Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Bay Ave Culvert
RESOLUTION 2014-669 ADOPTED DOC ID: 10019 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2014-669 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON AUGUST 6,2014: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of H& L Contracting LLC in the amount of$682,970.00 for the reconstruction of the Bay Avenue culvert located in East Marion and be it further RESOLVED that the Town Board hereby authorizes and directs Supervisor Scott A. Russell to sign a contract with H & L Contracting LLC for same, subject to the approval of the Town Attorney. 4aY Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: William P. Ruland, Councilman SECONDER:Louisa P. Evans, Justice AYES: Ghosio, Dinizio Jr, Ruland, Doherty, Evans, Russell ORIGINAL AGREEMENT jj THIS AGREEMENT, entered into this day of U u3t , 2014, by and between the Town of Southold, New York ("the Town"), a municipal corpor on organized and existing under the laws of the State of New York with offices at 53095 Main Road, Southold, New York, and H & L Contracting LLC (the "Contractor"), with an address of 38 Homan Avenue, Bay Shore, New York, 11706. WITNESSETH, that the Town and the Contractor, for the consideration hereinafter named, agree as follows: ARTICLE 1. DESCRIPTION OF WORK The Contractor shall demolish the existing Bay Avenue Culvert, construct a new culvert crossing on Bay Avenue over Marion Lake and restore the road pavement and shoulders to match the new culvert. Unless expressly excluded herein, all work shall be completed in accordance with the attached Bid Specifications, the Contractor's Bid Response and the Plans and Drawings entitled Bay Avenue Culvert Reconstruction, drawn by Dunn Engineering Associates, P.C., a copy of which is attached hereto and made a part hereof. The Town and Contractor agree that Contractor will not perform the planting specified in Item, 127 of the bid and said task will be stricken from the bid. In addition, the parties agree that the unit rate for adjustments to existing drainage structures set forth in Item 103 AD will be reduced to $1,170.00 from $2,340.00. ARTICLE 2. TIME OF COMPLETION Contractor acknowledges and agrees that time of performance is of the essence of this Agreement and that all demolition, construction and restoration will be timely completed to insure that the Bay Avenue Culvert will be open to vehicular traffic on or before December 31, 2014. ARTICLE 3. CONSIDERATION AND PAYMENT The total consideration to be paid to Contractor for all work to be performed under this contract shall be $682,970.00. Progress Payments will be made to Contractor by the Town on a periodic basis upon submission of an itemized voucher to the Town Comptroller for work that has been completed to date, subject to inspection and certification by the Town Engineer that the work has been completed to the satisfaction of the Town. Payment will be made by the Town within 15 days of receipt by the Comptroller of the certified voucher. 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: 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 $682,970.00. 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 (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 (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. (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 nature by reason of neglect or violation of any federal, state, county or local laws, regulations or ordinances. ARTICLE 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 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. (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 December 15, 2009. 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 11971-0959 With a copy to: Michael Collins and James Richter Southold Town Engineer P.O. Box 1179 Southold,NY 11971-0959 To Contractor: H & L Contracting LLC 38 Homan Avenue, Bay Shore,NY 11706 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 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 parties hereto have caused these presents to be duly signed the day and year first above written. ;cott dARu SOU OLD By: e=44±� ssell, Supervisor H &L CONTRACTING LLC By: Mna wln,-V6� Title of STATE OF NEW YORK) ) ss.. COUNTY OF SUFFOLK) On this ig kday ofnnlIin the year 2014 before me personally appeared SCOTT A. RUSSELL,personally kno�e 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, executed the same in his capacity and that by his signature on the instrument, the individual or the person upon whose behalf of which the individual acted, executed the instrument. Notary Public LAUREN M.STAND" Noy Pubo,State of New l�srk No.018T8IMM © ink A1d STATE OF NEW YORK) ) ss.. COUNTY OF SUFFOLK) On the\b day of RuGo in the year 2014 personally appeared keAV,, 'Am-ieL�— 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 behalf of which the individual acted, executed the instrument. Notary Public DEBORAH RYDER Notary Public,Shft of NewYork NM01Ry� QWdMW ht S ftft County Commission Mach 15 20.L TOWN OF SOUTHOLD BAY AVENUE CULVERT RECONSTRUCTION EAST MARION,TOWN OF SOUTHOLD, SUFFOLK COUNTY,NEW YORK -1 Prepared For- TOWN OF SOUTHOLD 53095 Route 25 P.O. Box 1179 Southold,N.Y. 11971 Prepared Rv DUNN ENGINEERING ASSOCIATES,P.C. 66 Main Street Westhampton Beach,N.Y. 11978 VENDOR NAME: u is C v e.,4 L L VENDOR INFORMATION SHEET' TYPE OF ENTITY:CORP. PARTNERSHIP-4- _INDIVIDUAL FEDERAL EMPLOYEE ID#: `�(� - 4o8 OR SOCIAL SECURITY#: DATE OF ORGANIZATION: RECEIVED IF APPLICABLE: DATE FILED: t�GT �-�� JUL 3 1 2014 STATE FILED: Ai If a non-publicly owned Corporation: Southold Town Clerk CORPORATION NAME: LIST PRINCIPAL STOCKHOLDERS: (5%of outstanding shares) LIST OFFICERS AND DIRECTORS: NAME TITLE If a partnership: PARTNERSHIP NAME: �- o L C o,,j rR A c-r1 hjw L.L e- LIST PART'N//ERS NAMES' Q►-1 le 14 > l—Awed k-�Aye7 1� Proposal Package 3 of 14 ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME:_ H o ADDRESS: 36ow,� 4 v�� �U sL� OT 1 1 706 CONTACT: Kct- 'r1i 4thl TELEPHONE: 63't Sal 3 F L`f FAX: 3 L - C29- Lf 5 c/D E-MAIL:-. K�A,11, 11 l8 G hna ►c . ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 14 VENDOR NAME: tri C:. ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership,by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contractsonly that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows-please mark appropriate box: Insurance Certificate as requested is attached El I certify that I can supply insurance as specified if awarded the bid Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER. AUTHORIZED tIGNATURE Proposal Package 5 of 14 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 induceany 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 enteredinto 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. TNS son signing this bid,under the penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS Signature&Company Position i '` {A on t r"trle� .�v DAY OF 20144.os ' Type Name>&Company tion '1�` rr Cit3 �..�� \J d Company Name k1-A Nobw Puma -' 8lrle of h _ '.'Z :c Date Signed Na 01R1fSM3 Gue1MOd 1089Nk Cc W-1.7.1 'A��LQ� 0DMMh ffl March 10,20J Federal I.D.Number , Proposal Package 6 of 14 THE PROPOSAL FORM Bay Avenue Culvert Reconstruction VENDOR NAME: VENDOR ADDRESS: 3e N-U�• r:Z� It v�' a-y st toR'ts Iv ! t c6 TELEPHONE NUMBER: _C, �— $31.- 3jf FAX: Ga 3 The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer,of the corporation, or other person authorized;by resolution of the board of directors, and in such case'a copy of the resolution must be attached; if a partnership, by one of the,partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts,but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda(if none were issued please write N/A below): Addendum No. Dated - ie Proposal Package 7 of 14 TOWN OF SOUTHOLD BAY AVENUE CULVERT RECONSTRUCTION Itemized Proposal ITEM ESTIMATED DESCRIPTION OF ITEM UNIT EXTENDED NUMBER QUANTITY (Fill in Unit Price Written in Words) PRICE BID AMOUNTBID DOLLARS CENTS DOLLARS ENTS 1 DEC 100% Temporary Erosion and Sedimentation Control �a for F,ve- ILS Dollars Cents 1 M 100% Mobilization(Not to Exceed 4%-See Note#3) for S)xke J d,11,o Zero e vn+5 /LS b t/LJ� CU I b�coo Dollars Cents Clearing and Grubbing. �S� �.� �_ D,., is 100% for i; r{- 4+1—Se-J,, Gou kv^,JJ re j ,� 0)14d .uyl Crnfs /LS C) ollars Cents ` Unclassified Excavation 2A 250 for on-*- a4 zero 41n4S /CY Dollars Cents Base CourseforAsphalt Pavement �( 4S 100% l -ho�«�J` �o d� -W J I S -k/LS for �'fh � o r'i�,x�rY �j � 4r G..�t ro C�� D Ilars, Cents Asphalt Concrete Binder Course D (/ 51 B 100% for S;v'�-e e4 4+.45c-d 4w- k n.Jr- IS Dollars Cents Asphalt Concrete Driveways and Sidewalks 51D 100% for A14NC Seyr�► ho4red CTX dd114 3 � IL9 Dollars Cents - Asphalt Concrete Top Wearing Course _ 51 T 100% for N,►� 4VU15-•,J SyJ� lye#✓ hJ P Ny G�.�l[.rs-+crrr� Zt<o /LS Dollars Cents Maintenance and Protection of Traffic 76SX 100% for+W"A�i 51 4,3,5.,V �a,(G/b cr,J Zt�o CeAb _/LS Z ,It�0 E>O W Dollars Cents Proposal Package 8 of 14 TOWN OF SOUTHOLD BAY AVENUE CULVERT RECONSTRUCTION Itemized Pro osa! ITEM ESTIMATED DESCRIPTION OF ITEM UNIT EXTENDED NUMBER QUANTITY (Fill in Unit Price Written in Words) PRICE BID AMOUNT BID DOLLARS CENTS DOLLARS ENTS Adjusting Existing 1Drainage Structures Q \ 103RD 2 for-�w� klr+v+5d+-� 'ik(Cc 1�a,+r�lyd <a-y c ���6ai r- EA 06 4-o 2 Dollars Cents Project Survey and Stakeout 116 100% for 0.,1I !0 &,.k zwl, CPn1s /LS 5, 0 3000 O(� Dollars Cents Topsoil Furnished and Placed 06 121AS 100% for Fo-jr Jllcvs a..el Zara e?64S /LS Dollars Cents Seeding on Prepared Areas 06 123LS 100% 00 forc,cl zt� C'c..�s /LS Dollars Cents' Planting(Fixed Bid-See Note#4) 127 100% for Two Thousand Five Hundred Dollars and No Cents /LS $2,500 00 $2,500 00 Dollars Cents Removing Existing Superstructures ` 202.12 100% for +W- -Y S,,,, vY�4bi� 'L z�ra 0 Y, (s /LS �Jac7 � 2 Lr Ocb Dollars Cents Removing Existing Substructures pD o 202.19 100% for+wQn� StseN /LS. 27 OC�D 2�� Do C) Dollars Cents Select Granular Fill 203.07 250 for OvJC. th-fh`i 'w1o'-5 a4 Zara CY Dollars Cents Proposal Package;9 of 14 TOWN OF SOUTHOLD BAY AVENUE CULVERT RECONSTRUCTION Itemized Pro osal ITEM ESTIMATED DESCRIPTION OF ITEM UNIT EXTENDED NUMBER QUANTITY (Fill in Unit Price Written in Words) PRICE BID AMOUNT BID DOLLARS CENTS DOLLARS ENTS Sawcutting Pavement and Sidewalk 0 205 100% for Otic 6j-4r4 )AI6j c.,,d Z-eti CgSIr /LS � 5c) Dollars Cents Trench and Culvert Excavation 206.0201 350 for 4wo h—ared c6flars cant Uro Ce.,�t /CY b� �� 200 , b Dollars Cents: - cz Geotextile Bedding 207.20 100% for J6 0r rs /LS Z( Z? DaD Dollars Cents Turbidity Curtain-Temporary 209.1501 100% for f fvF } ,, +W. haul c'cj )11"'a C41-/LS ! IDD Jv Dollars Cents S�bb Rolled Erosion Control Product, Class 11,Type A, Intermediate coo 209.1901 100% for-Mf,-e } rs�.•d) q.J-t.Kjr jCcd jal1c� ij Z,era C'e,,+s /LS 2 ` eb Oo Dollars Cents J, Permanent Steel Sheeting 552.11 100% forjJ.W�,j -�Ne *No scd gaA\W a-j Zprr, Ce-i'S /LS � o �� fjc Ct7 Dollars Cents Cofferdams(Type 2) _ 553.020001 100% for �b0l, �,vt ��no,5 d-o lla 4 >c�.�l ?era CCS /LS l O 0 D t Dollars Cents J Proposal Package 10 of 14 co 0 TOWN OF SOUTHOLD N BAY AVENUE CULVERT RECONSTRUCTION Itemized Proposal ITEM ESTIMATED DESCRIPTION OF ITEM UNIT EXTENDED NUMBER QUANTITY (Fill in Unit Price Written in Words) PRICE BID AMOUNT BID DOLLARS CENTS DOLLARSGENTS y Concrete for Structures, Class HP 55509 100% for It" '-4-Ttib 1LS Dollars Cents N Steel Bridge Railing(Three Rail) 568.54 100% for S,-N-ke,-J5w-•I da��-� ,ranZ.«d C----�s ILSI 06 Dollars ' Cents t V� ;�(ctc) Transition Bridge Railing 568.70 100% en o ahoJS r� d}Ok--S Ciro( Z�y Crn{S fL.S for � �-�W Dollars Cents `i "�Com` ��{✓ o y x 0 Epoxy Paint System for Steel Sheeting d 570.86020010 100% JA—Sc—A clo k,& a-J Z e— C{n ILSv�U `0 y Dollars Cents z Spray-Applied Waterproofing Membrane 595.98200018 100% for �7; ' ov ."4 ct.N.rs qj Z-« Cen1:�, ILS CCS CID Do tars Cents Precast Concrete Box Culvert(16'Span x 6'Rise, Fill Height Less /10 00V 1/0 OC7C� 603.63160615 100% Than 2'4') ° h�vrl cuA }tN apn CC) fo T t l Dollars �! Cents Box Beam Guide RaiJing 606.10 100% for Off"e- 4A -s .j!> d•A.,sg4 Z<.,y Ce^-5 /LS Dollars Cents 0 0 F-+ O Proposal Package 1d of 14 0 u 0 TOWN OF SOUTHOLD v BAY AVENUE CULVERT RECONSTRUCTION Itemized Proposal ITEM ESTIMATED DESCRIPTION OF ITEM UNIT EXTENDED NUMBER {QUANTITY (rill in Unit Price Written in Words) PRICE BID AMOUNT BID � DOLLARS CENTS DOLLARS ICIENTS ,TI Y Box Beam End Assembly Type III 606.1203 3 hu ;s % for S�� �'hoJ ��e ,.did �b Ilws a.yt Tisa ltn IEA i � 1�C15, — �✓ _, Dollars Cents .o Removing and Disposing Corrugated Beam Guide Railing ) "' 606.71 100% for �;or 4nw s&.d 'r-- red da Jk4 c•.tt Z1,.it-is ILS Dollars Cents (J Crushed Stone{In-Place Measure) 623.12 75 for+V O �y�-c�t `y� G�� u�' CC.—�5 ICY 4c, b p �, �bt✓ cn Dollars Cents y x 0 White Paint Reflectorized Pavement Stripes d 640.10 100% for O-e- d (LC-5 Q-d Zc,- CCS ILS bb- 5`6 y Dollars Cents /Coc 1 UIQ c� Yellow Paint Reflectorized Pavement Stripes 640.11 100% for 6jC Vh,-fsc—d kws o.-V CCAI.1-S ILS Dollars Cents l 0 _o 0 0 Proposal Package 12 of 14 a1. 9 -70, oo TOTAL BID $ TOTAL BID (written in words) Sf �lundc�� 1, +%-o 4-ho1514,J N�N2 Wr�d�rf� St n . clo114f5 wc.�l Zee C&a,VS for Dollars Cents NOTES: 1. The estimated quantities as indicated in the proposal form are for bidding purposes.only. The Town shall not be responsible and/or guarantee these quantities and may use less or more as required during the Contract. 2. In case of any discrepancy between the price in words and that in figures, the price` in words shall be considered the price bid. 3. Price bid for mobilization shall not exceed four percent (4%),of the total contract bid price excluding the price bid for mobilization. Should the bidder exceed the foregoing four percent (4%), the Town will make the necessary adjustments to determine the correct total amount bid.' 4. Item 127— Planting has a fixed bid amount of$2,500.00 and this amount is for bidding purposes only. The actual value of this item shall be determined after the bid opening. Should the bidder alter this amount in anyway, the Town will make the necessary adjustments to determine the correct total amount bid. Proposal Package 13 of 14 AUTHORIZED SIGNATURC'� - � __.. PRINT NAME ' TITLE DATE ACKNOWLEDGMENT STATE OF NEW YORK,COUNTY OF&M\\ )ss.: On the - day of in the year 2014 before me, the undersigned,personally appeared, 1�h , personally known to me or proved to me on the basis of satisfactory evidence to be Ae 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 'I DEBORAH RYDER Notary Publlo,Shftot N .' :� Nao1RY62M6 4ualMed In StlOdk Courl I�%OMMIsshn March 19,20 Proposal Package 14 of 14 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: 41 ?I-V Aue, A Corporation A Pa rs�fiip or i FIRM NAME: "A V G'�QYrti -rAn Indivi ua PRINCIPAL OFFICE: PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE, SeG .4 rr,qc-i)I. h 1. How many years has your organization been in business under its present business name? '1'a— ti,'J (7 a`) 2. You normally perform what percent of the work with your own forces? % List trades that you organization normally performs below: d fC n pT,rt liu 6 v k4C-> D c 6r,, +•%I de 0 L t>bvLE 2 S b 3. Have you ever failed to complete any work awarded to you? If so,note where and why. 4. Are there any claims,judgments,arbitration proceedings or suits pending or outstanding against your firm or its officers?If yes, please provide details. , QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years?If yes,please provide details. b c'J 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 /A 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone# Telephone# Amount Completion %of Work QS-2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Capacity 9. Do you have,or can you obtain,sufficient labor and equipment to commence work when required and complete the work within the Contract Time? 1c,S 10. Bank References: 11. Trade Association Membership: L 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 Vew x(yk ) COUNTY OF S,;XYo1 C ) —le \ being duly sworn deposes and says that he is the of a ,nc contractor and that answers to ta f going questions and all statements therein c ntained are true and correct. (Signature of person who sign Sworn to before me this �0 day of ,2014 Notary Public Qat-0A. J Commission Expiration Date: UE EgO13AH RY®EliPublk6Gt to of NewYark NorOIRY6268036 lIM In Suffolk County lotf VWCh'19,204� I QS-4 SCOTT A. RUSSELL JAMES A. RICHTER, R.A. SUPERVISOR MICHAEL M. COLLINS, P.E. TOWN HALL - 53095 MAIN ROAD �T TOWN OF SOUTHOLD,NEW YORK 11971 Tel. (63 1) -765—1560 t'r' +"+` Fax. (631)-765—9015 r MICHAEL COLLINS a TOWN.SOUTHOLD.NY.US JAMIE RICHTER(a�TOWN SOUTHOLD.NY.US OFFICE OF THE ENGINEER TOWN OF SOUTHOLD ADDENDUM NUMBER 002: July 29, 2014 Page 1 of 3 PROJECT: Invitation to Bid - BAY AVENUE CULVERT RECONSTRUCTION East Marion, Town of Southold Suffolk County, New York Attention Bidders: • Replace Pages 11 & 12 of the Proposal Package with the attached revised pages. TOWN OF SOUTHOLD BAY AVENUE CULVERT RECONSTRUCTION Itemized Proposal ITEM ESTIMATED DESCRIPTION OF ITEM UNIT EXTENDED NUMBER QUANTITY (Fill in Unit Price Written in Words) PRICE BID AMOUNT BID DOLLARS CENTS DOLLARS CENTS Concrete for Structures, Class HP 555.09 100% for /LS Dollars Cents Steel Bridge Railing (Three Rail) 568.54 100% for /LS Dollars Cents Transition Bridge Railing 568.70 100% for /LS Dollars Cents Epoxy Paint System for Steel Sheeting 570.86020010 100% for /LS Dollars Cents Spray-Applied Waterproofing Membrane 595.98200018 100% for /LS Dollars Cents Precast Concrete Box Culvert (16' Span x 6' Rise, Fill Height Less 603.63160615 100% Than 2'-0") for /LS Dollars Cents Box Beam Guide Railing 606.10 100% for /LS Dollars Cents Proposal Package 11 of 14 TOWN OF SOUTHOLD BAY AVENUE CULVERT RECONSTRUCTION Itemized Proposal ITEM ESTIMATED DESCRIPTION OF ITEM UNIT EXTENDED NUMBER QUANTITY (Fill in Unit Price Written in Words) PRICE BID AMOUNT BID DOLLARS CENTS DOLLARS CENTS Box Beam End Assembly Type III 606.1203 3 for /EA Dollars Cents Removing and Disposing Corrugated Beam Guide Railing 606.71 100% for /LS Dollars Cents Crushed Stone (In-Place Measure) 623.12 75 for /CY Dollars Cents White Paint Reflectorized Pavement Stripes 640.10 100% for /LS Dollars Cents Yellow Paint Reflectorized Pavement Stripes 640.11 100% for /LS Dollars Cents Proposal Package 12 of 14 SCOTT A. RUSSELL , JAMES A. RICHTER, R.A. 41 SUPERVISOR MICHAEL M. COLLINS, P.E. TOWN HALL - 53095 MAIN ROAD coo ze y Jt, TOWN OF SOUTHOLD,NEW YORK 11971 Tel. (631)-765-1560 Q Fax. (631)-765-9015 MICHAEL.COLLINSnTOWN.SOUTHOLD.NY.US "+� JAMIE.RICHTERATOWN.SOUTHOLD.NY.US OFFICE OF THE ENGINEER TOWN OF SOUTHOLD ADDENDUM NUMBER 001: July 28, 2014 Page 1 of 8 PROJECT: Invitation to Bid — BAY AVENUE CULVERT RECONSTRUCTION East Marion, Town of Southold Suffolk County, New York Attention Bidders: • The NYSDEC has issued Permit No. 1-4738-01379/00005 for this project. The winning bidder must comply with pages 1-6 of this permit, attached. • A map of the Bay Avenue Detour Route is attached to this addendum. After Labor Day 2014, the bridge can be closed to vehicular traffic and the winning bidder may begin demolition of the existing structure. During the course of the project, the Town will be wholely responsible for maintaining the roads and signage associated with the Detour Route. • PSEG will provide temporary electric service via poles and wires installed along the bridge detour route. The overhead wires and poles currently located along the east side of the Bay Avenue Culvert will be deenergized and removed by PSEG prior to the start of demolition and construction activities. • New double yellow line striping is to be provided for the entire length of all newly paved sections of Bay Avenue • Unsuitable materials to be replaced with crushed stone is part of Bid Item 206.0201 Aft NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION Facility DEC ID 1-4738-01379 PERMIT Under the Environmental Conservation Law ECL Permittee and Facility Information Permit Issued To: Facility: TOWN OF SOUTHOLD BAY AVE CULVERT 53095,MAIN RD BAY AVE OVER MARION LAKE PO BOX 1179 EAST MARION,NY 11939 SOUTHOLD, NY 11971-1179 (631) 765-1283 Facility Application Contact: DUNN ENGINEERING ASSOCIATES 66 MAIN ST WESTHAMPTON BEACH, NY 11978 (631) 288-2480._ 4, Facility Location:- in SOUTHOLD in SI70FFOLK. COUNT' Village. East Marion Facility Principal Reference Point: NYTM-E: 723.736 NYTM N: .4555.928 Latitude; 41 00'1'25:8" Longitude:'72°20'05:4" = s Project Location:: Bay-Ave over Marlon- Lake} Watercourse--Manon Authorized Activity: Replace existing bridge, culvert and roadway,_and replant .All authorized activities"must be in strict conformance wltl 'the°attached plans stamped NYSbE@ app'r`oved'on 7/18%14. (J )' 7. , Permit Authorizations Freshwater Wetlands Under Article 24 Permit ID.1.-4738-0137.9/0:0.005. >Es; . .>..•xc gf:.;,::. .... ;... ; ,>s.,. , w . . New Permit Effective'Date:7/18/2014 ,_Expiration Date.:?/1:8%201.9. NYSDEC Approval By acceptance of this permit, the permittee agrees that the permit is contingent upon strict compliance with the ECL, all applicablfe regulations, and all coridttio"ris included`as part of this permit. Permit Administrator:MARK CARRARA, Deputy Regional Permit Administrator Address: NYSDEC REGION 1 HEADQUARTERS SUNY @ STONY BROOK150 CIRCLE RD STONY BROOK, NY 11790 -3409 Authorized Signature: / f �� - - Date Page 1 of 6 NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION I aCiiity DEC ii 1-4738"-01379 Distribution List DUNN ENGINEERING ASSOCIATES Habitat- TW JACQUELINE R PASQUINI Permit Components NATURAL RESOURCE PERMIT CONDITIONS GENERAL CONDITIONS, APPLY TO ALL AUTHORIZED PERMITS NOTIFICATION OF OTHER PERMITTEE OBLIGATIONS NATURAL RESOURCE PERMIT CONDITIONS - Apply to the Following Permits: FRESHWATER WETLANDS 1. Work Area Limits Any work; disturbance, and or storage of construction materials shall be confined to within the limit of clearing,and ground.disturbance shown-on the approved plan. 2. Materials ...Disposed at Upland'Site. Any demolitiondebris, excess construction materials, and/or excess excavated materials shall be immediately and completely disposed of on an approved upland site more than 100 feet from any regulated freshwater wetland. These materials shall be suitably stabilized so as not to re-enter any water body, wetland, or wetland adjacent area. 3. No Equipment in Wetland Heavy equipment, including bulldozers, backhoes, payloaders, etc., shall not be operated-i ti;fhe We-fL 4. Straw Bales Prior to commencement of any construction activities, a continuous row of straw bales shall be staked end to end down slope of any areas of ground disturbance. 5. Straw Bales to Be Entrenched Straw bales shall be entrenched two to four inches into the ground. 6. Maintain Bales The bales shall be maintained, repaired and replaced as often as necessary to ensure proper function,until..all disturbed areas are permanently vegetated. The average useful life of a bale is approximately 3-4 months., Sediments trapped by the bales shall be removed to an approved upland Inc tion 6-fnm fli.- hales themselves prisel v es are removed. 