANCE AND CONSTRUCTION SIGNS SPECIFIED IN THE MUTCD ARE AVAILABLE IN THE STANDARD DIAMOND SHAPE AND AN ALTERNATE RECTANGULAR SHAPE. WHENEVER SUCH SIGNS ARE USED IN THIS CONTRACT, THE DIAMOND SHAPE SIGN SHALL BE USED. 7. THE CONTRACTOR'S ATTENTION IS DIRECTED TO THE MUTCD WHICH REQUIRES THAT, WITH THE EXCEPTION OF THE RAILROAD ADVANCE WARNING SIGN, WARNING SIGNS USED IN CONJUNCTION WITH WORK ZONE ACTIVITIES SHOULD HAVE ORANGE BACKGROUNDS. R ALL CONSTRUCTION SIGNS SHALL BE ERECTED SUCH THAT THE SIGN FACE IS PERPENDICULAR TO THE LINE OF SIGHT OF THE VIEWER. 'A- FRAME" TYPE SUPPORTS FOR CONSTRUCTION SIGNS WILL NOT BE PERMITTED UNLESS THE SIGNS ARE MOUNTED FOR DISPLAY IN A VERTICAL PLANE. 9. WHEN CONES ARE USED IN CONTROLLING THE MOVEMENT OF TRAFFIC THROUGH WORK AREAS, THE CONTRACTOR SHALL TAKE STEPS AS NECESSARY TO PREVENT THE CONES FROM BEING BLOWN OVER OR DISPLACED BY PASSING VEHICLES. THE CONTRACTOR SHALL ACCOMPLISH THIS BY DOUBLING CONES, 13Y THE USE OF SAND BAG RINGS OR BY OTHER SUCH MEANS AS MAY BE APPROVED BY THE OWNER'S REPRESENTATIVE WHICH SHALL REPRESENT NO HAZARD TO MOTORISTS OR TO WORKERS IF THE CONES ARE STRUCK. 10. THE CONTRACTOR SHALL SCHEDULE HIS OPERATIONS TO MINIMIZE THE INTERRUPTION OF PEDESTRIAN TRAFFIC. THE SIDEWALK ON ONE SIDE OF THE ROADWAY SHALL REMAIN OPEN AND PASSABLE AT ALL. TIMES, DURING THE CONSTRUCTION OF SIDEWALKS, PEDESTRIAN SAFETY AND PROPERTY ACCESS MUST BE MAINTAINED AT ALL TIMES TO THE SATISFACTION OF THE OWNER'S REPRESENTATIVE. Car, ENGINEERING P.C. MANAGEMENT 1200 Veterans Memorial Highway Hauppauge, New York 11788 • 631.348.7600 601 Brickell Key Drive Miami, Florida 33131 • 305.579.2006 _ NYS DETAIL DIMENSIONS MUTCD 1000 F ROAD WORK ROAD WORK 7- END WORK G20-2 ROAD WORK 36"x18" W1-4 36"x36" ROAD END W20-1 D 36"x36" AHO BUFFER ROAD W20-1 100' 36"x36" —1 , SOORK ROAD W20-1 WORK 36"x36" 1000 FT ONE W20-4 LAANE 36'x36" HEADAD W20-7 • �� 36"x36" ROAD WORK AHAEAD _L ROAD WORK 7 SHORT DURATION LANE CLOSURE N.T.S. ROAD WORK 1000 F ROAD WORK ROAD WORK 7- 500 FT WORK ROAD WORK 500 FT ROAD END WORK ROAD WORK T 1000 FT MPT AT BEGINNING ND END OF PROJEC N.T.S. TOWN OF SOUTHOLD 53095 Route 25. P.O. Box 1179, Southold. New York 11971 FISHERS ISLAND ROAD AND STORM WATER IMPROVEMENT PROJECT LANE SHIFT N.T.S. MAY 201D MAINTANCE AND DESIGNED BY DRAWN 8Y J.F. PROTECTION OF TRAFFIC M.B. GENERAL NOTES CHECKED BY J.S. AND LEGEND SCALE AS NOTED 0113.100 MPT -11 ROAD WORK AHEAD 120' 100' MIN BUFFER SHIFTING 100' —1 , TAPER oz —► o 100' MIN AX SHIFTING WORK 0 TAPER AHEAD TOWN OF SOUTHOLD 53095 Route 25. P.O. Box 1179, Southold. New York 11971 FISHERS ISLAND ROAD AND STORM WATER IMPROVEMENT PROJECT LANE SHIFT N.T.S. MAY 201D MAINTANCE AND DESIGNED BY DRAWN 8Y J.F. PROTECTION OF TRAFFIC M.B. GENERAL NOTES CHECKED BY J.S. AND LEGEND SCALE AS NOTED 0113.100 MPT -11 Alignment -CENTRAL TOWN OF SOUTHOLD Route 25. P.O. Box 1179, Southold, New Yark 11871 ryryx�� C6 �E OF NEW y �P53095 * '* r � `., On �V� PROFESSIONP�' DATE MAY 201D PIP #4 0113.100 Station BY R.3.WSURVEY DRAWING NUM9ER /�AFLIER -AENGINEERING J I Northing O Easting PRAWN BY` R'J'W POB 0+00.000 t SCALE 1"=40' 406770.462 1530714.295 LOCATION: CENTER AVE STA 8+26.56 Length: ELEV 10.48 COORDINATES: N 1531262.3218 64.12 Bearing: S 71' 50' 13.6985" E PC 0+64.119 406750.475 1530775.219 Delta: 280 15'21.4516" Radius: 200.00 Length: 98.63 PT 1+62.751 406743.605 1530872.613 Length: 33.62 Bearing: N 790 54'24.8499" E PC 1+96.366 406749.496 1530905.707 Delta: 23° 26'42,2122" Radius: 38.00 Length: 15.55, PT 2+11.915 406755.235 1530920.043 Length: 205.81 Bearing: N 56° 27'42.6377" E PC 4+17.724 406868.942 1531091.588 Delta: 01° 50' 29.7838" Radius: 500.00 Length: 16.07 PT 4+33.795 406878.035 1531104.838 Length: 105.51 Bearing: N 54" 37' 12.8538" E PC 5+39.303 406939.124 1531190.863 Delta: 52" 55' 07.9871" Radius: 200.00 Length: 184.72 PT 7+24.025 407095.468 1531276.426 Length: 69.80 Bearing: N 020 13' 52.1511" E PC 7+93.823 407165.213 1531279.143 Delta: 280 58' 59.9858" Radius: 200.00 Length: 101.17 PT 8+94.994 407261.075 1531307.945 Length: 11.41 Bearing: N 310 12'52.1369" E POE 9+06.398 407270.829 1531313.855 DRILL HOLE IN WALL #2 A 64.719, 0=028.2560' L-98.632' R=20D.D0' u D=023.4451' L=15,549' R-38.00' JOT 54. PK # 1 N'L'6 �y6 015.J D=001.84116' SD9 L=16.071'F, 10g. R=500.00' A D=052.9819' L=184.722' R=200.OD' PIPE #4 A PK #3 ,4, a h�oy b D=028.9833' L=101.171' R=200.00' PK #1 0 Vcpp'4` 5� PK#1 LOCATION: CENTRAL AVE STA 2+60.61 OFFSET 21.92 RIGHT ELEV 6.41 COORDINATES: N 1530974.5093 E 406765.0357 PK #3 PK #3 LOCATION: CENTRAL AVE STA 6+24.66 OFFSET 13.23 RIGHT ELEV 7.73 COORDINATES: N 1531259.9370 E 406994.3958 HOLE IN WALL #2 DRILL HOLE IN WALL #2 LOCATION: CENTRAL AVE STA -0+06.69 OFFSET 25.90 LEFT ELEV 16.81 COORDINATES: N 1530716.0150 E 406797.1577 Cashinces, P.C. *CS -PLANNINUCTION MANAGEMENT 1200 Veterans Memorial Highway • Hauppauge, New York 11788 • 631.348.7600 601 Brickell Key Drive • Miami, Florida 33131 - 305.579.2006 TOWN OF SOUTHOLD Route 25. P.O. Box 1179, Southold, New Yark 11871 ryryx�� C6 �E OF NEW y �P53095 * '* r � `., On �V� PROFESSIONP�' DATE MAY 201D PIP #4 0113.100 NO. DATE DESCRIPTION BY R.3.WSURVEY DRAWING NUM9ER /�AFLIER -AENGINEERING J I O FISHERSISLAND ROAD AND STORMWATER IMPROVEMENT PROJECT PRAWN BY` R'J'W O t SCALE 1"=40' a0 PIPE #4 LOCATION: CENTER AVE STA 8+26.56 OFFSET 21.19 LEFT ELEV 10.48 COORDINATES: N 1531262.3218 E 407201.9388 HOLE IN WALL #2 DRILL HOLE IN WALL #2 LOCATION: CENTRAL AVE STA -0+06.69 