7. Clean Fill Only All fill shall consist of clean soil, sand and/or gravel that is free of the following substances: asphalt, slag, flyash, broken concrete, demolition debris, garbage, household refuse, tires, woody materials including tree or landscape debris, and metal objects. The introduction of materials toxic to aquatic life is expressly prohibited. Page 2 of 6 a NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION Facility DEC ID 1-4738-01379 8. Equipment Storage 100' from Wetland, Water Body All equipment and machinery shall be stored and safely contained greater than 100 feet landward of the regulated wetland or water body at the end of each work day. This will serve to avoid the inadvertent leakage of deleterious substances into the regulated area. 9. Seed, Mulch Disturbed Areas All areas of soil disturbance resulting from this project shall be seeded with an appropriate perennial grass, and mulched with straw immediately upon completion of the project, within two days of final grading; or by the expiration of the permit, whichever is first. 10. Temporary Mulch, ;Final Seeding If seeding is impracticable due to the time of year, a temporary mulch shall be applied and final seeding shall be performed at the earliest opportunity when weather conditions favor germination and growth but not more than six months after project completion. 11. Minimum % Vegetative Cover Suitable vegetative cover is defined as a minimum of 85 % area vegetative cover with contiguous urivegetated areas no larger than 1 square foot in size. 12. Notice of Commencement At least 48 hours prior to commencement of the project, the permittee and contractor shall sign and return the top portion of the enclosed notification form certifying that they are fully aware of and understand all terms and conditions of this permit. Within 30 days of completion of project, the bottom portion of the form'must also be signed and returned, along with photographs of the completed work. 13. Post Permit Sign The permit sign-enclosed with this permit shall be posted in a conspicuous location on the worksite and adequately protected from the weather. 14. Additional Erosion Control Required As shown on the approved plans, a turbidity curtain must be installed. The curtain must extendabove the water line and be weighted on the bottom. No turbidity is permitted beyond the curtain. 15. Disposal of Dredged Sediment Final disposal of the removed 90 cubic yards of bed material must be disposed of as per the determination of NYS Division of Materials Management. Please contact Peter Hourigan at 631-444-0375. 16. Vegetation Removal Restriction All trees shown on the approved plan to remain must be protected from incidential damage. Those trees shall not be cut or removed. Minimal limbing of those trees is permitted.- 17. Mitigation Planting Required In the area shown on the approved plans, permit holder will plant 16 shrubs. Shrubs must be native and a:rainimum of three gallon stock. No Cultivars. Plantings must be completed within six months of submission of the Notice of Commencement. 18. 2 Year Plant Survival All plantings shown on the drawings made a part of this permit must survive for a minimum of two growing seasons. If mortality exceeds ten percent, or bare areas occur, dead plants must be replaced. 19. Dewatering Restriction All dewatering discharge must be to an energy dissipating ring placed in the water between the temporary cofferdam and the temporary turbidity curtain. Page 3 of 6 Aft NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION afthow Facility nFf In 1_1738_01379 20. Storm Water Control Final grading shall be so that storm;water from the bridge is directed to grass margin areas and that storm water does not directly flow into the wetland. 21. Conformance With Plans All activities authorized by this permit must be in strict conformance with the approved plans submitted by the applicant or applicant's agent as part of the permit application. Such approved plans were prepared by Dunn Engineering last dated 5/29/14. 22. State Not Liable for Damage The State of New York shall in no case be liable for any damage or injury to the structure or work herein authorized which may be caused by or result from future operations undertaken by the State for the conservation or improvement of navigation, or for other purposes, and no claim or right to compensation shall accrue from any such damage. 23. State May Order Removal or Alteration of Work If future operations by the State of New York require an alteration in the position of the structure or work herein authorized, or if, in the opinion of the Department of Environmental Conservation it shall cause unreasonable obstruction to the free navigation of said waters or flood flows or endanger the health, safety or welfare of the people of the State, or cause loss or destruction of the natural resources of the State, the owner may be ordered by the Department to remove or alter the structural work, obstructions, or.hazards caused thereby without expense to the State, and if, upon the expiration or revocation of this permit, the structure, fill, excavation, or other modification of the watercourse hereby authorized shall not be completed, the owners, shall, without expense to the State, and to such extent and in such time and manner as the Department of Environmental Conservation may require, remove all or any portion of the uncompleted structure or fill and restore to its former condition the navigable and flood capacity of the watercourse. No claim shall be made against the State of New York on account of any such removal or alteration. 24. State May Require Site Restoration If upon the expiration or revocation of this permit, the project hereby authorized has not been completed, the applicant shall, without expense to the State, and to such extent and in such time and manner as the Department of Environmental Conservation may lawfully require, remove all or any portion of the uncompleted structure or fill and restore the site to its former condition. No claim shall be made against the State of New York on account of any such removal or alteration. 25. Precautions Against Contamination of Waters All necessary precautions shall be taken to preclude contamination of any wetland or waterway by suspended solids, sediments, fuels, solvents, lubricants, epoxy coatings, paints, concrete, leachate or any other environmentally deleterious materials associated with the project. GENERAL CONDITIONS - Apply to ALL Authorized Permits: 1. Facility Inspection by The Department The permitted site or facility, including relevant records, is subject to inspection at reasonable hours and intervals by an authorized representative of the Department of Environmental Conservation (the Department) to determine whether the permittee is complying with this permit and the ECL. Such representative may order the work suspended pursuant to ECL 71- 0301 and SAPA 401(3). u.. - A .f c 2 tlg: .. .. 'J 0 taboo NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION Facility DEC ID 1-4738-01379 The permittee shall provide a person to accompany the Department's representative during an inspection to the permit area when requested by the Department. A copy of this permit, including all referenced maps, drawings and special conditions, must be available for inspection by the Department at all times at the project site or facility. Failure to produce a copy of the permit upon request by a Department representative is a violation of this permit. 2. Relationship of this Permit to Other Department Orders and Determinations Unless expressly provided for by the Department, issuance of this permit does not modify, supersede or rescind any order or determination previously issued by the.Department or any of the terms, conditions or requirements contained in such order or determination;=; 3. .Applications For Permit Renewals, Modifications or Transfers The permittee must submit a separate written application to the Department for permit renewal, modification or transfer of this permit. Such application must include any forms or supplemental information the Department requires. Any renewal, modification or transfer granted_by the Department must be in writing. Submission of applications for permit renewal, modification or transfer are to be submitted to: Regional Permit Administrator NYSDEC REGION 1 HEADQUARTERS SUNY @ STONY BROOK150 CIRCLE RD STONY BROOK,NY 11790 -3409 4. Submission of Renewal Application The permittee must submit a renewal application at least 30 days before permit expiration for the following permit authorizations:Freshwater Wetlands: 5. Permit Modifications, Suspensions and Revocations by the Department The'Department- reserves the right to exercise all available authority to modify, suspend or revoke this permit. The grounds for modification, suspension or revocation include: a. materially false or inaccurate statements in the permit application or supporting papers; b. failure by the permittee to comply with any terms or conditions of the permit; c. exceeding the scope of the project as described in the permit application; d. newly discovered material information or a material change in environmental conditions, relevant technology or applicable law or regulations since the issuance of the existing permit; e. noncompliance with previously issued permit conditions, orders of the commissioner, any provisions of the Environmental Conservation Law or regulations of the Department related to the permitted activity. 6. Permit Transfer Permits are transferrable unless specifically prohibited by statute, regulation or another permit condition. Applications for permit transfer should be submitted prior to actual transfer of ownership. Page 5 of 6 e NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION v Facility DEC In 1-473R-01379 NOTIFICATION OF OTHER PERMITTEE OBLIGATIONS Item A: Permittee Accepts Legal Responsibility and Agrees to Indemnification The permittee, excepting state or federal agencies, expressly agrees to indemnify and hold harmless the Department of Environmental Conservation of the State of New York, its 'representatives,.employees, and agents ("DEC") for all claims, suits, actions, and damages,;_tn the extent attributable to the permittee's acts or omissions in connection with the permittee's`'`undertaking of activities in connection with, or operation and maintenance of, the facility or facilities authorized by the permit whether in compliance or not in compliance with the terms and conditions of the permit. This indemnification does not extend to any claims, suits, actions, or damages to the extent attributable to DEC's own negligent or intentional acts or omissions, or to any claims, suits, or actions naming the DEC and arising under Article 78 of.the New York Civil Practice Laws and Rules or any citizen suit or civil rights provision under federal or state laws. Item B: Permittee's Contractors to Comply with Permit The permittee is responsible for informing its independent contractors, employees, agents and assigns of their responsibility to comply with this permit, including all special conditions while acting as the permittee's agent with respect to the permitted activities, and such persons shall be subject to the same sanctions for violations of the Environmental Conservation Law as those prescribed for the permittee. Item C: Permittee Responsible for Obtaining Other Required Permits The permittee is responsible for obtaining any other permits, approvals, lands, easements and rights-of- way that may be required to carry out the activities that are authorized by this permit. Item D: No Right to Trespass or Interfere with Riparian Rights This permit does not convey to the permittee any right to trespass upon the lands or interfere with the riparian rights of others in order to perform the permitted work nor does it authorize the impairment of any rights, title, or interest in real or personal property held or vested in a person not a party to the permit. 4 Paw 6 `IF v Route Route 25 Bridge NOTE: Bridge Bridge Bridge Replace 3 Ton 25 DETOUR DETOUR Limit Signs on Size Size DETOUR —► DETOUR 4— Bay Ave.with DETOUR 36"x 36" DETOUR 36" x 36" Bridge Closed Size: 30"x 30" Size: 30"x 30" Size: 30"x 30" Size: 30"x 30" Signs when Sign#: 8 Sign #: 7 Sign#: 3, 4 & 6 Sign#: 5 Project is Underconstruction. West Bound Direction North Bound Direction South&East Bound East Bound Direction Sign#: 2b -West Bound Direction Sign#: 2a-East Bound Direction 2 s a e Ut s > Bridge Size DETOUR 36 x 36 Return To Old � Orchard Street � Sign#: 1 a-East Bound Direction ^C Bridge Size 36" x 36" DETOUR � 3 Sign#: 1 b -West Bound Direction / �•i NIGHTIME GRADE REFLECTIVE Marion II SIGNAGE \ / TO MEET D.O.T. Lake REQUIREMENTS. - Sprin 4 Pond[jj 7 Brjd _ f 1 O �e Closed X 4 Post l,d `Sed Painted W te e GRADE NO Concrete-use Post Hole Digger& Compact Backfill. RW B Gardiners ay E Sign Requirements (�State Route 25 S TABLE OF CONTENTS ' TOWN OF SOUTHOLD ' BAY AVENUE CULVERT RECONSTRUCTION ' Title Page ------ Table of Contents ------ Invitation to Bid ------ Instructions to Bidders IB-1 thru I13-6 ' NYS Wage Rates ------ Standard Insurance Requirements SIR 1 thru SIR 3 General Conditions GC-1 thru GC-12 ' Conditions of Contract CC-1 thru CC-18 ' Proposal Form Package Proposal Form Package Pages 1 thru 14 Qualification of Bidders QS-I thru QS-4 tContract Agreement A-1 thru A-3 Technical Specifications See Technical Specification Index TOWN OF SOUTHOLD ' 53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971 PHONE: 631-765-1560 / FAX: 631-765-9015 INVITATION TO BID NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND ' REQUESTED FOR THE FOLLOWING: BID NAME: "BAY AVENUE CULVERT RECONSTRUCTION" Definite specifications may be obtained at the Southold Town Clerk's Office beginning July 17, ' 2014 PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS: tTOWN OF SOUTHOLD July 31, 2014 2:00 PM TOWN CLERKS OFFICE ' 53095 MAIN ROAD SOUTHOLD, NY 11971 CONTACT PERSON: Michael Collins, P.E. Town of Southold, 631-765-1560 ' VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE: 1)NAME & ADDRESS OF BIDDER ' 2) BID NAME BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY. ' It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders and p Y p , ' General Conditions, which outline bidding rules of the Town of Southold. Upon submission of bid, it is understood that the bidder has read, fully understands and will comply with said GENERAL CONDITIONS and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of the bid document for your records. A non-refundable fee of$75.00 will be charged for plans and specifications. Payment can be made by either money order,cash or business check(payable to the Town of Southold). A non-mandatory pre-bidder's conference will be held at 10:0"M on July 23, 2014 at the project site (Bay Avenue at Marion Lake in East Marion). The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. INSTRUCTIONS TO BIDDERS 1 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. Time Limit to Complete Work 10. Bid Reservations 11. Non-Collusive Statement ' 12. Addenda and Interpretations 13. Method of Award 14. Single Price Bid Analysis 1 15. Municipal Exempt Status 16. Labor Law 17. Wage Rates 1 18. Insurance Required by the Town of Southold 19. Quantities ' iNSTRUCTiONS TO RiDDF.RS 1. RECEIPT AND OPENiNG OF BIDS The Town of Southold invites bids on the forms herein provided for the reconstruction of the Bay Avenue culvert at Marion Lake, East Marion, New York. Sealed bids shall be received by the office of the Southold Town Clerk, 53095 Route 25 Southold, New York 11971, no later than 2:00 PM prevailing time on July 31, 2014, 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 1 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 1 at the place specified.Faxed bids will not be accepted. 2. FORM,PREPARATiON AND PRESENTATION OF PROPOSAi. The Proposal Form as issued by the Town shall be completely filled in, in black ink or typed on the original bid form. No photocopies will be accepted. All blank spaces for bid prices must be ' filled in, in both words and figures, with a total or gross sum for which the bid is made. All lines must have an indication of the bidder's response whether it be "0", "N/A", "No Charge", or a dollar figure.All lines must be filled in to indicate bidder's acknowledgement of the request. Bids that do not have all applicable lines filled in on the bid proposal form may be disqualified as a non-responsive bid. We cannot assume there is "no charge"when lines are left empty. Bids that contain any omission, erasure, alteration, addition or items not called for in the itemized bid form ' or that contain irregularities of any kind will not be accepted. In case of discrepancy between the unit price and total amount bid for any item,the unit price,as expressed in words, shall govern. ' The following two items will automatically render a bid unacceptable to the Town of Southold: a. Failure to sign bid proposal page. b. Failure to include necessary bid security deposit(as required). IIt 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 SF.CTIETTY ' (a)The Bid must be accompanied by a certified check on a solvent bank or trust company with its principal place of business in New York State, or an acceptable bid bond, in an amount equal to not less than five percent (5%) of the total amount bid, made payable to the Town of Southold (herein identified as Owner), as assurance that the bid is made in good faith. The certified checks ' or bid bonds of unsuccessful bidders will be returned after execution of the Contract between the Owner and the successful bidder; the certified check or bid bond of the successful bidder will be retained until filing and approval of the Performance Bond and until the completion of ten percent (10%)of the work under the Contract. (b) The successful bidder, upon his failure or refusal to execute and deliver the Contract required iB -2 ' INSTRUCTiONS TO BTDDF,RS 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. QUAi.IFiCATiONS 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. 1 (b) Information contained in any statement of financial ability shall be not more than thilu slays old at the time of submission. (c) The Town reserves the right to make such investigation as it may deem necessary or ' advisable to determine any bidder's ability to do the work, and the bidder shall furnish to the Town,on request,all data and information pertinent thereto. The Town reserves the right to reject any bid if such investigation fails to satisfy the Town that the bidder is fully qualified to do the work.Financial instability of a bidder may be cause for non-award. 5. REJECTiON OF BIDS ' (a) The TOWN BOARD reserves the right to reject any bid if the evidence submitted in the qualifications statement or an investigation of such bidder fails to satisfy the TOWN BOARD that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. Conditional bids will be considered informal and will be rejected. ' (b)The TOWN BOARD reserves the right to reject any and all bids,in whole or in part,to waive any informality in any or all bids, and to accept the bid or part thereof which it deems most favorable to the Town after all bids have been examined and/or checked. ' 6. BiDDERS RF.SPONSiBii ITY ' (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 and Specifications or in the itemized form of bid,which are made ' a part of this Contract,which may alter or revise the Specifications for the particular contract. (b) No representation is made as to the existence or nonexistence of groundwater, which may in any way impede the work,proposed to be accomplished. Each bidder shall fully inform himself as to groundwater and sub-surface conditions prior to submitting his bid. (c) The submission of a bid will be construed to mean that the bidder is fully informed as to the ' 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. ' iR - 3 ' iNSTRUCTiONS TO BIDDERS 1 (d)Bidders must examine the Plans and Specifications and exercise their own judgement as to the nature and amount of the whole of the work to be done, and for the bid prices, must assume all ' risks of variance by whomsoever made in computation or statement of amounts or quantities necessary to fully complete the work in strict compliance with the Contract Documents. ' (e) The Bidder shall assume all risks and responsibility and shall complete the work in whatever material and under whatever conditions he may encounter or create, without extra cost to the Town. ' (0 No pleas of ignorance or misunderstanding of conditions that exist or that may hereafter exist, or of conditions or difficulties that may be encountered in the execution of the work under this Contract, as a result of failure to make the necessary examinations and investigations, will be to fulfill in every detail all of the requirements of the Contract Documents, or will be accepted as a basis for any claims whatsoever for extra compensation,or for an extension of time. 7. CONSTRIICTiON TERMS AND CONDiTiONS ' The successful bidder is warned that the work specified in the Conditions of Contract, together with the Instructions to Bidders, Proposal Form, General Conditions, Plans, Specifications and instructions of the Engineer or his duly authorized representative will be rigidly enforced. ' 8. SECURiTY FOR FAiTHFUL PERFORMANCE AND MAiNTENANCE The successful bidder shall he required to execute a P rfon-nan e Bond equal to one hundred percent(100%) of the amount hid;, 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. 1 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. TR -4 iNSTRUCTiONS TO BIDDERS ' 9. TiME LIMIT TO COMPi.ETE WORK The contractor shall at a minimum substantially complete the project, including placement of ' binder course and installation of bridge and guide rails,prior to December 31,2014 in as much as the roadway can safely be reopened to traffic during the Winter months. All work to be performed under this contract shall be completed in its entirety prior to Memorial Day 2015. ' 10. BiD RESERVATiONS ' Bids submitted shall remain in effect for forty-five (45) days past the date of bid opening. This period may be extended, for the benefit of the Town, by mutual agreement between the Bidder and the Purchasing Agent. ' 11. NON-COi LITSiVF. STATEMENT ' The form of non-collusion bidding certification contained in the proposal package must be executed by the Bidder and submitted with the proposal. The submission of this statement certifies that the prices in this bid have been arrived at independently without collusion, ' consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor. 12. ADDENDA AND iNTERPRETATiONS Every request for information or interpretation of the Contract Documents or Drawings must be ' addressed in writing to the Town Engineering Department of Southold - 53095 Route 25, P.O. Box 1179, Southold, New York 11971 or fax 631-765-9015, and to be given any consideration, must be received at least five (5) days prior to the date fixed for the opening of bids. Any such ' interpretations or supplemental instructions will be in the form of written addenda, and will be mailed or faxed to all prospective bidders. The failure of any bidder to receive any such addenda will not relieve the bidder of any obligation under his bid as submitted. Any addenda so issued shall become part of the Contract Documents. 13. METHOD OF AWARD ' The bid will be awarded to the lowest responsive, responsible bidder, as will best promote the public interest, taking into consideration the reliability of the bidder, the quality of the materials, ' equipment,or supplies to be furnished,and conformity with the specifications. 14. SiNGi.E PRiCE BiD ANAi,YSiS ' 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. ' TR - S ' INSTRUCTIONS TO BiDDERS ' 15.MUNiCiPAi.EXEMPT STATUS The Town is exempt from the payment of Federal, State and local taxes. Taxes must not be ' included in proposal prices. ' 16. i.ABOR i.AW 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. 17. 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. 18. iNSURANCE REQUIRED BY THE TOWN OF SOUTHOi,D The successful bidder will be required to procure and pay for the following types of insurance, as set forth in more detail herein following the Instructions to Bidders in the Standard Insurance requirements Section. ' (a)Comprehensive Automobile Policy (b)Comprehensive General Liability (c)Excess/Umbrella Insurance (d)Owner's and Contractor's Protective Liability (e)Workmen's Compensation Insurance (f)Disability Insurance and Unemployment Insurance 19. QUANTiTiE,S 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. TR -(, ' THE PREVAILING WAGE CASE NUMBER ISSUED BY THE NEW YORK STATE DEPARTMENT OF LABOR FOR THIS ' PROJECT CAN BE FOUND ON THE NEXT PAGE. A CURRENT PREVAILING WAGE SCHEDULE FOR THIS PROJECT CAN BE OBTAINED DIRECTLY FROM THE 1 DEPARTMENT OF LABOR WEBSITE @ www.labar.state.ny.us 1 1 1 1 1 1 1 1 1 Andrew M.Cuomo,Governor Peter M.Rivera,Commissioner �NT� Town of Southold Schedule Year 2014 Alex Gimpelman, Project Engineer Date Requested 07/03/2014 ' Dunn Engineering Assocs., PC PRC# 2014006174 66 Main Street Westhampton Beach NY 11978 Location United States , Project ID# Project Type Demolish existing bridge over Marion Lake and replace with precast concrete box culvert. Reconstruct existing roadway approaches. 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 2014 through June 2015. All updates, corrections, posted ' on the 1 st business day of each month, and future copies of the annual determination are available on the Department's website www.labor.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: Date Cancelled: , Name& Title of Representative: Phone: (518)457-5589 Fax: (518) 485-1870 ' W.Averell Harriman State Office Campus, Bldg. 12, Room 130,Albany, NY 12240 www.labor.state.ny.us. PW 200 PWAsk@labor.state.ny.us STANDARD INSURANCE REQUIREMENTS TOWN OF SOUTHOLD CONTRACT INSURANCE REQUIREMENTS INSURANCE IDENTIFICATION: THE PROJECT NAME 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 hien 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). SIR- 1 STANDARD INSURANCE REQUIREMENTS ' OTHER CONDITIONS OF COMMERCIAL GENERAL LIABILITY INSURANCE• 1. Coverage shall be written on commercial general liability form. 2. Coverage shall include: A. Contractual liability B. Independent contractors C. Products and completed operations AUTOMOBILE LIABILITY INSURANCE: Automobile bodily injury liability and property damage liability insurance shall be provided by the contractor/vendor with a minimum combined single limit (CSL) of$1,000,000 (one million dollars). ' OTHER CONDITIONS OF AUTOMOBILE LIABILITY INSURANCE• 1. Coverage shall include: ' A. All owned vehicles B. Hired car and non-ownership liability coverage ' C. Statutory no-fault coverage ADDITIONAL CONDITIONS OF INSURANCE: 1. Contractor/vendor shall submit copies of any or all required insurance policies as and when requested by the Town. ' 2. If any of the contractor's/vendor's policies of insurance are cancelled or not renewed during the life of the contract, immediate notice of cancellation of non-renewal shall be delivered to the Town no less than 10 days prior to the date and time of cancellation or non-renewal. CERTIFICATE OF INSURANCE: ' The contractor/vendor shall file with the Town of Southold prior to commencing work under this contract, a ' certificate of insurance. 1. Certificate of insurance shall include: ' A. Name and address of insured B. Issue date of certificate C. Insurance company name D. Type of coverage in effect , E. Policy number F. Inception and expiration dates of policies included G. Limits of liability for all policies on certificate. included on certificate SIR - 2 STANDARD INSURANCE REQUIREMENTS Description of operations/locations/etc. Box must include the statement: "THE TOWN OF SOUTHOLD IS LISTED AS ADDITIONAL INSURED" ' CERTIFICATE HOLDER SHALL BE LISTED AS: TOWN OF SOUTHOLD 53095 ROUTE 25,P.O. BOX 1179 ' SOUTHOLD,NY 11971 ' 2. If the contractor's/vendor's insurance policies should be non-renewed, cancelled or expire during the life of the contact, the Town shall be provided with a new certificate indicating the replacement policy information as requested above. Thirty days (30) prior written notice to the Town of Southold for cancellation is applicable. SIR - 3 GENERAL CONDITIONS ' INDEX 1. Definitions of Terms 2. Standards of Workmanship 3. Samples ' 4. Manufactured Materials 5. Laboratory 6. Shop Drawings ' 7. Permits 8. Plans and Specifications 9. Cutting, Patching and Digging ' 10. Errors, Omissions and Discrepancies 11. Temporary Toilet 12. Proper Method of Work and Proper Materials ' 13. Inspection 14. Waiver 15. Water and Electric Power , 16. Machinery and Equipment 17. Maintenance 18. Schedule of Operations ' 19. Right to Use Work 20. Notice of Warning 21. Warning Signs ' 22. Accident Prevention 23. Damages 24. Maintenance of Traffic 25. Final Site Cleaning 26. Protection of Land Markers, Trees, Shrubs, and Property 27. Protection of Utilities ' 28. No Damages for Delay 29. Record Keeping 30. Subcontractors and Suppliers ' 31. Penal Law GC - 1 GENERAi. 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: Pi,ANS: 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. OWNF,R: Shall mean Town Board, Town of Southold. ' ENGiNEER (ARCHITECT): the Owner and/or duly authorized representative to represent the Owner in the execution of the work covered by the consultants and assistants engaged by the Owner and the Engineer to the extent of the particular duties entrusted to them. CONTRACT: Collectively, the Contract executed by the Owner and the Contractor, Notice to Bidders, Instructions to Bidders, Proposal Fonn, 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. MATF.RiAi.S: Any approved materials acceptable to the Engineer and conforming to the requirements of these Specifications. WORK: All of the work proposed to be accomplished at the site of the project, and all such other work as is in any manner required to accomplish the complete project. This includes all plant, labor, materials, supplies, equipment and other facilities and acts necessary or proper or incidental to the carrying out and completion of the terms of this Contract. The term "work performed" shall be construed to include the material delivered to and suitably stored at the site of the project. 2. STANDARDS OF WORKMANSHIP: The apparent silence of the Specifications as to any ' detail or an apparent omission from them of a detailed description concerning any work to be done and materials to be furnished shall be regarded as meaning that only the best general practice observed in the latest current construction work is to prevail and that only material and workmanship of first quality is to be used in this connection and all interpretations of these Specifications shall be made upon this basis. GC -2 GENERAL CONDITIONS 3. SAMPLES- The Contractor shall furnish for approval, all samples as directed. The work shall be in accordance with approved samples. ' Samples shall be submitted in ample time so as to prevent delay in fabrication or ordering of materials, allowing for a reasonable time for the Engineer to consider the samples submitted and, if necessary,to permit a resubmission of samples to the Engineer until approval is given. Work and material shall be furnished and executed in accordance with approved samples, in every ' aspect. Each sample shall be labeled, bearing material, name and quality, Contractor's name, date and other pertinent data. Unless otherwise specified, samples shall be in duplicate and of adequate size to show quality, type, color, range and finish and texture of material. Materials shall not be ' ordered until approval is received in writing from Engineer. 4. MANUFACTURED MATERIALS- Where several materials are specified by name, the , Engineer shall have the right, before execution of the Contract,to require any and all bidders to state the materials upon which they based their bid. Where any materials are specified by name or trade name, or by catalog number of a company or companies, the Contractor shall furnish the article ' mentioned unless approval of the Engineer is obtained in writing for a substitution. Should Contractor desire to substitute another material for one or more specified by name, he shall apply in writing for such permission and state credit or extra involved. He shall also provide supporting data ' and samples for Engineer's consideration. Unless particularly specified otherwise, all manufactured articles, materials and equipment shall be ' applied, assembled, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer and including the necessary preparation to properly install the work. Where reference is made to manufacturer's directions, the Contractor shall submit such directions to the Engineer as ' required. The materials used in construction shall be disposed as not to endanger the work, and so that full ' access may at all times be had to partly completed work and structures and they shall be so disposed as to cause no injury to those having access to the work or any of the units. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their , respective trades. Standards of work required throughout shall be of such grades as will bring first- class results only. The type of labor employed by the Contractor shall be such as will insure the , uninterrupted continuity of the entire work,without conflict of any kind. 5. LABORATORY- Laboratories shall be designated by the Engineer for testing the materials to ' be used under the Contract. Where tests are made by other than the designated laboratories, two certified copies showing correctly the chemical analysis and physical tests shall be furnished to the Engineer. , 6. SHOP DRAWTNGSo The Contractor shall submit to the Engineer six (6) copies of all shop drawings and schedules and no work shall be fabricated until his approval has been given. All shop drawings submitted to the Engineer must be in English, and must bear the Contractor's stamp of approval evidencing that the drawings have been checked. GC - 3 GENERAL CONDITIONS The Contractor will make any corrections in the drawings required by the Engineer and will file with ' the Engineer four corrected copies. Approval by the Engineer of such drawings or schedules shall not relieve the Contractor from responsibility for(a) errors of any sort in shop or setting drawings or schedules; or (b) deviations from Plans and Specifications unless the Contractor, at the time of ' submission of said drawings and schedules, has given notice to the Engineer of any such deviations. 7. PF.RMTTS: 7.1 Municipal: All work in connection with the installation of pipes or other underground structures of a like nature either within or without the limits of the highway, shall follow all the provisions as ' contained herein together with the provisions, as they apply, of the Highway Law (Town Code)with all subsequent changes, additions or corrections thereto. ' A. The Contractor shall obtain from the Building Department a certificate of occupancy, whenever the scope of work of the Contract provides for the construction of a building or structure, or for modification or alteration of a building or structure, so that a certificate of occupancy, or a revised certificate of occupancy is required under state and/or local law. The Owner shall be responsible for obtaining the building permit and permit(s) pre-requisite thereto, including but not limited to the following, unless Contractor is specifically required to obtain the same pursuant to other provisions of this document: (1) Demolition xmi (2) Building peemit (2) Fire prevention permit ' (3) Health Delia rtmen /Application to construc a) Sanitary system including SPDES permit ' b) Hazardous materials storage The following additional permits when required under law shall also be obtained by the Owner: (1) NYSDEC permit(s) (2) Town Division of Environmental Protection ' (3) U.S. Army Corp of Engineers The Contractor shall give all notices, and comply with all laws, ordinances, rules, regulations and conditions of the permits, bearing on the conduct of the work as drawn and specified, and shall be responsible for acquisition of all pertinent information necessary for such compliance. The Contractor shall be responsible for: (1) Coordinating all building department and other department and agency inspections and approvals, (2) Obtaining U.L. approvals, (3) Health Department inspections and approvals, (4) Obtaining final certificate of occupancy. On projects involving multiple contracts, it shall be the responsibility of the "General Contractor"to coordinate with the building department and other agencies and to obtain the certificate of GC -4 1 GENERAL CONDITIONS occupancy. It shall be the responsibility of the mechanical contractors (prime contractors other than the G.C.) to coordinate inspections and approvals of that part of the project, which falls within the scope of their contract with the G.C., and/or as may be appropriate, directly with the approving agency. In the event that one or more of the contractors on a multi-contract project fails toP erform the work in a timely manner, thereby causing undue delay in the completion of the project, and the issuance of the certificate of occupancy, the owner shall in that event, have the option to exercise "The owners ' right to stop work or terminate contract" as provided for in the conditions of the contract. B. Pines and I Jnd aground Structures: All work in connection with the installation of pipes or other underground structures of a like nature either within or without the limits of the highway, shall follow all the provisions, as they apply, of the Highway Law As per Town Code Standards)with all subsequent changes, additions or corrections thereto. C. Any work to be performed within the Town Highw,v right-of-way will require a Town Highway Department road-opening permit. ' Obtaining of the permit and subsequent release/approval shall be the responsibility of the Contractor. Acceptance of the contractor's performance bond in lieu of the Contractors road-opening bond shall , be at the option of the Highway Department. 7.2 Suffolk County-: All permits required for opening County roads and making connections with ' County drains will be obtained by the Owner. A copy of the permit, which must be kept on the job at all times, will be supplied to the Contractor. The Contractor will not be permitted to open any County road or make any connection to any County drain until he has been supplied with this permit. (a) Department of Public Works All permits required for opening County roads and making connections with County drains, will be ' obtained by the Owner. A Copy of the permit, which must be kept on the job at all times, will be supplied to the Contractor. The Contractor will not be permitted to open any County road or make any connection to any County drain until he has been supplied with this permit. The Contractor shall be responsible for conformance to all conditions of the permit and for the subsequent release/approval. ' (b) Department of Health Services: The Contractor shall be responsible for obtaining approvals pursuant to Health Department permits ' described in paragraph 7.1A. 7.3 State of New York- The Contractor shall obtain all necessary New York State highway permits ' whenever the Contract requires any work to be done within or upon existing State highway right-of- GC - 5 GFNERAT,CONDITIONS ways. These permits shall be obtained from the District Office in Hauppauge prior to the performance of the work. Upon application for the permit, the Contractor will be required to supply the following: (1) Three (3)copies of a sketch or print showing description and location of the proposed work. The Engineer will supply these prints to the Contractor. (2) Contingent liability insurance for the State (in addition to his own liability insurance) shall be ' furnished in amounts and manner as required by the State of New York. The contingent protective liability and completed operations liability insurance policy to cover: "The people of the State of New York and/or the Superintendent of Public Works covering liability arising with respect to all operations through highway pen-nits by permittee or by anyone acting by, through or for the permittee, including omissions and supervisory acts of the State", in the amount of ' personal injury(including death)and property damage as required. 8. PLANS AND SPECIFICATIONS* The Contractor will be furnished with five sets of Plans and Specifications giving all the details and dimensions necessary for carrying out the work. One copy of Plans and Specifications furnished to the Contractor must be kept constantly on the site. Anything shown on the Plans and not mentioned in the Specifications or mentioned in the ' Specifications and not shown on the Plans and all the work and materials necessary for the completion of the work according to the intent and meaning of the Contract shall be furnished, performed and done as if the same were both mentioned in the Specifications and shown on the Drawings. Any conflict or inconsistency between the Plans and Specifications, or any discrepancy between the figures and scale of Drawings, shall be submitted by the Contractor to the Engineer, whose decision thereon shall be conclusive. In the event the meaning of any portion of the Specifications or Drawings or any supplementary drawings or instructions of the Engineer is doubtful, the same shall be understood to call for the best ' type of construction, both as to materials and workmanship,which reasonably can be interpreted. All materials and workmanship must be strictly in accordance with the Specifications. The Plans show approximate size, arrangement and location of the proposed work. The Engineer will give base lines, grades, shapes and dimensions and the Contractor shall construct the work exactly in accordance with such instructions of the Engineer subject,however,to change as provided for under the headings "Changes and Alterations" and "Compensation to be Paid to the Contractor". ' Additional copies of Plans and Specifications, when requested,will be furnished to the Contractor at cost of reproduction. The Contractor shall furnish to each of the subcontractors and materialmen such copies of the Contract Documents as may be required for their work. 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 GC -6 GENERAL CONDITIONS Drawings and Specifications for the completed structure, and he shall make good after them as Engineer may direct. Any cost caused by defective or ill-timed work shall be borne by the party responsible therefor. The Contractor shall not endanger any work by cutting, digging or otherwise, and shall not cut or alter the work of any other contractor save with the consent of the Engineer. 10. ERRORS, OMISSIONS AND DISCRFPANCIFS• , 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. The temporary toilet shall be enclosed and weatherproof and kept in a sanitary condition at all times. Upon removal of the temporary outside toilet, the vault shall be disinfected, filled and all evidence of the toilet removed from the site. 12. PROPER METHOD OF WORK AND PROPER MATFRIAi Is. 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. GC - 7 GENERA, CONDITIONS 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. t The Contractor shall, at all times, provide the Owners, Engineer, assistants and inspectors under him with necessary facilities for determining both on the work and at the places of manufacture, that all work being performed and all materials being manufactured are strictly in accord with the Contract. ' Until acceptance of work by the Owner, the Contractor shall be responsible for all damages to the work including action of the elements or any other cause whatsoever. The Contractor shall continuously and adequately protect the work against damage from any cause. 14. WAIVER: Neither the inspection by the Owner or Engineer or any part of their employees nor any order, measurement or certificate by the Engineer nor any order by the Owner for the payment of any money nor any payment for or acceptance of, the whole or any part of the work by the Engineer or the Owner nor any extension of time nor any possession taken by the Owner or its employees shall operate as a waiver of any provision of this Contract or of any power herein ' reserved to the Owner or any right to damages herein provided; nor shall any waiver of any breach of the Contract constitute a waiver of any subsequent breach. Any remedy provided in this Contract shall be construed as cumulative;that is in addition to each and every remedy herein provided. 15. WATER AND EI,E.CTRIC POWER: All water and electric power supply for construction purposes must be provided by the Contractor. The cost shall be borne by the Contractor. 16. MACHINERY AND EQUIPMENT: All machinery, equipment, trucks and vehicles used in GC - 8 GE,NE,RAi, CONDITIONS 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. MAiNTE.NANCE: 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 nonperfonnance of the Contractor's obligations at any time. 18. SCHEDULE OF OPERATiONSe Within 5 days after the signing of the Contract, the ' Contractor shall submit a proposed program of operations, showing clearly how he proposes to conduct the work so as to bring about the completion of his work within the time limit specified. This program shall outline the proposed sequence of operations, the rates of progress and the dates when his work will be sufficiently advanced to permit the installation of work under this Contract. 19. RiGHT TO USE WORK: The Owner may enter upon and use the whole or any portion of the work, which may be in condition to use any time previous to its final acceptance by the Owner. Such use shall not constitute or be evidence of acceptance by the Owner or the Engineer of the ' whole or any part of the material furnished or work performed under the Contract. 20. NOTICE, OF WARNING• If the Contractor shall fail to make prompt payment to persons ' supplying labor or materials for the work, or refuse or fail to supply enough properly skilled workmen or proper materials or refuse or fail to prosecute the work or any part thereof with such diligence as will insure its completion within the period herein specified (or any duly authorized extension thereof) or fail to complete the work within said period or fail or refuse to regard laws, ordinances, codes, instructions of the Engineer,then the Engineer shall forward by registered mail to the Contractor, at the address given in the Contract, a Notice of Warning, and in the event the Contractor fails to comply with said Notice of Warning within five (5) days from receipt thereof,the Owner shall have the right to terminate the Contract. 21. WARNING SiGNS: Contractor shall provide and maintain proper luminous warning and ' detour signs where directed by the Engineer. Obstructions such as stored materials, equipment and excavations shall be marked with not less than two lights,which shall be not more than 4 feet apart. All lights shall be kept burning from one-half hour before sunset to until one-half hour after sunrise. 