OFFSET 25.90 LEFT ELEV 16.81 COORDINATES: N 1530716.0150 E 406797.1577 Cashinces, P.C. *CS -PLANNINUCTION MANAGEMENT 1200 Veterans Memorial Highway • Hauppauge, New York 11788 • 631.348.7600 601 Brickell Key Drive • Miami, Florida 33131 - 305.579.2006 TOWN OF SOUTHOLD Route 25. P.O. Box 1179, Southold, New Yark 11871 IT ISA DUCATION OF NEW VORKSTATE EDUCATION LAW FOR ANY FERSON, uNLEss ACTING UNDERDESIGNED INE DIRECTION of A LICENTO PROFESSIONAL ENGINEER TO AN ITEMWAY. ON 1AN TEM IS ALTERED. ANY WAY. T AN NEM IS SHALL AFFIX TD THE ITEM NIS SHAU_AFFIX To THE ITEM HIS SEAL AND THE NOTATION 'ALTERED BA FOLLOWED BY HIS SIGNATURE AND 7HE PATE OF SUCH DESC ALTERATION, AND A SPEaDL ESCRIPTON OF THE ALTERATION. �E OF NEW y �P53095 * '* r � `., On �V� PROFESSIONP�' DATE MAY 201D CONTROL PLAN 0113.100 NO. DATE DESCRIPTION BY R.3.WSURVEY DRAWING NUM9ER /�AFLIER -AENGINEERING J I FISHERSISLAND ROAD AND STORMWATER IMPROVEMENT PROJECT PRAWN BY` R'J'W CHECKED BY JS SCALE 1"=40' SHEET 18 OF 20 F Alignment - ATHOL CRESCENT SA1fk 1 TOWN OF SOUTHOLD 53095 Route 25. P.O. Box 1179. Southold, New York 11971 Station Northing DATE MAY 2010 Easting 0113.100 POB 0+00.000 405848.034 DESIGNED BY R.J.W 1529268.454 Length: 27.30 DRAWN BY RAW Bearing: N 51° 05'04.0281" E PI 0+27.299 405865.183 1529289.695 SHEET 19 OF 20 Length: 47.54 Bearing: N 620 14' 12.9805" E PI 0+74.840 405887.328 1529331.762 Length: 112.18 Bearing: N 560 33'49.0426" E PI 1+87.016 405949.138 1529425.373 Length: 126.02 Bearing: N 55° 55'40.2612" E PI 3+13.033 406019.738 1529529.757 Length: 199.76 Bearing: N 550 10' 18.0959" E POE 5+12.794 406133.825 1529693.735 Alignment - EQUESTRIAN AVENUE Station Northing Easting POB 0+00.000 405332.775 1529102.352 Length: 164.96 Bearing: N 380 20' 13.0460" E PI 1+64.955 405462.162 1529204.671 Length: 547.84 Bearing: N 060 26' 52.6180" E PI 7+12,792 406006.534 1529266.193 Length: 221.09 Bearing: N 00° 55'08.2005" W POE 9+33.878 406227.591 1529262.648 Alignment - FONE STREET Station Northing Easting POB 0+00.000 405459.250 1529202.368 Length: 58.39 Bearing: N 380 20' 13.0460" E PI 0+58.386 405505.047 1529238.584 Length: 238.87 Bearing: N 51- 44' 20.2265" E POE 2+97.251 405652.963 1529426.140 Alignment - ORIENTAL AVENUE Station Northing Easting POB 0+00.000 405869.929 1529250.755 Length: 512.07 Bearing: S 38° 57'01.5692" E PC 5+12.071 405471.696 1529572.667 Delta: 120 00' 02.0834" Radius: 600.00 Length: 125.67 PT 6+37.741 405382.920 1529661.291 Length: 125.90 Bearing: S 500 57'03.6526" E PC 7+63.642 405303.604 1529759.067 Delta: 27" 49' 28.8273" Radius: 500.00 Length: 242.62 PT 10+06.458 405111.681 1529903.895 Length: 56.00 Bearing: S 230 07' 34.8254" E PK 0 (E327-19< EL - 33.95 PK #5 LOCATION: EQUESTRIAN AVENUE STA 2+37.50 