22. ACCIDENT PRE.VE,NTiON• 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 GC -9 ' GENERAL CONDITIONS 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 eer to be unsafe, he shall notify the ' Contractor in writing to take corrective action. Where, in the opinion of the Engineer,any operation, practice or condition shall be promptly discontinued and before the affected part of the work is resumed, remedial action taken. The Owner reserves the right to remedy any neglect on the part of Contractor as regards the protection of the work which may come to its attention, after 24 hours' notice in writing; except that in cases of emergency it shall have the right to remedy any neglect without notice, and in either case ' to deduct the cost of such remedy from money due the Contractor. Nothing in the foregoing paragraphs shall be construed as relieving the Contractor from full responsibility at all times for safe prosecution of the work. ' 23. DAMAGES: The Contractor shall pay and make good all losses or damages arising out of any cause connected with the Contract and shall indemnify and save harmless the Owner from any and ' all claims and any and all liability or responsibility of every nature and kind for any loss, damage or injury which may be brought against the Owner or any of its officers or agents, by reason of, or connected with the work or materials furnished under the Contract and shall pay all costs and ' expenses of every kind, character, and nature whatever, occurring upon or arising out of the Contract. ' 24. MAINTENANCE, OF TRAFFIC* All work under this Contract is to be completed within the time indicated in the Contract Agreement or as extended by the Owner. If in the meantime it should become necessary, because of the lateness of the season, or any other reason to stop the work, the ' Contractor shall at his own expense, open proper drainage ditches, erect temporary structures where necessary, prepare the roads so there will be minimum interference with traffic, set up and maintain a competent organization as directed by the Engineer, to keep the highways in first class condition for traffic, and take every precaution to prevent any damage or unreasonable deterioration of the work during the time it is closed. ' 25. FINAL SITE, CLEARING• Before final payment will be approved, the Contractor shall prepare the construction areas as follows: All basins, manholes and pipe as constructed shall be cleaned free from accumulated construction dirt, silt, fonn 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. 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 GC - 10 GENERAL CONDITIONS ' 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 ofP rivate 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 DFLAY: 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 KF.FPING: The Contractor shall establish and maintain complete and accurate books, records, documents, accounts and other evidence directly pertinent to performance under this contract (hereinafter the "records"). The records must be kept for the balance of the contract term and for six (6)years thereafter. 30. SUBCONTRACTORS AND SJJPPI.IFRS• 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 GC - I 1 ' GENERAL CONDITIONS Contractor shall furnish written notice of the names of suppliers of materials to be used on the 1 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 blastinz near pipes conveying combustible Was ' No person shall discharge explosives in the ground, nor shall any person other than a state or county employee regularly engaged in the maintenance and repair thereof excavate in any then existing street, highway, or public place, unless notice thereof in writing shall have been given at least seventy-two hours in advance to the person, corporation or municipality engaged in the distribution of gas in such territory. The person having direction or control of such work shall give such notice, ' and further he shall ascertain whether there is within one hundred feet in such street, highway or public place, or in the case of a proposed discharge of explosives within a radius of two hundred feet of such discharge, any pipe of any other person, corporation or municipality conveying combustible ' gas, and if thereby any such pipe,he shall also give such notice to any other such person,corporation or municipality. Provided, however, that in any emergency involving danger to life, health, or property it shall be lawful to excavate without using explosives if the notices prescribed herein are ' given as soon as reasonably possible, and to discharge explosives to protect a person or persons from an immediate and substantial danger of death or serious personal injury if such notices are given before any such discharge is undertaken. Any such work shall be performed in such manner as to avoid danger to any pipe conveying combustible gas. Any violation of the provisions of this section shall be a misdemeanor. GC - 12 CONDITIONS OF CONTRACT ' INDEX 1. Contract Documents and Definitions ' 2. Scope of the Work 3. Compensation to be paid to the Contractor 4. Time of Essence ' 5. Commencement of Work 6. Time of Completion 7. Liquidated Damages for Delays ' 8. Extension of Time. No Waiver 9. Weather 10. Contract Security ' IL Laws and Ordinances 12. Qualifications for Employment 13. Non-Discrimination 14. Payment of Employees ' 15. Estimates and Payments 16. Acceptance of Final Payment Constitutes Release 17. Construction Reports ' 18. Inspection and Tests 19. Plans and Specifications: Interpretations 20. Subsurface Conditions Found Different ' 21. Contractor's Title to Materials 22. Superintendence by Contractor 23. Protection of Work,Persons and Property ' 24. Representations of Contractor 25. Patent Rights 26. Authority of the Engineer 27. Changes and Alterations 28. Correction of Work 29. Weather Conditions 30. The Owner's Right to Withhold Payments ' 31. The Owner's Right to Stop Work or Terminate Contract 32. Contractor's Right to Stop Work or Terminate Contract 33. Responsibility for Work ' 34. Use of Premises and Removal of Debris 35. Suits of Law 36. Power of the Contractor to Act in an Emergency ' 37. Provisions Required by Law Deemed Inserted 38. Subletting, Successor and Assigns 39. General Municipal Law Clause 40. Grades,Lines,Levels,and Surveys 41. Insurance Requirements 42. Foreign Contractors 43. Lien Law , 44. Refusal to Waive Immunity 45. Exemption from Sales and Use Tax CC- i CONDITIONS OF CONTRACT ' 1. CONTRACT DOCUMENTS AND DEFINITIONS The Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Specifications, Form of Contract, Construction Drawings, together with any Addenda, shall form part of this Contract, and the provisions thereof shall be as binding upon the parties hereto, as if they were herein fully set forth. The table of contents, titles, heading, headlines, and marginal notes contained herein are solely to facilitate reference to various provisions of the Contract Documents and in no way affect, limit or cast light upon the interpretation of the provisions to which they refer. Whenever the term "Contract Documents" is used, it shall mean and include the Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Specifications, Form of Contract, Construction Drawings and any Addenda. In case of any conflict or inconsistency between the provisions of the Contract and those of the Specifications,the provisions of this Contract shall govern. Extra Work: The term "extra work", as used herein, refers to and includes all work required by ' the Owner, which in the 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. Subcontractors 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, roved, Acce to able. 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. t CC -2 CONDITIONS OF CONTRACT 3. COMPENSATION TO BE PAID TO THE CONTRACTOR ' (a) Agreed Prices: It is understood and agreed that the Contractor will accept as payment in full the summation of products of the actual quantities in place upon the completion of the work, as determined by the Engineer's measurements, by the unit prices bid, no allowance being made for , anticipated profit or for reasons of variations from the estimated quantities set forth in the Form of Bid. (b) Extra Work: The Owner may, at any time, by a written order and without notice to the Sureties, require the performance of such extra work or changes in the work as it may find necessary or desirable. The amount of compensation to be paid to the Contractor for any extra , work, as so ordered, shall be determined as follows: 1) By such applicable unit prices, if any, as set forth in the Contract; or 2) If no such unit prices are set forth, then by unit price or by a lump sum mutually agreed upon by the Owner and the Contractor; or 3) If no such unit prices are so set forth and if the parties cannot agree upon unit prices or a lump sum; then by actual net cost in money to the Contractor of the materials, permits, wages of applied labor, premiums for Workmen's Compensation Insurance, payroll taxes required by law, rental for plant and equipment used (excluding small tools) to which total cost will be added twenty (20) percent as full compensation for all other items of profit, costs and expenses, including administration, overhead, superintendence, insurance, insurance other than Workmen's Compensation Insurance, materials used in temporary structures, allowances made by the ' Contractor to subcontractors, additional premiums upon the performance bond of the Contractor and the use of small tools. 4. TIME OF ESSENCE ' INASMUCH AS THE PROVISIONS OF THIS CONTRACT RELATING TO THE TIME OF ' PERFORMANCE AND COMPLETION OF THE WORK ARE FOR THE PURPOSE OF ENABLING THE TOWN TO PROCEED WITH THE CONSTRUCTION OF A PUBLIC IMPROVEMENT IN ACCORDANCE WITH A PREDETERMINED PROGRAM, SUCH ' PROVISIONS ARE OF THE ESSENCE OF THIS CONTRACT. 5. COMMENCEMENT OF WORK , The Contractor agrees that he will commence work immediately on and not later than ten (10) days after signing of the Contract. ' 6. TIME, OF COMPI,F.TION The contractor shall at a minimum substantially complete the project, including placement of binder course and installation of bridge and guide rails,prior to December 31, 2014 in as much as the roadway can safely be reopened to traffic during the Winter months. All work to be performed ' under this contract shall be completed in its entirety prior to Memorial Day 2015. The date of such completion shall be the date of the Certification of Completion herein specified. The entire CC - 3 CONDITiONS OF CONTRACT work must be satisfactorily completed so that the project improvements are available to the Town ' for use. 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 1 date. 7. LIQUIDATED DAMAGES FOR DELAYS 1 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 TiMF,. 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. C'ONTRAC'T SECi1RiTY (a) The Contractor shall furnish a Performance Bond, or other acceptable security, equal to one hundred percent (100%) of the amount of the bid as security for the faithful performance of the Contract, and for the payment of all persons performing labor or furnishing materials in CC -4 CONDITIONS OF CONTRACT 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. (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 ORDTNANCF,S ' 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, CC - 5 CONDITIONS OF CONTRACT 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. 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 1 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 CC - 6 CONDITIONS OF CONTRACT ' wage that can be paid, as shall be designated by the Industrial Cormnissioner, to the laborers employed in the performance of the Contract either by the Contractor, subcontractor or other ' person doing or contracting to do the whole or part of the work contemplated by the Contract, and the Contract shall contain a stipulation that such laborers shall be paid not less than such hourly minimum rate of wage. Any person or corporation that willfully pays, after entering into ' such Contract, less than such stipulated minimum hourly wage scale shall be guilty of a misdemeanor and upon conviction, shall be punished for a first offense by a fine of Five Hundred Dollars ($500.00) or by imprisonment for not more than thirty (30) days, or both by fine and imprisonment; for a second offense by a fine of One Thousand Dollars ($1,000.00) and in addition thereto, the Contract on which the violation has occurred shall be forfeited, and no such person or corporation shall be entitled to receive any sum nor shall any officer, agent or employee ' of the State pay the same or authorize its payment from the funds under his charge or control to any person or corporation for work done upon any contract, on which the Contractor has been convicted of second offense in violation of the provisions of this section. ' The minimum wage rates established by the Industrial Commissioner, State of New York, for this Contract are set forth herein above as part of"Instructions to Bidders". 12. QUALIFICATIONS FOR EMPLOYMENT No person under the age of sixteen (16)years and no person currently serving sentence in a penal ' or correctional institution shall be employed to perform any work on the project under this Contract. No person whose age or physical condition is such as to make his employment dangerous to his health or safety or to the health or safety of others, shall be employed to perform ' any work on this project; provided, however, that such restrictions shall not operate against the employment of physically handicapped persons, otherwise employable, where each person may be safely assigned to work which they can ably perform. 13. NON-DISCRIMINATION There shall be no discrimination because of race, creed, color, national origin, age or sex in the ' employment of persons for work under this Contract,whether performed by the Contractor or any subcontractor. Neither shall the Contractor and subcontractor or any person acting on behalf of , the Contractor or subcontractor discriminate in any manner against or intimidate any employee hired for the performance of work under this Contract on account of race, creed, color, national origin,age or sex. ' There may be deducted from the amount payable to the Contractor by the Owner under this Contract a penalty of Five Dollars ($5.00) for each person for each calendar day during which , such person was discriminated against or intimidated in violation of the provisions of this paragraph; provided that for a second or any subsequent violation of the terms of this paragraph, this Contact may be canceled or terminated by the Owner and all monies due or to become due hereunder may be forfeited. 14. PAYMENT OF F,MP1,0YFF4 ' The Contractor and each of his subcontractors shall pay each of his employees engaged in work CC - 7 ' CONDITIONS OF CONTRACT on the project under this Contract in full (less deductions made mandatory by law) in cash and ' not less often than once each week. 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 completed, based upon the prices set ' forth in the Form of Bid. In consideration of the work completed, the Town 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 Town of any work so estimated and paid for. The five (5%) percent of the ' amount of the monthly estimate remaining unpaid will be retained by the Town as a guarantee that the Contractor will faithfully and completely fulfill all obligations imposed by the contract and specifications, and against any damages caused the Town 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 Town 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 Town by reasons 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 completed ' 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. ' (D) Contractors and subcontractors are required to submit to the Town a transcript of the original payroll record, subscribed and affirmed as true under the penalties of perjury, prior to being ' paid for the work under this contract. 16. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE The acceptance by the Contractor of the final payment shall be, and shall operate as a release to the Owner from all claims and all liabilities to the Contractor for all the things done or furnished in connection with this work and for every act and neglect of the Owner and others relating to or arising out of, this work, excepting the Contractor's claims for interest upon the final payment, if this payment be improperly delayed. No payment, however, final or otherwise, shall operate to release the Contractor or his sureties from any obligations under this Contract or the Performance Bond. CC - 8 CONDITIONS OF CONTRACT ' 17. CONSTRUCTION REPORTS The Contractor shall submit to the Engineer prior to commencing an work under this Contract a p g Y , 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. Prior to being eligible to receive the final payment under this Contract, the Contractor shall furnish the Engineer with substantial proof that all bills for services rendered and materials supplied have been paid. The enumeration of the above reports in no way relieves the Contractor of his responsibility ' under existing Federal or State Laws of filing such other reports with agencies as may be required by such existing laws or regulations. 18. INSPECTION AND TESTS All material and workmanship shall be subject to inspection, examination and test by the Engineer at any time during the construction and at any and all places where manufacturing of materials used and/or construction is carried on. ' Without additional charge, Contractor shall furnish promptly all reasonable facilities, labor and materials necessary to make any tests required by the Engineer and/or required by the Specifications. If at any time before final acceptance of the entire work, the Engineer considers necessary or ' advisable an examination of any portion of the work already completed, by removing or tearing out the same, the Contractor shall upon request, furnish promptly all necessary facilities, labor and materials for such examination. If such work is found to be defective in any material respect, ' due to the fault of the Contractor or any subcontractor, or if any work shall be covered over without the approval or consent of the Engineer, whether or not the same shall be defective, the Contractor shall be liable for the expense for such examination and of satisfactory reconstruction. ' If, however, such approval and consent shall have been given and such work is found to meet the requirements of this Contract, the Contractor shall be recompensed for the expense of such examination and reconstruction in the manner herein provided for the payment of cost of extra work. 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. CC - 9 ' CONDITIONS OF CONTRACT Any rejected work will be removed from the site of the project completely at the expense of the Contractor. 19. PIANS 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 1 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. 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 CC - 10 CONDITIONS OF CONTRACT ' guarded or eliminated in accordance with the safety provisions of the Manual of Accident Prevention in Construction published by the Associated General Contractors of America, to the , extent that such provisions are not in contravention of applicable law. The Contractor shall furnish entirely at his own expense any and all additional safety measures deemed necessary by the Owner or his Engineer to adequately safeguard the traveling public. , The Contractor shall, at all hours of the day, safely guard and protect his own work and adjacent property from any damage and shall replace or make good any such damage, loss or injury, , unless such be caused directly by errors contained in the Contract Documents, or by the Owner or its duly authorized representatives. The Contractor shall provide and maintain such watchmen, barriers, lights, flares and other ' signals at his own expense, as will effectively prevent any accident in consequence of his work for which the Owner might be liable. The Contractor shall be liable for all injuries or damage ' caused by his act or neglect,or that of his employees. The Contractor shall take particular care to avoid the blocking of fire hydrants, fire alarm boxes, letterboxes,traffic signals or other visible devices maintained for the use of the public. 24. REPRESENTATIONS OF CONTRAC'TC1R ' 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 - 1 I 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 warranted on the work, which may be dispensed with. If such alterations increase the amount of work, such increases shall be paid for ' according to the quantity of work actually done and at the prices for such work as contained in the schedule of prices. 28. CORRECTION OF WORK All work and all materials whether incorporated into the work or not, all processes of manufacture and all methods of construction shall be at all times and places subject to the inspection of the Engineer who shall be the final judge of quality, materials, processes of manufacture and methods of construction suitable for the purpose for which they are used. Should they fail to meet his approval, they shall be forthwith reconstructed, made good and replaced and/or corrected as the case may be, by the Contractor, at his own expense. 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 CC- 12 CONDITIONS OF CONTRACT ' 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 Perfonnance Bond. 29. WEATHER CONDITIONS ' In the event of temporary suspension of work or during inclement weather or whenever the ' Engineer shall direct, the Contractor will, and will cause his subcontractors to protect carefully his and their work and materials against damage or injury from the weather. If in the opinion of the Engineer any work or material shall have been damaged or injured by reason of failure on the ' part of the Contractor or any of his subcontractors to protect his or their work, such work and materials shall be removed and replaced at the expense of the Contractor. 30. THE OWNER'S RIGHT TO w1THHO1D PAVMFNTS ' 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 CC- 13 CONDITIONS OF CONTRACT enough properly skilled workmen or proper materials; or ' (d) The Contractor shall refuse or fail to prosecute the work or any part thereof with such diligence as will insure its completion within the periods herein specified (or any duly authorized extension thereof)or shall fail to complete the work within said periods; or (e) The Contractor shall fail to make prompt payments to persons supplying labor or materials for ' the work; or (f) The Contractor shall fail or refuse to regard laws, ordinances or the instructions of the Engineer or otherwise be guilty of a substantial violation of any provisions of this Contract; then and in any such event, the Owner, without prejudice to any other rights or remedy it may have, may by seven (7) days' notice to the Contractor, terminate the employment of the Contractor and his rights to proceed either as to the entire work or (at the option of the Owner) as to any portion thereof as to which delay shall have occurred, and may take possession of the work and complete the work by contract or otherwise, as the Owner may deem expedient. In such case, the Contractor will not be entitled to receive any further payment until the work is finished. if the unpaid balance of the compensation to be paid the Contractor hereunder shall exceed the expense of so completing the work(including compensation for additional managerial, administrative and inspection services and any damages for delay), such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor and his sureties shall be liable to the Owner for such excess. If the right of the Contractor to proceed with the work is so ' terminated,the Owner may take possession of and utilize in completing the work, such materials, appliances, supplies, plant and equipment as may be on the site of the work and necessary thereof. If the Owner does not so terminate the right of the Contractor to proceed,the Contractor ' shall continue to work. 32. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE,CONTRACT If the work shall be stopped by order of the Court or other public authority for a period of three (3) months without act or fault of the Contractor or any of his agents, servants, employees or subcontractors, the Contractor may, upon ten (10) days notice to the Owner, discontinue his performance of the work and/or terminate the Contract; in which event,the liability of the Owner to the Contractor shall be determined as provided in Paragraph 3l. 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. RESPONSIRILITV 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 CC- 14 CONDITIONS OF CONTRACT ' partial payment made thereon. It is fully understood by the Contractor that the inspection of the work shall not relieve him of any obligation to do sound and reliable work as herein prescribed, ' and that any omission to disapprove any work by the Engineer at or before the time of partial payment or other estimate shall not be construed to be acceptance of any defective work. 34. USE OF PREMISES AND REMOVAL OF DFRRIS ' The Contractor expressly undertakes at his own x ns : ' (a) To store his apparatus, materials, supplies and equipment in such orderly fashion at the site of the work as will not unduly interfere with the progress of his work or the work of any of his subcontractors; ' (b) To frequently clean up all refuse, rubbish, scrap materials and debris caused by the operations to the end that at all times, the site of the work shall present a neat, orderly and workmanlike ' appearance; (c) Before final payment hereunder to remove all surplus material, temporary structures, plants of ' any description and debris of every nature resulting from his operations. 35. SUITS OF LAW The Contractor shall indemnify and save harmless the Owner from and against all suits, claims, demands or actions for any injury sustained or alleged to be sustained by any party or parties in ' connection with the construction of the work or any part thereof, or any commission or omission of the contractor, his employees or agents of any subcontractor, and in case of any such action shall be brought against the Owner, the Contractor shall immediately take charge of and defend ' the same at his own cost and expense. 36. POWER OF THF. CONTRACTnu To ArT IN AN i,iv FgGENCV ' 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. 37. PROVISIONS RF.OIJIRF,D RY I.AW DFFMFD INSERTED ' Each and every provision of law and clause required by law to be inserted in this Contract shall CC - 15 CONDITIONS OF CONTRACT be deemed to be inserted herein and the Contract shall read and be enforced as though it were ' included herein, and if through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon the application of either party the Contract shall be forthwith be physically amended to make such insertion. 38. SUBLETTING.SUCCESSOR AND ASSIGNS The Contractor shall not sublet any part of the work under this Contract nor assign any money due him hereunder without first obtaining the written consent of the Owner. This Contract shall insure the benefit of and shall be binding upon the parties hereunder and upon their respective successors and assigns, but neither party shall assign or transfer his interest herein in whole or in part without consent of the other. ' 39. GENERAL MUNICIPAL LAW CLAUSE Pursuant to the provisions of Section 103-a of the General Municipal Law, in the event that the ' Bidder or any member, partner, director or officer of the Bidder, should refuse, when called before a grand jury to testify concerning any transaction or contract had with the State, any political subdivision thereof, a public authority or any public Department, agency or official of ' the State or of any political subdivision thereof or of a public authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract, such person, and any firm, partnership, or corporation of which he is ' a member, partner, director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or any public Department, agency or official thereof for goods, work or services for a period of five (5)years after such refusal, and any and all contracts made with any municipal corporation or any public Department, agency or official thereof on or after the first day of July, 1959, by such person, and by any firm, partnership or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination ' shall be paid. 40. GRADES, LINES, LEVELS AND SURVEYS Upon completion of the demolition and excavation work under this Contract,the Contractor shall fill all excavated areas with clean granulated fill to natural grade and restore all disturbed areas with 6"of topsoil and grass seed mix as per the project Specifications. 41. INSURANCE.REQUIREMENTS The Contractor shall not commence work until the Town has approved all the insurance required PP q 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 CC - 16 CONDITiONS OF CONTRACT ' the Contractor, his agent or employees in the perfonnance of the Contract. The Contractor shall not permit any subcontractor to commence any work under this contract until satisfactory proof of carriage of the required insurance has been posted with and approved by the Town. ' 42. FOREIGN C'ONTRAC'TORS Foreign Contractors must comply with the provisions of Articles 9A and 16 of the Tax Law, as ' amended, prior to submission of a bid for the performance of this work. The certificate of the New York State Tax Commission to the effect that all taxes have been paid by the foreign ' contractor shall be conclusive proof of the payment of taxes. The term "foreign contractor" as used in this subdivision means in the case of an individual, a person who is a legal resident of another state or foreign country; and in the case of a foreign corporation, one organized under the ' laws of a state other than the State of New York. 43. LIEN LAW ' Attention of all persons submitting bids is specifically called to the provisions of Section 25, Subdivision 5, Section 25A and 25B of the Lien Law, as amended, in relation to funds being received by a contractor for a public improvement declared to constitute trust funds in the hands of such Contractor to be applied first to the payment of certain claims. 44. REFUSAi. TO WAiVF iMMi1NiTY Pursuant to the provisions of Section 103-A of the General Municipal Law, in the event that the ' bidder or any member, partner, director or officer of the bidder, should refuse when called before a grand jury to testify concerning any transaction or contract had with the State, any political subdivision thereof, a public authority or with any public department, agency or official of the ' State or of any political subdivision thereof or of an authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract, such person, and any firm, partnership or corporation of which he is a ' member, partner, firm director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or any public department, agency, or official thereof, for goods, work or services, for ' a period of five (5) years after such refusal, and any and all contracts made with any municipal corporation or any public department, agency, or official thereof on or after the first day of July, 1959, by such person and any firm, partnership or corporation of which he is a member, partner, ' director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or , termination shall be paid. CC - 17 ' CONDITIONS OF CONTRACT 45. EXEMPTION FROM SALES AND USE TAXES ' In accordance with Chapter 513 of the laws of 1974 adopted by the New York State Legislature, amending Section 1115 (a) of the tax law, specifically paragraphs 15 and 16, political subdivisions, as described in subdivision (a) paragraph (L) of section 1116 of the tax laws, of the State of New York are exempt from the payment of sales and use taxes imposed on tangible personal property within the limitations specified in tax law 1115 (a) (15)and (16). ' (15) Tangible personal property sold to a contractor, subcontractor or repairman for use in erecting a structure or building of an organization described in subdivision (a) of section 1116, or ' adding to, altering or improving real property, property or land of such an organization, as the terms real property, property and land are defined in the real property tax law; provided, however, no exemption shall exist under this paragraph unless such tangible personal property is to become an integral component part of such structure, building or real property. (16) Tangible personal property sold to a contractor or repairman for use in maintaining, ' servicing or repairing real property, or land of an organization described in subdivision (a) of section 1116, as the terms real property, property or land are defined in the real property tax law; provided, however, no exemption shall exist under this paragraph unless such tangible personal ' property is to become an integral component part of such structure, building or real property. Contractors entering into Contract with the Town of Southold shall be exempt from payment of ' sales and use tax as described above. Procedures and forms are available to the Contractor direct from the Instructions and Interpretations Unit, State of New York, Department of Taxation and Finance, State Campus,Albany,New York, 12227. CC - 18 Town of Southold "Bay Avenue Culvert Reconstruction" PROPOSAL PACKAGE BID OPENS: July 31 2014 1 REMINDER NOTE!!!: VENDORS MUST RETURN THIS DOCUMENT ' INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for ' informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response ' whether it is a dollar figure or No Bid. ' Please DO NOT remove any pages from this bid package! ! ! Thank you! Proposal Package 1 of 14 BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. ' ❑ Notarized Affidavit of Non-Collusion as required by NYS Law. ' ❑ A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. ' ❑ As per specifications, the Town of Southold requires a current insurance certificate,with the Town of Southold listed as additional insured,to be on ' file in the Purchasing Department. You will be given ten(10)business days from notice of award to supply this form or the bid will be rescinded. ' ❑ Vendor Information Sheet and Address Record Form. ❑ Assumed Name Certification. El Bidder's Q' ualification Statement. ' NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. Proposal Package 2 of 14 VENDOR NAME: VENDOR INFORMATION SHEET ' TYPE OF ENTITY:CORP. PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID#: OR SOCIAL SECURITY#: DATE OF ORGANIZATION: IF APPLICABLE: DATE FILED: STATE FILED: ' If a non-publicly owned Corporation: CORPORATION NAME: ' LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) r LIST OFFICERS AND DIRECTORS: NAME TITLE ' ................................................................................. If a partnership: ' PARTNERSHIP NAME: ' LIST PARTNERS NAMES: Proposal Package 3 of 14 ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: ADDRESS: CONTACT: TELEPHONE: FAX: E-MAIL: ' ONLY if different - MAIL PURCHASE ORDER TO: ' ADDRESS: ' TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ' ADDRESS: ' TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 14 VENDOR NAME: ASSUMED NAME CERTIFICATION ' *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ' ASSUMED NAME: ' If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of ' the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. ' The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT ' Bidder agrees as follows -please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid ❑ fInsurance Certificate filed on DATE ' FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER. AUTHORIZED SIGNATURE 1 Proposal Package 5 of 14 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 1 communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The person signing this bid, under the penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS ' Signature&Company Position DAY OF 20 Type Name&Company Position Company Name NOTARY PUBLIC ' Date Signed ' Federal I.D.Number Proposal Package 6 of 14 THE PROPOSAL FORM ' Bay Avenue Culvert Reconstruction VENDOR NAME: VENDOR ADDRESS: ' TELEPHONE NUMBER: FAX: The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with ' the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one ' general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. ' (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts,but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda(if none were issued please write N/A below): Addendum No. Dated Proposal Package 7 of 14 TOWN OF SOUTHOLD BAY AVENUE CULVERT RECONSTRUCTION Itemized Proposal ITEM ESTIMATED DESCRIPTION OF ITEM UNIT EXTENDED NUMBER QUANTITY (Fill in Unit Price Written in Words) PRICE BID AMOUNT BID DOLLARS CENTS DOLLARS ENTS 1 DEC 100% Temporary Erosion and Sedimentation Control for /LS Dollars Cents 1 M 100% Mobilization (Not to Exceed 4%-See Note#3) for /LS Dollars Cents Clearing and Grubbing is 100% for /LS Dollars Cents Unclassified Excavation 2A 250 for /CY Dollars Cents Base Course for Asphalt Pavement 4S 100% for /LS Dollars Cents Asphalt Concrete Binder Course 51B 100% for /LS Dollars Cents Asphalt Concrete Driveways and Sidewalks 51 D 100% for /LS Dollars Cents Asphalt Concrete Top Wearing Course 51 T 100% for /LS Dollars Cents Maintenance and Protection of Traffic 76SX 100% for /LS Dollars Cents Proposal Package 8 of 14 TOWN OF SOUTHOLD BAY AVENUE CULVERT RECONSTRUCTION Itemized Proposal ITEM ESTIMATED DESCRIPTION OF ITEM UNIT EXTENDED NUMBER QUANTITY (Fill in Unit Price Written in Words) PRICE BID AMOUNT BID DOLLARS CENTS DOLLARS ENTS Adjusting Existing Drainage Structures 103AD 2 for /EA Dollars Cents Project Survey and Stakeout 116 100% for /LS Dollars Cents Topsoil Furnished and Placed 121AS 100% for /LS Dollars Cents Seeding on Prepared Areas 123LS 100% for /LS Dollars Cents Planting (Fixed Bid—See Note#4) 127 100% for Two Thousand Five Hundred Dollars and No Cents /LS $2,500 00 $2,500 00 Dollars Cents Removing Existing Superstructures 202.12 100% for /LS Dollars Cents Removing Existing Substructures 202.19 100% for /LS Dollars Cents Select Granular Fill 203.07 250 for /CY Dollars Cents Proposal Package 9 of 14 rr lr r r i r lllr lr rr lr lr Ir r lr lr Ir lr lr r TOWN OF SOUTHOLD BAY AVENUE CULVERT RECONSTRUCTION Itemized Proposal ITEM ESTIMATED DESCRIPTION OF ITEM UNIT EXTENDED NUMBER QUANTITY (Fill in Unit Price Written in Words) PRICE BID AMOUNT BID DOLLARS CENTS DOLLARS ENTS Sawcutting Pavement and Sidewalk 205 100% for /LS Dollars Cents Trench and Culvert Excavation 206.0201 350 for /CY Dollars Cents Geotextile Bedding 207.20 100% for /LS Dollars Cents Turbidity Curtain -Temporary 209.1501 100% for /LS Dollars Cents Rolled Erosion Control Product, Class II, Type A, Intermediate 209.1901 100% for /LS Dollars Cents Permanent Steel Sheeting 552.11 100% for /LS Dollars Cents Cofferdams (Type 2) 553.020001 100% for /LS Dollars Cents Proposal Package 10 of 14 TOWN OF SOUTHOLD BAY AVENUE CULVERT RECONSTRUCTION Itemized Proposal ITEM ESTIMATED DESCRIPTION OF ITEM UNIT EXTENDED NUMBER QUANTITY (Fill in Unit Price Written in Words) PRICE BID AMOUNT BID DOLLARS CENTS DOLLARS ENTS Steel Bridge Railing (Three Rail) 568.54 100% for /LS Dollars Cents Transition Bridge Railing 568.70 100% for /LS Dollars Cents Epoxy Paint System for Steel Sheeting 570.86020010 100% for /LS Dollars Cents Spray-Applied Waterproofing Membrane 595.98200018 100% for /LS Dollars Cents Precast Concrete Box Culvert(16'Span x 6' Rise, Fill Height Less 603.63160615 100% Than 2'-0") for /LS Dollars Cents Box Beam Guide Railing 606.10 100% for /LS Dollars Cents Box Beam End Assembly Type III 606.1203 3 for /EA Dollars Cents Proposal Package 11 of 14 rr rr r r Ir r Ir Ir �r r r r r rr r r r r r TOWN OF SOUTHOLD BAY AVENUE CULVERT RECONSTRUCTION Itemized Proposal ITEM ESTIMATED DESCRIPTION OF ITEM UNIT EXTENDED NUMBER QUANTITY (Fill in Unit Price Written in Words) PRICE BID AMOUNT BID DOLLARS CENTS DOLLARS ENTS Removing and Disposing Corrugated Beam Guide Railing 606.71 100% for /LS Dollars Cents Crushed Stone (In-Place Measure) 623.12 75 for /CY Dollars Cents White Paint Reflectorized Pavement Stripes 640.10 100% for /LS Dollars Cents Yellow Paint Reflectorized Pavement Stripes 640.11 100% for /LS Dollars Cents Proposal Package 12 of 14 TOTAL BID $ TOTAL BID (written in words) for Dollars Cents NOTES: 1. The estimated quantities as indicated in the proposal form are for bidding purposes only. The Town shall not be responsible and/or guarantee these quantities and may use less or more as required during the Contract. 2. In case of any discrepancy between the price in words and that in figures, the price in words shall be considered the price bid. 3. Price bid for mobilization shall not exceed four percent (4%) of the total contract bid price excluding the price bid for mobilization. Should the bidder exceed the foregoing four percent (4%), the Town will make the necessary adjustments to determine the correct total amount bid. 4. Item 127 — Planting has a fixed bid amount of$2,500.00 and this amount is for bidding purposes only. The actual value of this item shall be determined after the bid opening. Should the bidder alter this amount in anyway, the Town will make the necessary adjustments to determine the correct total amount bid. Proposal Package 13 of 14 ' AUTHORIZED SIGNATURE PRINT NAME TITLE DATE ' ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: ' On the=_day of in the year 2014 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. ' NOTARY PUBLIC r Proposal Package 14 of 14 Town of Southold ' BIDDER'S QUALIFICATION STATEMENT ' The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY: A Corporation A Partnership or Entity FIRM NAME: An Individual ' PRINCIPAL OFFICE: PRINCIPAL OFFICERS: ' BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE ' 1. How many years has your organization been in business under its present business name? 2. You normally perform what percent of the work with your own forces? % List trades that you organization normally performs below: ' 3. Have you ever failed to complete any work awarded to you? . If so,note where and why. 4. Are there any claims,judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers?If yes,please provide details. QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years?If yes,please provide details. 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled ' Name Telephone # Telephone # Amount Complete Completion 7. List five major projects you organization has completed in the past five years: Name o£ Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone# Telephone# Amount Completion % of Work ' QS-2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work ' Position Years of For Which In What Individual's Name Of Office Experience Responsible Capacity 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? 10. Bank References: 11. Trade Association Membership: 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations?If yes, when?What was the outcome of the investigation? QS-3 13. Attach current state of financial conditions showing assets liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the ' part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF ) COUNTY OF ) being duly sworn deposes and says that he is ' the of contractor and that answers to the foregoing questions and all statements therein contained are true and correct. ' (Signature of person who signed bid) Sworn to before me this day of , 2014 Notary Public ' Commission Expiration Date: QS-4 CONTRACT AGREEMENT ' THIS AGREEMENT made this day of AD Two Thousand and Fourteen by and between the Town of Southold, party of the first part (hereinafter called the Owner), and , party of the second part (hereinafter called Contractor). ' WITNESSETH: That for and in consideration of the premises and the agreements herein contained, and the payments herein provided to be made, the parties hereto agree as follows: ' FIRST: The Contractor shall perform all labor, and furnish all the materials, equipment, tools, and implements and will well and faithfully perform and complete the entire work of constructing the "Bay Avenue Culvert" AS DESCRIBED IN THE Contract Documents made and prepared by the Town of Southold, and _(FILL IN FIRM NAME) the project engineers, and as set forth in the Contractor's Bid dated , and in strict and entire conformity and in accordance with the Notice to Bidders, Instructions to Bidders, Proposal Form (Bid), Performance Bond, Conditions of Contract, General Conditions, Detailed Specifications, Contract Drawings, Addenda, and this Agreement, hereto annexed and made a part hereof, and hereinafter collectively referred to as "Contract Documents". SECOND: In Consideration of the Contractor performing this Contract in the manner ' herein stated and as stated in the Contract Documents, the Owner promises and agrees to pay or cause to be paid to the Contractor the sums of money mentioned in said Contract Documents in the manner and under the conditions therein provided. THIRD: The Contractor covenants and agrees that, anything in this Contract or in the Contract Documents to be contrary notwithstanding, or regardless of any matter, thing, contingency of condition unforeseen or otherwise, present or future, the Contractor shall not be entitled to receive any additional or further sums of money than the amounts in said Contract Documents provided; and the failure of the Owner or its agents to insist upon strict performance of any of the terms, covenants, agreements, provisions or conditions in this Agreement or in the Contract Documents, on any one or more ' instances, shall not be construed as a waiver or relinquishment for the future of any such terms, covenants, agreements, provisions and conditions and the same shall be and remain in full force and effect with power and authority on the part of the Owner to enforce the same or cause the same to be enforced at any time, without prejudice to any other rights which the Owner may have against the Contactor under this Agreement or the Contract Documents. A-1 Terms used in the Agreement which are defined in Article I of the General Conditions ' shall have the meanings indicated in the General Conditions. Neither Owner nor Contractor shall, without the prior written consent of the other, assign ' or sublet in whole or part his interest under any of the Contact Documents; and, specifically, Contractor shall not assign any monies due or to become due without the prior written consent of the Owner. ' Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives of the other party hereto in respect to all covenants, agreements and ' obligations contained in the Contract Documents. The Contract Documents constitute the entire agreement between Owner and Contractor ' and may only be altered, amended or repealed by a duly executed written instrument signed by both parties. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. Total Bid Dollars tWritten in Words ' Written in Figures TOWN OF SOUTHOLD CONTRACTOR BY BY Scott A. Russell, Supervisor TITLE BY ' Martin Finnegan, Town Attorney (CORPORATE SEAL) ' A-2 1 ' ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ss.: On the=_day of in the year 2014 before me, the undersigned, ' personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they ' executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. ' NOTARY PUBLIC STATE OF NEW YORK, COUNTY OF )ss.: On the_ _day of in the year 2014 before me, the undersigned, personally appeared, , personally known to me or ' proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on ' the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. ' NOTARY PUBLIC A-3 t TOWN OF SOUTHOLD ' Bay Avenue Culvert Reconstruction Technical Specifications Index Unit of ' Item No. Measure Description Specification See Notes Below 1 DEC L.S. Temporary Erosion and Sedimentation Control SCDPW Standard Specification 1M L.S. Mobilization SCDPW Standard Specification 1S L.S. Clearing and Grubbing SCDPW Standard Specification 2A C.Y. Unclassified Excavation SCDPW Standard Specification ' 4S L.S. Base Course for Asphalt Pavement Town of Southold Specification 51B L.S. Asphalt Concrete Binder Course Town of Southold Specification 51D L.S. Asphalt Concrete Driveways and Sidewalks SCDPW Standard Specification 51T L.S. Asphalt Concrete Top Wearing Course Town of Southold Specification ' 76SX L.S. Maintenance and Protection of Traffic SCDPW Special Specification 103AD Each Adjusting Existing Drainage Structures SCDPW Special Specification 116 L.S. Project Survey and Stakeout SCDPW Standard Specification 121AS L.S. Topsoil Furnished and Placed SCDPW Special Specification 123LS L.S. Seeding on Prepared Areas SCDPW Special Specification 127 L.S. PlantingSCDPW Special Specification 202.12 L.S. RemovingExistingSuperstructures NYSDOT Standard Specification 202.19 L.S. RemovingExistingSubstructures NYSDOT Standard Specification 203.07 C.Y. Select Granular Fill NYSDOT Standard Specification 205 L.S. Sawcuttin Pavement and Sidewalk SCDPW Special Specification ' 206.0201 C.Y. Trench and Culvert Excavation NYSDOT Standard Specification 207.20 L.S. Geotextile Bedding NYSDOT Standard Specification 209.1501 L.S. Turbidity Curtain-Temporary NYSDOT Standard Specification 209.1901 L.S. Rolled Erosion Control Product,Class II,Type A,Intermediate NYSDOT Standard Specification 552.11 L.S. Permanent Steel Sheeting NYSDOT Standard Specification ' 553.020001 L.S. Cofferdams(Type 2 NYSDOT Standard Specification 555.09 L.S. Concrete for Structures,Class HP NYSDOT Standard Specification 556.0102 L.S. E ox -Coated Bar Reinforcment for Structures NYSDOT Standard Specification 568.54 L.S. Steel Bridge RailingThree-Rail NYSDOT Standard Specification ' 568.70 L.S. Transition Bridge RailingNYSDOT Standard Specification 570.86020010 L.S. Epoxy Paint System for Steel SheetingNYSDOT Special Specification 595.98200018 L.S. Spray-Applied Water roofin Membrane NYSDOT Special Specification 603.63160615 L.S. Precast Concrete Box Culvert 16'Span x 6'Rise,Fill Height Less than 2'-0" NYSDOT Special Specification 606.10 L.S. Box Beam Guide RailingNYSDOT Standard Specification ' 606.1203 Each Box Beam End AssemblyType III NYSDOT Standard Specification 606.71 L.S. Removingand Disposing Corrugated Beam Guide RailingNYSDOT Standard Specification 623.12 C.Y. Crushed Stone In-Place Measure NYSDOT Standard Specification 640.10 L.S. White Paint Reflectorized Pavement Stripes NYSDOT Standard Specification 640.11 L.S. Yellow Paint Reflectorized Pavement Stripes NYSDOT Standard S ecification ' Notes: 1.Specifications noted above as NYSDOT Standard Specification refer to The"Standard Specifications"(U.S.Customary Units)of the ' New York State Department of Transportation(NYSDOT)dated May 1,2008 as amended.Although not included in the Contract Documents,these specifications are hereby incorporated into this Contract to the same extent as though written out in full except as amended by the Contract Documents.These specifications can be obtained at the following address: https://www.nysdot.gov/ma in/busi ness-center/engineering/specifications/u pdated-sta ndard-specifications-us 1 2.Specifications noted above as NYSDOT Special Specification,SCDPW Standard Specification,SCDPW Special Specification and Town of Southhold Specification are herein included on the pages following the above index. t ITEM 1DEC - TEMPORARY EROSION AND SEDIMENTATION CONTROL ' DESCRIPTION: , This work shall consist of temporary control measures as shown on the plans and in accordance with the New York State Department of Environmental Conservation(NYSDEC)Permit that has been issued for this project. CONSTRUCTION DETAILS: ' General. In the event of a conflict between these specifications,the NYSDEC Permit,pollution control laws, or the rules/regulations of other Federal/State/local agencies, the more restrictive laws, rules or regulations shall apply. Schedule of Work. Prior to the start of construction, the Contractor shall submit to the ' Engineer for acceptance,schedules for accomplishment of the following:erosion control work,clearing and grubbing, grading, drainage installation work, and paving. In addition, the proposed method of erosion control for haul roads and the plan for disposal of surplus excavated materials, shall be ' submitted for approval. No work shall be started until the erosion control schedules and methods of operations have been approved by the Engineer. If conditions change during construction, the Contractor may be required to submit a revised schedule for approval, as directed by the Engineer. The Contractor will be required to incorporate all erosion control features into the project at the earliest practical time as outlined in his accepted schedule. Control measures will also be required to correct conditions that develop during construction that were not foreseen during the design stage;that are needed prior to installation of erosion control features; or, that are needed temporarily to control erosion that develops during normal construction. ' Where erosion is likely to be a problem, clearing and grubbing operations should be so scheduled and performed that grading operations and erosion control features can follow immediately ' thereafter if project conditions permit. Otherwise, erosion control measures may be required between successive construction stages. METHOD OF MEASUREMENT: Monthly payments will be made under this Item in proportion to the amount of work done as determined ' by the Engineer. BASIS OF PAYMENT: , The Lump Sum for this work includes the cost of furnishing all materials labor and equipment to satisfactorily complete the temporary erosion and pollution control work shown on the plans in ' accordance with the NYSDEC Permit, or as ordered to be performed by the Engineer. Monthly payments will be made for the amount of work during the estimate period. ' Control measures that are made necessary by the Contractor's negligence,carelessness,failure to install controls as part of the work scheduled and are ordered by the Engineer, or are made necessary by the contractor's failure to perform the sequence and scheduling of work as approved,shall be ordered by the Engineer to be accomplished and performed by the Contractor at his own expense. In case of repeated failures on the part of the Contractor to control erosion, pollution and/or siltation, ' the Engineer reserves the right to employ outside assistance or to use Town forces to provide the necessary corrective measures. Such incurred direct costs plus engineering costs will be charged to the Contractor and appropriate deductions will be made from the Contractor's monthly progress estimate. 1 1 1 1 ITEM 1M—MOBILIZATION DESCRIPTION: Under this item the Contractor 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. Unless provided for elsewhere, the cost of required insurance and bonds and/or any other similar significant ' initial expense required for the initiation of the contract work may be included in this item. The determination of the adequacy of contractor's facilities except as noted above shall be made by the Contractor. MATERIALS: Any materials that are required but are not to be a 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. CONSTRUCTION DETAILS: , Such work as is done in providing the facilities and services under this item shall be done in a safe and ' workmanlike manner and shall conform with any pertinent local or state law,regulation or code. Good housekeeping consistent with safety shall be maintained. METHOD OF MEASUREMENT and BASIS OF PAYMENT: ' Payment will be made by lump sum. The amount bid shall include the furnishing and maintaining of ' any plant, services or other facilities noted under "Description" to the extent and at the time the Contractor deems them necessary for his operations, consistent with the requirements of this item and this contract. The amount bid for this lump sum item shall be payable to the Contractor whenever he shall have completed ten(10%)per cent of the work of this contract. For the purposes of this item, 10% of the work shall be considered completed when the total of payment earned,as reflected by estimates of work done, as set forth in Article 15 — Estimates and Payment of the Conditions of Contract, not ' including the amount bid for this item, shall exceed 10%of the total amount of the Contractor's bid for this contract. 1 ITEM IS - 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. Also included under this item shall be the removal, storage and reinstallation of memorial plaques that ' would otherwise be disturbed as a result of the work to be performed under this contract. 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 facility 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 Engineer 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,detours and other areas ' shown on the contract documents or as specified or directed by the Engineer. The Engineer 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 Engineer. Trees within the right-of-way which are dead or in a hazardous condition shall be cleared and removed, as ' ordered by the Engineer. 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. 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 Engineer. This work shall be completed 1 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: a. The Contractor shall make every effort to salvage marketable timber as specified in ' Part 1, Section 5 of the Public Works Specifications. 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 Engineer,prior to disposal. The disposal work shall be performed in a manner approved by the Engineer. ' 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 with the right-of-way as approved by the Engineer, or by disposal at a location off the contract site satisfactory to the Engineer. 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, Preservation of Property, ' Restoration of Disturbed Areas Outside the Right-of-Way, Restoration of Disturbed Areas Within the Right-of-Way. D. Removal, storage and reinstallation of memorial plaques shall be performed utilizing methods ' approved by the Engineer and/or the Town. 1 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. 1 ITEM 2A—UNCLASSIFIED EXCAVATION DESCRIPTION: ' The work under this item shall consist of excavating for roadway,slopes,ditches, intersecting highways and all other work incidental to the excavation for the roadway, including disposing of unsuitable and surplus material,preparing the subgrade,compaction,grading slopes and shoulders,and all other work needed to complete the item in accordance with the plans,addenda, proposal and requirements herein: MATERIALS: NOT SPECIFIED CONSTRUCTION DETAILS: ' The provisions of Part II, Section 8b—Excavation of the Suffolk County Department of Public Works Specifications shall apply except as modified herein. 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 addenda. Drainage and Roadway Maintenance — During construction the roadway shall be maintained in such good 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 shall be crowned to provide runoff to the sides. Unsuitable Materials—All unsuitable materials below grade shall be excavated and the space filled with suitable materials excavated under this item or with suitable materials available from Item 206.0201 — Trench&Culvert Excavation to the depth directed by the Engineer. 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. The excavation and disposal of the unsuitable material below the grading plane shall be paid for at the price bid for this item. Disposal of Excavated Material—The unit price bid for this item shall include removal and disposal of existing pavement and all unsuitable excavated material from the site in a manner acceptable to the Engineer. The Contractor must,however,use suitable material excavated for fill and such material shall not be removed from the site. Determination of whether a specific material is suitable shall be made by the Engineer. Surplus material beyond that which is necessary for fill shall become the property of the Contractor and removed from the site. The cost of handling and stockpiling suitable material for reuse shall be included in the unit price for this item. Undercut—The depth of undercut shall be determined by the Engineer. He shall be the sole judge of the amount of undercut required. No undercut shall be performed without the approval of the Engineer. ' Placement of Suitable Materials -Suitable materials shall be placed and spread over the areas shown on the plans or as directed by the Engineer to the lines, thickness and grades specified. Placement and compaction of suitable materials within the subgrade area shall be performed in accordance with Paragraph i. — Subgrade Areas of the "General Specifications for Excavation" and as directed by the Engineer. Suitable materials that are utilized outside the limits of the proposed roadways shall be placed ' and compacted as directed by the Engineer. Tolerances—The Contractor shall check the work under this item with templates,slope boards,or other devices satisfactory to the Engineer. The completed work shall conform to the plans within the following tolerances. For cut slopes back of the sidewalk or 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 3/4 inches at the pavement edge and 2 inches elsewhere below the established grade. For subgrade,the surface shall vary no more than'/4 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: ' The quantity of excavation to be paid for under this item shall be the number of cubic yards of unclassified material measured in its original position, excavated and disposed of as required by the plans and specifications. The payment limits of excavation shall not exceed those shown on the plans ' unless otherwise ordered in writing by the Engineer. BASIS OF PAYMENT: Payment will be made at the unit price bid per cubicand to furnish all labor, tools materials and Y � , equipment necessary to complete the work including the removal,trucking and disposal of any materials deemed unsuitable or surplus by the Engineer including existing pavement,rough grading,compaction, furnishing water equipment and applying water. The price bid shall also include the handling, stockpiling and rehandling including placement and compaction of suitable materials that are reused. 1 ITEM 4S— BASK: COLIRSE FOR ASPHALT PAVEMENT (Ref. 'Fown Code p�t�1= , A. The base course shall consist of three-fourths-inch stone blend or crushed concrete compacted to , a four-inch depth. Crushed concrete shall be a clean recycled concrete aggregate material that is free of hazardous or regulated waste product. Any material deemed to be construction and demolition (C&D) debris by the Town's Inspector shall be rejected. All rejected C&D debris material shall be removed from the site at the contractor's expense. If clay or other unsuitable material is found below the base course, it shall be removed and replaced with 12 inches of compacted bank run containing 15% or more of gravel. The twelve-inch replacement depth may be modified according to existing , conditions as approved by the Engineer. B. The soil base shall be compacted to the satisfaction of the Engineer and shall be smooth, parallel ' to and at the required depth below the base course. The soil base shall not be in a muddy or frozen condition before placing base course material. The base course material shall be deposited on the ' prepared grade by means of dump truck, spreader, tailgate or other approved methods of deposition. Spreading the base course material shall be done by approved spreading equipment. After the loose material has been spread evenly so that it will have the required thickness after compaction, correct grade for succeeding courses, segregation of any large or fine particles corrected, it shall be rolled with approved rollers weighing not less than 10 tons. Rolling must begin at the sides and continue toward the center and shall continue until there is no movement of the course ahead of the roller. A ' minimum of four passes of rollers will be required. Approved vibratory rollers may be used at the option of the contractor. Where the use of a roller is impractical, approved vibration plate compactors or impact rammers shall be used to compact the base material. ' C. Upon the completion of the base course, the contractor shall request an inspection by the Engineer or Inspector and shall not proceed with further road work until such inspection has been ' made and the work approved. D. Method of Measurement and Basis of Payment ' Payment for this item will be made on a lump sum basis for work satisfactorily completed.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. The price bid shall also include the handling,stockpiling, placement and compaction of materials furnished. ITEM _51B—ASPHALT CONCRETE. BINDER COURSE, {Ref. Town Code § I f1-22 A. The binder course shall be 2 1/2 inches in compacted depth. The material shall be local sand and gravel pit run, passing the three-fourths-inch screen with filler added. The filler material shall be local fine sand. The combined materials shall show the following composition: (1) Passing the three-fourths-inch square sieve: 100%. ' (2) Passing the No. 4 sieve: 75%to 90%. (3) Passing the No. 10 sieve: 50%to 75%. (4) Passing the No. 40 sieve: 25%to 50%. (5) Passing the No. 80 sieve: 12%to 20%. (6) Passing the No. 100 sieve: 4%to 12%. (7) Asphalt cement grade AC-20: 6%to 8%. ' (8) Temperature range placing: 2250 to 275° F. B. The binder course shall be placed on the stabilized base course when it has been satisfactorily completed and approved by the Engineer or Inspector. The material shall be placed only when the surface to be covered is dry, clean and weather conditions, in the opinion of the Engineer, are suitable. All defective areas in the base course shall be repaired as directed. The bituminous course shall be placed with an approved finishing paver with screed heating equipment, capable of placing a ' fourteen-foot width and to such appropriate loose depth that when the work is completed the required, compacted thickness will have been met. The course shall be compacted with ten-ton tandem steel wheel rollers or vibratory rollers of a type as approved by the Engineer. During the initial rolling, rollers shall travel parallel to the center line beginning at the edge and working toward the center, overlapping on successive passes by 1/2 of the roller wheels. A minimum of four passes of rollers will be required. ' C. The temperature of the material, when placed, shall not be less than 225° F. No material shall be placed when the air and surface on which the material is to be placed is below 40° F. D. Method of Measurement and Basis of Payment Payment for this item will be made on a lump sum basis for work satisfactorily completed. 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. In order to verify conformance with the material and thickness specifications of this item the Contractor will provide all trucks delivering material with extra duplicate quantity tickets, tapes, or other recorded data, which are to be turned over to the Engineer at the time of delivery. ITEM 51D -ASPHALT CONCRETE DRIVEWAYS AND SIDEWALKS ' DESCRIPTION: Under this item shall the Contractor shall construct asphalt concrete driveways, sidewalks, mow strips and similar types of miscellaneous paving at locations and thickness designated on the plans or directed by the Engineer and in accordance with the specifications for Item 51 T—Asphalt Concrete Top Wearing ' Course. MATERIALS and CONSTRUCTION DETAILS: ' The provisions of Item 5I T — Asphalt Concrete Top Wearing Course shall apply 1 except as herein P modified below: The methods and equipment to be utilized by the Contractor for placement and compaction of the asphalt concrete material shall be as approved by the Engineer. METHOD OF MEASUREMENT and BASIS OF PAYMENT: ' Payment for this item will be made on a lump sum basis for work satisfactorily completed. 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. In order to verify conformance with the material and thickness specifications of this item the Contractor will provide all trucks delivering material with extra duplicate quantity tickets, tapes, or other recorded data, which are to be turned over to the ' Engineer at the time of delivery. ITEM _sir—ASPHALT CONCRETE TOP WEARING COURSE (Ref. Town t.ode It l-2L I A. The wearing course shall be 1 1/2 inches in compacted depth. The coarse aggregate shall consist ' of crushed stone, the fine aggregate sand and mineral filler. The mineral filler shall consist of limestone dust, cement or silica sand. The combined materials shall have the following composition: General Limits Job Mix Screen Sizes (percent passage) (percent passage) 1 inch 100 + 0 , 1/2 inch 95 - 100 + 5 1/4 inch 65 - 85 + 7 , 1/8 inch 32 - 65 + 7 20 15 - 39 + 7 40 7 - 25 + 7 ' 80 2 - 12 + 4 200 2 - 6 + 2 % asphalt cement grade AC-20 5.8 - 7.0 + 0.4 ' B. The wearing course shall be placed on the binder course when it has been satisfactorily completed and approved by the Engineer or Inspector. The material shall be placed only when the ' surface to be covered is dry, clean and weather conditions, in the opinion of the Engineer, are suitable. All defective areas in the base course shall be repaired as directed. The bituminous course shall be placed with an approved finishing paver with screed heating equipment, capable of placing a fourteen-foot width and to such appropriate loose depth that when the work is completed the required, compacted thickness will have been met. The course shall be compacted with ten-ton tandem steel wheel rollers or vibratory rollers of a type as approved by the Engineer. During the initial rolling, rollers shall travel parallel to the center line beginning at the edge and working toward the center, overlapping on successive passes by 1/2 of the roller wheels. A minimum of four passes of rollers will be required. ' C. The temperature of the material, when placed, shall not be less than 225° F. No material shall be placed when the air and surface on which the material is to be placed is below 40° F. D. Method of Measurement and Basis of Payment ' Payment for this item will be made on a lump sum basis for work satisfactorily completed. 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. In order to verify conformance with the material and thickness specifications of this item the Contractor will provide all trucks delivering material with extra duplicate quantity tickets, tapes, or other recorded data, which are to be turned over to the Engineer at the time of delivery. 1 i ITEM 76SX—MAINTENANCE AND PROTECTION OF TRAFFIC i DESCRIPTION: iUnder this item shall the Contractor shall install and maintain all of the necessary signs,ns, barriers, barricades,warning lights and similar devices necessary to protect,secure and maintain the work site in ia safe manner for both the general public and his/her workers. All work under this item shall be in accordance with the National Manual on Uniform Traffic Control Devices with New York State Supplement(MUTCD) and the directions of the Engineer. iThe Town of Southold will establish and maintain a detour during full closure of the roadway at the site of the existing bridge.The Contractor shall be responsible for coordinating his/her operations with the iTown regarding maintenance and protection of traffic. MATERIALS and CONSTRUCTION DETAILS: iAll of the necessary materials to be furnished and maintained under this item shall be in accordance with the MUTCD and the directions of the Engineer. The Contractor shall similarly conduct his/her i operations in accordance with the MUTCD and the directions of the Engineer or Emergency Services (police,fire,etc.)personnel. The Contractor shall submit a Maintenance and Protection of Traffic Plan to the Engineer for approval prior to performing the work specified under this item. iMETHOD OF MEASUREMENT and BASIS OF PAYMENT: i Maintenance and protection of traffic shall be paid for on the lump sum price bid for this item, less any deductions for unsatisfactory accomplishment as determined below. The price bid shall include the cost of furnishing all labor, materials and equipment necessary to satisfactorily complete the work. iIn the event that, in the judgment of the Engineer, traffic is not maintained adequately and/or safely on any part of the contract, on any day, no payment for maintenance and protection of i 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 less any time for authorized shutdown of the project ie. Winter shutdown. 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 Engineer only. If the Contractor fails to maintain and protect traffic adequately and safely for a period of 24 hours,the Engineer may correct the adverse conditions by the use of Town forces,augmented if necessary by such other equipment and personnel as it may be necessary to hire, and the entire cost of this work by such forces shall be deducted from any monies due the Contractor on this contract. The cost of this work shall be in addition to the daily non-payment deductions listed above. 1 1 i ITEM 103AD -ADJUSTING EXISTING DRAINAGE STRUCTURES DESCRIPTION: Under this item, the Contractor shall adjust the frame or casting P elevation u or down for each drainage structure as indicated on the plans or as directed by the Engineer. This item shall also include repair to the supporting masonry collar, as directed by the Engineer. ' MATERIALS: Unless otherwise indicated in the plans or directed by the Engineer,the materials for g reP airin the existing drainage structure shall meet the requirements of Item Nos. 100 or 102S of the Suffolk County Department of Public Works Specifications. CONSTRUCTION DETAILS: The contractor shall exercise care in removing the existing casting. Any part of the frame, grate or cover damaged or lost by the contractor shall be replaced by him at no additional cost to the Town. The contractor shall remove and replace any loose or damaged brick, block or mortar immediately under the casting so that the casting has a full and even bearing on the underlying surface. The lower limit of masonry repair shall be 12 inches below the bottom of the existing casting or the top of the structural top slab (if applicable), whichever is lower, and as directed by the Engineer. All work shall be done in a workmanlike manner by competent masons. METHOD OF MEASUREMENT: ' The quantity to be paid for under this item will be the number of drainage structure frames and ' grates adjusted. BASIS OF PAYMENT: ' The unit price bid for each drainage structure adjusted shall include the cost of furnishing all labor, materials and equipment necessary to complete the work. ' ' ITEM 116—PROJECT SURVEY AND STAKEOUT ' DESCRIPTION: Under this item the Contractor shall do all necessary surveying required to construct all elements of the project as shown on the plans and specified in the proposal and specifications. This shall include but shall not be limited to stakeout, layout and elevations forthe highway, structures,forms,pile layouts and appurtenances as shown and required, and shall be performed competently by qualified personnel acceptable to the Engineer. The stakeout survey shall proceed immediately following the award of the contract and shall be expeditiously progressed to completion in a manner and at a rate satisfactory to the Engineer. The Contractor shall keep the Engineer fully informed as to the progress of the stakeout survey. MATERIALS: All instruments,equipment,stakes and any other material necessary to perform the work satisfactorily, shall be provided by the Contractor. All stakes used shall be of a type approved by the Engineer. It shall be the Contractor's responsibility to maintain these stakes in their proper position and location at all times. CONSTRUCTION DETAILS: The Contractor shall trim trees,brush and other interfering objects,not inconsistent with the plans,from survey lines in advance of all survey work to permit accurate and unimpeded work by his stakeout survey crews. The location and length shown on the plans for pipe and culverts shall be considered to be approximate. The ordered length of culverts will be determined by the Engineer after the Contractor accurately stakes the proposed culvert in the planned location as approved by the Engineer and after appropriate and necessary engineering study. The exact position of all work shall be established from control points,base line transit points or other points of similar nature and/or modified by the Engineer. ' Any error,apparent discrepancy or absence in or of data shown or required for accurately accomplishing the stakeout survey shall be referred to the Engineer for interpretation or furnishing when such is observed or required. The Contractor shall place two offset stakes or references at each center line station,or as ordered by the Engineer and at such intermediate locations as the Engineer may direct. From computations and measurements made by the Contractor,these stakes shall be clearly and legibly marked with the correct center line,station number,offset and cut or fill so as to permit the establishment of the exact center line location and elevation during construction. If markings become faded or blurred for any reason the markings shall be restored by the Contractor at the request of the Engineer. He shall locate and place all cut,fill, slope, fine grade or other stakes and points, as the Engineer may direct for the proper progress of the work. A 1 I control points shall be properly guarded and flagged for easy identification. Drainage structures and culverts shall be staked out by the Contractor at the locations and elevations shown on the plans or ordered by the Engineer. The Contractor shall accurately mark the location of anchor bolts to be installed, establish the elevations of bearing surfaces and check bearing plates to insure installation at their exact elevation. All required Rights-of-Way and easement lines shall be established, staked and referenced by the Contractor concurrent with the construction stakeout survey. The Contractor shall be responsible for the accuracy of the work and shall maintain all reference points, ' stakes,etc.throughout the life of the contract. Damaged or destroyed points,bench marks or stakes,or any reference points made inaccessible by the progress of the construction shall be replaced or transferred by the Contractor. Any of the above points,which may be destroyed or damaged, shall be transferred by the Contractor before they are damaged or destroyed. All control points shall be referenced by ties to acceptable objects and recorded. Any alterations or revisions in the ties shall be so noted and the information furnished to the Engineer immediately. All stakeout survey work shall be , referenced to the center line shown on the plans. All computations necessary to establish the exact position of the work from control points, shall be made and preserved by the Contractor. All computations, survey notes and other records necessary to accomplish the work shall be neatly made. Such computations,survey notes and other records shall be made available to the Engineer upon request and shall become the property of the Town and delivered to the Engineer not later than the date of the acceptance of the Contract. The Engineer may check all or any portion of the stakeout survey work or notes made by the Contractor. Any necessary correction to the work shall be made immediately by the Contractor. Such checking by the Engineer shall not relieve the Contractor of any responsibilities for the accuracy or completeness of his work. During the progress of the construction work, the Contractor will be required to furnish all of the surveying and stakeout incidental to the proper location by line and grade for each phase of the work. For paving and any other operation requiring extreme accuracy,the Contractor will re-stake with pins or other acceptable hubs located directly adjacent to the work at a spacing directed by the Engineer. Any existing stakes, iron pins,survey monuments or other markers defining property lines which may be disturbed during construction, shall be properly tied in to fixed reference points before being disturbed and accurately reset in their proper position upon completion of work. Just prior to completion of the contract,the Contractor shall re-establish if necessary and retie all control points as permanently as possible and to the satisfaction of the Engineer. METHOD OF MEASUREMENT and BASIS OF PAYMENT: Payment will be made at the lump sum price bid for this item. The price bid shall include the cost of furnishing all labor,equipment, instruments and other material necessary to satisfactorily complete the project surveying and stakeout. Monthly payments will be made under this item in proportion to the amount of work done on this item , as determined by the Engineer. ITEM 121AS - TOPSOIL FURNISHED AND PLACED DESCRIPTION: ' This work shall consist of furnishing and placing topsoil at locations shown on the plans or elsewhere as designated by the Engineer in conformance with the lines and grades shown in the contract documents ' or as directed by the Engineer. MATERIALS: ' Topsoil shall be as specified for M47 — Topsoil from Borrow of Part II, Section 6, "Materials of Construction" of the SCDPW Standard Specifications. ' CONSTRUCTION DETAILS: I. 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 Engineer. 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. 2. 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. 3. Placing Topsoil. Topsoil shall be placed and spread over the areas shown on the plans, or as directed, 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 as approved so that the finished surfaces will be acceptable for subsequent work of seeding, sodding, planting or mulching. ' METHOD OF MEASUREMENT and BASIS OF PAYMENT: ' Payment for this item will be made on a lump sum basis for work satisfactorily completed. 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. ITEM 123LS - SEEDING ON PREPARED AREAS ' DESCRIPTION: ' The work covered by this item consists of furnishing and sowing seed on areas shown on the plans and caring for the work as specified. This work shall also include furnishing and incorporating soil amendments, time, fertilizers and insecticides, preparing ground surfaces for seeding and furnishing mulch and mulching, as specified. MATERIALS: ' Fertilizer, lime and seed shall be as specified: fertilizer shall be as specified for M54, type 3; the lime shall be limestone as specified for M52; and seed shall be as required for M58 and as follows: (A=% Purity; B=Min. % Germination; C= Pounds of Pure Live Seed) Name Variety A B C Red Fescue (Festuca rubra) Chewings or Creeping 98 85 50 ' Tall Fescue (Festuca elatior Arundinacea) Alta or Kentucky 97 90 18 Kentucky Bluegrass (Poa Pratensis) Commercial 85 75 30 Common Ryegrass (Domestic) (Lolium perenne) (Lolium multiflorum) Commercial 98 90 20 Alsike Clover(Trifolium Hybridum) Commercial Max. 25% hard seed 95 85 4 White Clover (Trifolium ' Repens var.) Ladino Max. 25% hard seed 98 85 3 CONSTRUCTION DETAILS: Season. The seasons for seeding shall be March 15 to May 1 and August 15 to October 1 unless ' otherwise approved. The Contractor shall notify the Engineer 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 ' obtained. 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 Engineer will stop the work. The work shall be resumed with the Engineer's approval when the desired results are likely to be obtained or when approved corrective measures and procedures are adopted. When sodding is to be done on the same general areas under the same contract, the sodding shall be done before the seed is sown and equipment used during seeding shall cause no damage to the sodded areas. Rates. Application rates for turf establishment materials shall be as specified in the contract documents. When no rates for establishing turf are specified in the contract documents, the following shall apply: Fertilizer - 800 pounds per acre ' Seed - 85 pounds pure live seed per acre Mulch 2 tons per acre Mulch Anchorage - Manufacturer's recommended rate Limitations. The contractor shall notify the Engineer at least 2 working days before the start of any seeding operation and shall not begin the work until the Engineer has given permission. When sodding and turf establishment are to be done in the same general areas, the sodding shall be done first, and equipment used during turf establishment shall not damage the sodded areas. ' Inoculation of Leguminous Seeds. All seeds of leguminous plants requiring inoculation shall be inoculated prior to mixing or sowing unless otherwise specified or approved or unless accompanied by a certificate of preinoculation. When seeds requiring inoculation are to be sown dry,the inoculant shall be applied in accordance with it's accompanying instructions and the seeds allowed to dry sufficiently for proper handling. Seeds shall be sown within thirty hours after this treatment. When seeds requiring inoculation are to be sown by water pressure,the inoculant may be added to the water and seed mixture, ' together with limestone and/or fertilizer as specified,providing the pH of the solution does not exceed 8. Ground Preparation and Seeding. The Engineer prior to seeding shall approve all turf establishment areas. Areas to be seeded with turf seeds shall be maintained at approved grades and irregularities that will hold water shall be eliminated. Weed growth that, in the Engineer's judgment,may adversely affect germination or growth shall be removed or controlled as approved or as directed by the Engineer 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 Engineer, 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 as approved. 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. Liability. When the Engineer 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 Contractor shall repeat all the work required by this Section 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 damages 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 and remulched as specified herein. METHOD OF MEASUREMENT and BASIS OF PAYMENT: ' Payment for this item will be made on a lump sum basis for work satisfactorily completed. 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. 1 1 ITEM 127—PLANTING 1 DESCRIPTION: ' The work covered by this item consists of furnishing and planting trees and shrubs and vines as shown on the plans,or as specified in locations as shown on the plans and/or as directed by the Engineer. Work ' shall include all planting operations and establishment necessary to complete the work as specified. MATERIALS: A. Plants.Quality and size of plants including root spread and ball size shall be in accordance with the current edition of"American Standard for Nursery Stock" except as directed by the Engineer. B. Planting Materials.Topsoil for Planting Soil shall be provided by the Contractor and shall be as specified for M-47 Topsoil (SCDPW Std. Specifications). Fertilizer for Planting Soil shall be M54 Type No. 1 (Granular).(SCDPW Std.Specifications) Fertilizer on mulch shall be M54 Type No. 1 (Granular). (SCDPW Std. Specifications) Rotted Manure for Planting Soil shall be M55. (SCDPW Std. Specifications) Fertilizer for all plants shall be magnesium ammonium potassium phosphate 7-40-6 course ' granules or equivalent approved material. Mulch shall be M-48 Wood Chips (SCDPW Std. Specifications) or equivalent approved ' material. CONSTRUCTION DETAILS: ' A. General. ' i. Planting Season. The planting seasons shall be as follows: Deciduous Material - March 1 to May 1 and October 15 to ' December 15 or as approved. Evergreen Material - March 1 to May 1 and August 15 to ' October 15 or as approved. Container Grown Plants - March 1 to May 15 and August 1 to ' December 15 or as approved. No planting shall be done with frozen backfill or when the soil is in an unsatisfactory condition for working as determined by the Engineer. ii.Obstructions Below Ground.Any rock or underground obstructions shall be removed ' to the depth necessary to permit planting according to the plans and specifications,unless other locations for the planting are approved. Explosives may not be used. iii. Inspection and Delivery. All plants shall be subject to inspection at any place and at any time. Inspections desired by the Contractor, if approved, shall be at the expense of the Contractor. The Contractor shall be represented at all inspections. The Engineer reserves the right and option to place seals on any or all materials selected. Selection and/or tagging of material shall cover the type and body quality of the plant only,but shall not constitute final acceptance nor preclude the right of rejecting plants not fully meeting requirements of the specifications. The Department reserves the right to identify by suitable non-injurous means such as painting,marking by various methods, etc. all plant material rejected upon delivery to the contract site. The Contractor shall give notice to the Engineer at least seventy-two hours in advance before delivering any plant material, unless otherwise approved. The Engineer shall be furnished with certificates of inspection as outlined under the guarantee paragraph of the requirements for M60. iv. Storage.All plants shall be properly protected from drying out. Such protection shall ' be provided while the plants are in transit,while being handled, and while in temporary storage on the job. Bare-root plants which are not planted immediately upon receipt shall be heeled-in trenches with the bundles opened and the plants spaced separately and all roots covered. Balled plants shall have their , earth balls protected by earth or wet cloth or straw, or may be heeled-in as ordered by the Engineer. Plants not protected as specified which have not been planted within two calendar days of delivery,shall be rejected. ' B. Ground Preparation. i. Layout. Locations for plants and outlines of areas to be planted shall be marked out on the ground by the Contractor to the satisfaction of the Engineer before any plant pits or plant beds are dug. ii. Size of Pits. Unless otherwise specified on the plans, the minimum diameter of plant pits shall bear the following relation to the spread of roots(or diameter of balls)of the plants to be planted in them: Pit diameter-twice the root spread for plants up to and including a two foot root spread;pit diameter equal to root spread plus two feet for root spreads of two to four feet;pit diameter one and one-half times the root spread for spread of roots over four feet.The depth of all ' pits shall be adequate to permit a minimum of six inches of topsoil backfill under all roots or balls. Where undesirable material is encountered in digging,the pits shall be enlarged as approved and backfilled with acceptable material. When planting in wooded areas the Contractor shall grub out an area twice the size of the plant pit unless otherwise approved. In planting bed areas existing vegetation shall be removed as directed and an , approved weed control will be applied as specified in iii. iii. Ground Preparation for Planting Beds. Planting in beds shall be done accordance with "Number 3, Construction Details, B. Ground Preparation", with the addition of the following: After the size and configuration of the bed is marked out, all grass, weeds and any other organic or inorganic material shall be stripped from the bed area and disposed of off the site as ordered by the Engineer. The soil shall be treated with a pre-emergence weed control, as specified under M-66, ' immediately after all plants are in place and prior to the placing of the mulching. iv. Drainage. Where an impervious stratum of soil is encountered during the excavation of plant pits or beds, all such soil,to a depth as approved, shall be removed and backfilled with acceptable material. v. Planting Soil.Except as otherwise specified,backfill soil for planting shall be Topsoil, as specified,thoroughly mixed with fertilizer(M54 Type No. 1)in the proportion of 0.33 pounds of Nitrogen to one cubic yard of topsoil unless Alternate 1 is specified on the ' plans. The preparation of all Planting Soil by mixing shall be done at an approved site, and all quantities shall be examined and approved by the Engineer prior to use on the Contract. ' Alternate l: Topsoil, organic material and fertilizer as specified on the plans shall be thoroughly premixed in the proportion of one part of organic material with seven parts of topsoil, together with fertilizer at the rate specified on the plans. ' vi. Disposal of Excess Soil. Excess soil shall be disposed of off of the site, or as directed by the Engineer. C. Setting Plants. i. General. All plants shall be set plumb at such a level that after settlement they bear the same relation to the level of the surrounding ground as they bore to the ground from which they were dug. Backfill material for all plants shall be thoroughly settled by firming or tamping. Backfill soil shall be carefully placed into plant pits in layers not to exceed 4" in depth and firmly tamped before additional backfill is placed. ' Thorough watering shall accompany backfilling unless otherwise approved. A saucer capable of holding the depth of water specified shall be formed about each plant pit as directed. Fertilizer for all plants shall be placed in each pit immediately before setting plants as follows: ' One quarter pound in each shrub or ground cover pit. One pound in each major tree (Up to 2" caliper) minor tree and evergreen plant pit. Two pounds in each major tree (Over 2" caliper) pit. ii. Balled Plants. Balled plants (B&B, B&P) are to be planted with backfill carefully tamped under and around the base of each ball to fill voids.Platforms shall be removed. All cloth, ropes, etc., shall be removed from the tops of balls but not pulled out from ' under the balls. iii. Bare-Root Plants. Roots of bare-root(BR)plants shall be properly spread out in a natural position and backfill soil shall be carefully worked in among them. All broken and frayed roots shall be cleanly cut off. iv. Wrapping. Unless otherwise specified, the trunks of all deciduous trees over 1-1/2 ' inches in diameter shall be wrapped immediately after planting unless otherwise approved. Wrapping shall extend from the ground line to the height of the second ' branches or to the height directed. Wrapping shall be a single layer of burlap bandage or paper wound spirally, starting from the base and overlapping 1 and 1/2 inches. The wrapping shall be securely tied in place with twine at about 15 inch intervals. v. Staking,Guying and Anchoring.All trees shall be firmly staked,guyed or anchored at the time of planting as shown in the table below unless otherwise approved. Stakes shall not injure plant balls. Wire used for tying the trunk to stakes or for guying shall be secured to the tree by passing through a rubber hose to prevent chafing and injury to the trees. Guy wires fastened to stakes shall be tightened by driving the stakes, leaving the wires to be twisted for tightening during establishment. ' STAKES Plant Size Specified Number Length Min. Diameter Major Trees 1 fl_ 2.1 2 8' 2.. 