OFFSET 22.13 RIGHT ELEV 32.47 COORDINATES: N 1529234.81D8 E 405531.7586 GRATE y a F w PK #6 , O,A(� ZT 9� PK #6 LOCATION: ORIENTAL AVE STA 0+69.73 OFFSET 20.55 RIGHT ELEV 31.92 COORDINATES: N 1529278.6100 E 405802.7868 �3 PK F ti PK #7 LOCATION: FONE STREET STA 2+74.66 OFFSET 25.48 RIGHT ELEV 33.79 COORDINATES: N 1529429.4788 E 405623.1485 Cashin ates, P.C. ENGINEERING • PLANNIN C S UCTION MANAGEMENT 1200 Veterans Memorial Highway • Hauppauge, New York 11788 - 631.348.7600 601 Brickell Key Drive , Miami, Florida 33131 - 305.579.2006 SA1fk 1 TOWN OF SOUTHOLD 53095 Route 25. P.O. Box 1179. Southold, New York 11971 IT I5 A DUCATION OF NEW YORK STATE EDUCATION LAW FOR ANY PERSON, UNLESS ACTING UNDER THE DIRECTION DP A LI, TO PROFESSIONAL ENGINEER, TO IN ERAN AY, ON HIS TEM NIS w ANY WAY. T AN ITEM R LIERED, THE ALTERING ENGINEER SHALL AFFIX TD THE ITEM HIS SEAL AND THE NOTATION, ALTERED BY FOLLOWED BY HIS SUCH SIGNATURE LTERATION. AND A SPECIFIC DESCRIPTION OF THE ALTERATION. �� OF NEW y tiPa L'3 VN , * * r Z Ons �V� PROFESSIONP�' DATE MAY 2010 SURVEY CONTROL PLAN 0113.100 NO. DATE DESCRIPTION DESIGNED BY R.J.W DRAWING NUMBER /� I� A ` - / • r ■ J ■C L FISHERSISLAND ROADAND STORMWATER IMPROVEMENT PROJECT DRAWN BY RAW CHECKED BY J S SCALE 1"=40' SHEET 19 OF 20 yG y z� h 5 S5D' 57' ()3.65"E 125.902' D=027.6247' L=242.816' R=500.00' O PK #'8 ^xy 0 0. O m F LOP I UP 9 N F D=DOB.6520' G� L=181.208' R=1200.00' a m�. rnj LAI rn PK #14 PK #14 LOCATION: ORIENTAL AVE STA 46.85.22 OFFSET 9.67 RIGHT ELEV 32.49 COORDINATES: N 1532822.8391 E 403570.3090 IENOINEERca` VE ;� PK ASC p D=035.5850 L=218.0825' R=351.044' P.C. MANAGEMENT 1200 Veterans Memorial Highway Hauppauge, New York 11788 • 631.348.7600 601 Brickell Key Drive Miami, Florida 33131 • 305.579.2006 PK #8 0 PK #8 LOCATION: ORIENTAL AVE STA 9+33.73 OFFSET 23.32 LEFT ELEV 58.47 COORDINATES: N 1529890.4681 E 405188.4282 PK #11 PK #11 LOCATION: ORIENTAL AVE STA 29+50.30 OFFSET 8.82 RIGHT ELEV 55.29 COORDINATES: N 153112D.5254 E 4D3668.8782 q�p7�F q �FN�F cl�-Qwoc, fi{E PK PK #9 LOCATION: ORIENTAL AVE STA 15+05.46 OFFSET 6.11 RIGHT ELEV 58.81 COORDINATES: N 1530043.7898 E 404632.9808 PK #12 PK #12 LOCATION: ORIENTAL AVE STA 33+53.66 OFFSET 9.73 LEFT ELEV 57.13 COORDINATES: N 1531522.1172 E 403691.5426 GAO o\AG SNE 4H 0 PK #10 PK #10 LOCATION: ORIENTAL AVE STA 24+D4.68 OFFSET 8.68 RIGHT ELEV 54.88 COORDINATES: N 1530698.6458 E 404013.0037 PK #13 PK #13 LOCATION: ORIENTAL AVE STA 38+25.26 OFFSET 11.34 LEFT ELEV 42.57 COORDINATES: N 1531985.2701 E 403771.2090 �L D=031.5723' L=305.828' N72' 73,74<J' R=555.00' R=555.00' si N82' O6' 53.OWE �- `99)>- vrT 61.624' Gt^ K #12 r.. VQ4 N71' 31' 29.10"E PK #11N85' 01' 23.D7* 56.897' E D=010.5900' D=041.7425' 103.903' L=92.415' L-247.656' N87' 42' 52.57"E R=500.00' R=339.933' 62.394' 11139" 38' 24.06"E 53.173' TOWN OF SOUTHOLD 53095 Route 25. P.O. Box 1179, Southold. New York 11971 FISHERS ISLAND ROAD AND STORMWATER IMPROVEMENT PROJECT PK X13 IT IS A VIOLATION STATE EDUCATION PERSON. UNLESS HIS aS4dy� S755g2.736;84'f 104.834: MAY 2010 DE5IGNED BY R.J.W DRAWN 9Y R.J. W CHECKED BY J.S. SCALE 1 "=120' D=038.6260' L=252.387' R=374.378' PK #14 SURVEY CONTROL PLAN 0113.100 AWING NUMBER SC -3 SHEET 2D OF 20 Length:; 56.00; Bearing: S 23° 07'34.8254" E PI 10+62.453 '405060.186 1529925.887 Length:,' 63.27 Bearing: S 180 27'22,4192" E PC 11+25.725 405000.168 1529945.918 Delta: 08° 39'07.2924" Radius: 1200.00 Length: 181.21 PT 13+06.932 404824.610 1529990.114 Length: 58.06 Bearing: S 090 48' 15.1268" E PC 13+64.994 404767.397 1530000.000 Delta: 35° 35'06.0930" Radius: 351.04 Length:', 218.031 PT 15+83.018 404577.267 1530099.384 Length:' 97.87 Bearing: S 45° 21' 34.5654" E P1 16+80.891 404508.496 1530169.023 Length: 189.82 Bearing: S 480 00'46.5992" E PI 18+70.707 404381.517 1530310.112 Length: 484.42 Bearing: S 47° 35'06.8429" E PI 23+55.130 404054.777 1530667.753 Length: 73.70 Bearing: S 46° 15'14.6292" E PI 24+28.828 404003.817 1530720.994 Length: 212.93 Bearing: S 47° 09'40.5760" E PI 26+41.760 403859.038 1530877.190 Length:. 109.89, Bearing:'. S 480 12' 58.9040" E PI 27+51.652 403785.814 1530959.073 Length:', 62.00 Bearing: S 480 37' 18.4487" E PC 28+13.649 403744.832 1531005.593 Delta: 41 ° 44' 33.0434" Radius: 339.93 Length: 247.66 PT 30+61.305 403659.979 1531232.459 Length:' 53.17 Bearing: N 890 38'24.0566" E PI 31+14.478 403660.313 1531285.631 Length: 62.39, Bearing: N 870 42'52.5704" E PI 31+76.872 403662.801 11531347.975 Length: 103.90 Bearing:', N 85° 01'23.0675" E PI 32+80.774 403671.815 1531451.486 Length: 61.62 Bearing: N 820 06'53.0766" E PC 33+42.399 403680.270 1531512.528 Delta: 100 35'23.9801" Radius: 500.00' Length: 92.42 PT 34+34.814 403701.312 1531602.380 Length:" 56.90 Bearing: N 710 31'29.0965" E Pi :34+91.711 403719.342 1531656.345 Length: ,1: 73.75 Bearing: N 72° 28' 31.8537" E PC 35+65.460 403741.549 1531726.672 Delta: 310 34'20.3075" Radius: 555.00 Length: 305.83 PT '38+71.288 403750.709 1532028.506 Length: 582.14 Bearing: S 750 57'07.8388" E PI 44+53.424 403609.407 1532593.232 Length: 104.83 Bearing: S 770 19' 59.1473" E PC 45+58.258 403586.418 1532695.514 Delta: 38° 37' 33.4519" Radius: 374.38' Length: 252.39 PT 48+10.645 403615.079 1532941.485 Length:' 312.03 Bearing: N 640 04'27.2640" E POE 51+22.678 403751.501 1533222.115 104.834: MAY 2010 DE5IGNED BY R.J.W DRAWN 9Y R.J. W CHECKED BY J.S. SCALE 1 "=120' D=038.6260' L=252.387' R=374.378' PK #14 SURVEY CONTROL PLAN 0113.100 AWING NUMBER SC -3 SHEET 2D OF 20