211- 411 2 10' 2" ' 411- 611 3 10' 2" Minor Trees 8'- 12' 2 8' Max. 2" Over 12' 2 ]0' Max. 2" ' Evergreen Trees 2'- 10' 2 2/3 Ht. of Tree in Proportion Over 10' 3 2/3 Ht. of Tree in Proportion vi. Pruning. Plants pruned before their arrival will be rejected unlessrunin is p g specified or approved. Pruning, as directed by the Engineer, shall be done immediately ' after planting unless otherwise approved. Pruning cuts over three-quarters of an inch in diameter shall be painted with tree wound paint. vii. Mulching. Four inches of mulch shall be uniformly placed on each plant pit or as directed by the Engineer. Fertilizer shall be applied at the rate of 0.015 pounds of nitrogen per square foot. A second application at this same rate shall be made at the end of the Period of Establishment. D. Restoration. Areas disturbed by the planting operations shall be left in an orderly condition. Excess soil and rubbish shall be disposed of as directed.Grassed areas disturbed by planting operations shall be restored to a satisfactory condition which may include filling to grade,fertilizing, seeding and mulching. E.Establishment of Planting.Establishment of planting shall begin immediately after each plant is planted and shall continue until the final acceptance of the contract by the Department. Establishment of planting shall consist of keeping the plants in a healthy, growing condition by watering, weeding, cultivating,pruning, spraying,tightening of guys,remulching and by any other necessary operations of establishment. Unless otherwise approved,all plants, except seedlings and rooted cutting, shall be sprayed with an anti-desiccant meeting the requirements of Item M61,Subsection"Materials for Protection of Plants." The anti-desiccant shall be applied according to the manufacturer's directions to thoroughly cover all above ground parts. The time of application shall be as follows, unless otherwise approved. Evergreen: Apply within ten (10) days following planting. Deciduous: Spring Planting - Apply when leaves have reached ' at least 75% of mature size. Fall Planting - Apply in October or November when the temperature is 40° F. or over. ' All plants shall be watered at the time and at the rates as ordered by the Engineer except that each watering shall provide not less than five gallons of water per square yard(1" layer of water)of plant pit and bed areas. All dead and rejected plants shall be promptly removed from the job. In the event of the threat of serious damage from insects, diseases or rodents, the plants shall be treated by preventive or ' remedial measures approved for good horticultural practice.In the event"heeled-in"plant material must be held over until a later planting season, such "heeled-in" material shall be lifted, replanted and maintained in a satisfactory condition in nursery rows. Such emergency storage and maintenance shall ' be at the entire risk and cost of the Contractor. The land for such storage shall be provided for by the Contractor unless approved. At the conclusion of the essential portion of the planting work,al l plants in an unhealthy or badly impaired condition in the opinion of the Engineer shall be removed. All planting to be completed or replaced shall be planted not later than the next succeeding planting season as specified on the plans.A certified check equal to double the value of any such uncompleted work will be required. Where specified, the provisions of"Period of Establishment" shall apply. The contractor will be required to replace stolen and vandalized material prior to the Period of Establishment. The contractor will not be required to replace stolen and vandalized material during the Period of Establishment. The sequence of planting operations shall be as follows: 1. Three waterings to insure compaction of backfill, and addition of backfill as necessary. 2. Wrapping, staking or guying and wiring. , 3. Mulching. All the provisions of Section C."Setting Plants"shall be accomplished within seven calendar days after the plant is set in the pit except that the Engineer shall take into consideration unexpected interruptions in work due to emergencies, storms, etc., severe enough to stop work. Scheduled ' non-work days such as weekends, holidays, etc., shall not be a reason for extending the seven day limitation. If this sequence is not adhered to, and as a result the operations subsequent to setting and backfilling are not being accomplished within the specified time,the Engineer may stop all setting and backfilling of plants and any other planting operations he may deem necessary until such time as he is ' satisfied that the sequence of planting is again on schedule. F. Period of Establishment. The Contractor will be required to continue the work specified herewith under "Establishment of Planting" for a period of one year following the satisfactory completion of the planting as confirmed in writing by the Engineer. ' The Contractor hereby agrees that a sum equal to 20%of the price payable for this item at the time of the completion and acceptance of planting under this item shall be retained by the Town as a guarantee for the performance of the work under this item. At the option of the Contractor, if approved ' by the Town, such monies may be paid over to him upon his execution and filing of a bond, on a form and with surety approved by the Commissioner of Public Works, conditioned that the Contractor will perform the work under this item. The penalty of such bond shall be in a sum equal to the amount for which it is substituted. When all items in the contract have been completed and accepted,the Contractor agrees to procure ' and maintain for the duration and purposes of any work of establishment, and at his own expense, insurance for liability for damages imposed by law, in insurance companies authorized to do such business in the State covering all such operations, whether performed by him or his sub-contractors. ' Before commencing any of such work, the Contractor agrees to furnish to the Commissioner a certificate or certificates of insurance, in form satisfactory to the Commissioner, showing that the ' Contractor has complied with this provision as to insurance which certificate or certificates shall provide that the policies shall not be changed or canceled until 30 days written notice has been given to the Commissioner. ' The kinds and amounts of insurance shall conform to the requirements specified in the original contract. At the conclusion of the Period of Establishment,the Contractor shall remove all stakes,guy wires and tree wrappings unless otherwise directed. All plants in an unhealthy or badly impaired condition in the ' opinion of the Engineer shall be removed and replaced or removed and noted for replacement at the next succeeding planting season as specified on the plans, or in the proposal. This requirement shall not prevent the release of the retained monies herein defined at the expiration of the period of the establishment but a certified check equal to double the value of any uncompleted work will be required. No work other than replacement will be required after the conclusion of the period of establishment. METHOD OF MEASUREMENT and BASIS OF PAYMENT: Payment for this item will be made on a lump sum basis for work satisfactorily completed. 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 including furnishing water equipment, water and ' watering of plants. ITEM 202.12—REMOVING EXISTING SUPERSTRUCTURES The provisions ofNYSDOT Standard Specification Item 202.12 shall apply. ITEM 202.19—REMOVING EXISTING SUBSTRUCTURES The provisions of NYSDOT Standard Specification Item 202.19 shall apply except as modified below: ' METHOD OF MEASUREMENT and BASIS OF PAYMENT: Payment for this item will be made on a lump sum basis for work satisfactorily completed. 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. t ITEM 203.07—SELECT GRANULAR FILL The provisions of NYSDOT Standard Specification Item 203.07 shall apply. 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 Engineer. MATERIALS: ' The Engineer prior to actual use shall approve all equipment proposed for this work. CONSTRUCTION DETAILS: Sawcutting shall be along straight neat lines as indicated on the plans or where ordered by the Engineer. ' Saw cuts shall be made to the full depth of the existing pavement unless specified otherwise by the Engineer. METHOD OF MEASUREMENT and BASIS OF PAYMENT: Payment for this item will be made on a lump sum basis for work satisfactorily completed. 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. 1 1 1 ITEM 206.0201 —TRENCH AND CULVERT EXCAVATION The provisions of NYSDOT Standard Specification Item 206.0201 shall apply. 1 1 1 1 1 i 1 1 i 1 1 1 1 1 1 1 ITEM 207.20—GEOTEXTILE BEDDING ' The provisions of NYSDOT Standard Specification Item 207.20 shall apply except as modified below: METHOD OF MEASUREMENT and BASIS OF PAYMENT: Payment for this item will be made on a lump sum basis for work satisfactorily completed. 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. ' ITEM 209.1501 —TURBIDITY CURTAIN—TEMPORARY The provisions ofNYSDOT Standard Specification Item 209.1501 shall apply except as modified ' below: METHOD OF MEASUREMENT and BASIS OF PAYMENT: 1 Payment for this item will be made on a lump sum basis for work satisfactorily completed. 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. ITEM 209.1901 — ROLLED EROSION CONTROL PRODUCT, CLASS II, TYPE A, ' INTERMEDIATE The provisions of NYSDOT Standard Specification Item 209.1901 shall apply except as modified below: METHOD OF MEASUREMENT and BASIS OF PAYMENT: ' Payment for this item will be made on a lump sum basis for work satisfactorily completed. 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. 1 1 ITEM 552.11 —PERMANENT STEEL SHEETING The provisions of NYSDOT Standard Specification Item 552.11 shall apply except as modified 1 below: METHOD OF MEASUREMENT and BASIS OF PAYMENT: 1 Payment for this item will be made on a lump sum basis for work satisfactorily completed. Payment will be made at the lump sum contract price to furnish all materials, labor and equipment necessary 1 to satisfactorily complete the work as specified. i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM 553.020001 —COFFERDAMS (TYPE 2) 1 The provisions of NYSDOT Standard Specification Item 553.020001 shall apply except as modified below: , METHOD OF MEASUREMENT and BASIS OF PAYMENT: Payment for this item will be made on a lump sum basis for work satisfactorily completed. Payment 1 will be made at the lump sum contract price to furnish all materials, labor and equipment necessary to satisfactorily complete the work as specified. 1 1 1 1 1 i 1 1 ITEM 555.09—CONCRETE FOR STRUCTURES, CLASS HP The provisions of NYSDOT Standard Specification Item 555.09 shall apply except as modified ' below: TESTING: Cylinders will be taken by the Engineer and tested by the SCDPW Laboratory for all material furnished under this item. ' METHOD OF MEASUREMENT and BASIS OF PAYMENT: ' Payment for this item will be made on a lump sum basis for work satisfactorily completed. 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. i ITEM 556.0102—EPDXY-COATED BAR REINFORCEMENT FOR STRUCTURES 1 The provisions of NYSDOT Standard Specification Item 556.0102 shall apply except as modified below: METHOD OF MEASUREMENT and BASIS OF PAYMENT: Payment for this item will be made on a lump sum basis for work satisfactorily completed. Payment 1 will be made at the lump sum contract price to furnish all materials, labor and equipment necessary to satisfactorily complete the work as specified. 1 1 i 1 1 i 1 1 1 1 1 ITEM 568.54—STEEL BIDGE RAILING (THREE-RAIL) 1 The provisions of NYSDOT Standard Specification Item 568.54 shall apply except as modified ' below: METHOD OF MEASUREMENT and BASIS OF PAYMENT: 1 Payment for this item will be made on a lump sum basis for work satisfactorily completed. Payment will be made at the lump sum contract price to furnish all materials, labor and equipment necessary 1 to satisfactorily complete the work as specified. 1 i i 1 ITEM 568.70—TRANSITION BRIDGE RAILING The provisions of NYSDOT Standard Specification Item 568.70 shall apply except as modified below: , METHOD OF MEASUREMENT and BASIS OF PAYMENT: Payment for this item will be made on a lump sum basis for work satisfactorily completed. 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. 1 ITEM 570.86020010—EPDXY PAINT SYSTEM FOR STEEL SHEETING The provisions of NYSDOT Special Specification Item 570.86020010 (located following this page) 1 shall apply except as modified below: METHOD OF MEASUREMENT and BASIS OF PAYMENT: 1 Payment for this item will be made on a lump sum basis for work satisfactorily completed.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. i 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM 570.86020010—EPDXY PAINT SYSTEM FOR STEEL SHEETING DESCRIPTION The work shall consist of applying a two coat structural steel paint system to the specified surfaces of the sheeting.The two coat paint system shall consist of the following components: First Coat-Dark Red Coal Tar Epoxy Top Coat-Black Coal Tar Epoxy New sheeting shall be painted with both coats in the shop. No field painting, except touch-up, will be permitted. All steel sheeting painted under the terms of this item shall be previously uncoated steel. Permitted field touch-up work shall be done only to paint coatings applied under the terms of this item. ' MATERIALS Abrasive for Blast Cleaning. The contractor shall choose the abrasive. Silica sand and other types of nonmetallic abrasives containing more than one percent free silica by weight will not be allowed. The material chosen shall, when properly applied, produce a blast profile of the cleaned steel surface within the range of 38 to 64 microns. , PAINTS Coal Tar Epoxy. This shall meet the requirements of SSPC Paint Specification No. 16. The color of the first coat shall be dark red.The color of the finish(top)coat shall be black. All paint for this project shall be supplied by a single paint manufacturer. All paint containers shall be sealed in a manner acceptable to the Engineer. All paint shall be stored in the manner required by the paint manufacturer. Containers opened prior to the Engineer's authorization, containers which in the Engineer's opinion show signs of tampering, or containers which in the Engineer's opinion are improperly stored, shall be replaced by properly sealed containers at no additional cost to the State.The use of partial kits shall not be allowed. All paint will be accepted at the work site based upon the paint manufacturer's certifications that the paints meet the requirements of SSPC Paint 16 and SSPC Paint 20 as applicable. Batch numbers shall be clearly marked on each paint container. The manufacturer's representative shall be contacted to decipher the batch date if such date is encrypted or coded.All paint components shall be within their shelf life as established by the manufacturer's product data sheet(PDS)at the time of their use. CONSTRUCTION DETAILS Cleaning. All steel surfaces to be painted shall be cleaned to bare steel in accordance with SSPC-SP10, Near White Blast Cleaning. Page 1 of 4 ITEM 570.86020010—EPDXY PAINT SYSTEM FOR STEEL SHEETING Before blast cleaning work begins. visible deposits of oil, grease, dirt, salt, or other contaminants shall be removed by the methods specified in SSPC-SP1,Solvent Cleaning. No blast cleaning operations will be conducted if the humidity exceeds 85%, or if the surface temperature is less than 3°C(37°F)above the dew point.Blast cleaned surfaces shall not be left uncoated. After blast cleaning operations have been completed, the Contractor shall satisfy the Engineer that the required anchor pattern will be achieved using Testex Tape or Press - O - Film Gage and a spring loaded profile micrometer according to the requirements of ASTM D4417,Method C. The area cleaned shall be limited to that which can be cleaned and painted (first coat) within 16 hours. Cleaned areas shall be approved by the Engineer prior to painting. 1 After blast cleaning is completed. cleaned surfaces shall be defined by SSPC-VIS I (SSPC Publication 02- 12), SP-10 according to the appropriate pictorial initial surface condition(A, B, C, D. Gi,Gz,or GA In the event of disagreement,the written definition of SP-10 shall prevail. ' After blast cleaning operations are completed, all surfaces shall be cleaned of blasting products and other residues. Cleaned surfaces shall be cleared of all foreign matter by means of oil-free, water-free,compressed air,or vacuum systems only. Painting-General. All paint shall be thoroughly mixed in accordance with the manufacturer's instructions. Mechanical mixers 1 shall be used. Two clearly legible copies of the manufacturer's instructions shall be delivered to the Engineer at least two weeks prior to the beginning of any painting work. Only properly sealed paint containers will be permitted to be opened for use in the work. Containers opened ' prior to the Engineer's authorization, or tampered containers shall be removed from the work site. Unauthorized opening of containers, or tampering, constitutes automatic rejection of the contents. All such containers shall be replaced by properly sealed containers at no additional cost to the State. Thinning of paint will be allowed only with the express written permission of the Engineer. All thinning shall be done in strict accordance with the manufacturer's instructions. Only the type and quantity of thinner recommended by the manufacturer shall be used. Unauthorized use of thinners will result in the recleaning and repainting of the affected surface in a manner satisfactory to the Engineer at no additional cost to the ' State. Paint may be applied by brush,roller,or air-less spray except where otherwise required. Page 2 of 4 ITEM 570.86020010—EPDXY PAINT SYSTEM FOR STEEL SHEETING Individual coating shall be applied in sufficient quantity so that the following minimum dry film thickness (DFT)result: FIRST FINISH 200 microns 200 microns The wet film thickness required to obtain the required DFT is dependent upon the percent solids by volume of paint. This will vary somewhat for each system.Thinning of the paint affects this ratio,resulting in a thinner dry film thickness. , The Contractor is responsible for all quality control of the work. For quality assurance inspection, DFT determinations will be made by the Engineer in accordance with SSPC-PA2, Paint Application Specification No.2. Prior to the start of work,the Contractor shall supply the Engineer with all the equipment necessary to perform quality assurance inspection, including but not limited to two fixed probe magnetic gages - Positector, or equal approved by the DCE(TS),which shall be returned at the conclusion of work. No work shall be done until all the required equipment is supplied. No paint shall be applied unless all of the following conditions are met: The receiving surface shall be clean and absolutely dry;the surface temperature shall be between 4°C(40°F)- 38°C(100°F);ambient air temperature shall be between 5°C(40°F)-32°C(90°F)and shall be at least 3°C(5°F )above the dew point;the relative humidity shall be less than 85%. No paint shall be applied if the Engineer determines that poor adhesion,or any other non-acceptable condition will result.All paint applied in violation of these requirements shall be entirely removed,and the affected surface cleaned and repainted in accordance , with the stated requirements at no additional cost to the State. All individual coating applications shall be applied as required by the manufacturer's instructions.No coat of paint shall be applied until the previous coat has cured sufficiently as determined by the manufacturer's instructions,and approved by the Engineer. All work is subject to inspection. The contractor shall provide adequate access and suitable lighting for such inspections to be made. Work done while the Engineer has been refused,denied,or restricted access,or work ' exhibited in a manner that in the Engineer's opinion prevents adequate inspection will automatically be rejected. All such work shall be recleaned and repainted in accordance with these requirements at no additional cost to the State. Coatings shall also be monitored for the presence of holidays,pinholing,bubbling,cratering, frothing,lack of adhesion, and other defects. Coatings have less than the required dry film thickness, or other defects unacceptable to the Engineer shall be rendered suitable in a manner satisfactory to the Engineer at no additional cost to the State. Page 3 of 4 ITEM 570.86020010—EPDXY PAINT SYSTEM FOR STEEL SHEETING ' FIRST COAT The first coat shall be applied within 16 hours of the completion of the blasting operations, and before the condition known as flash-rusting occurs. If the product data sheet is more restrictive,then those requirements ' prevail. Cleaned areas upon which rust has formed shall be recleaned in accordance with these cleaning requirements at no additional cost. The presence of rust shall be determined by the Engineer. Surfaces receiving the first coat shall be absolutely clean and dry prior to application. One full first coat shall be applied by air-less spray methods only. If the first coat exhibits amine blush,such blush shall be completely removed using a method recommended by the paint manufacturer prior to application of the Finish Coat. FINISH COAT The terms of first coat shall apply except that the recoating time shall be that permitted by the coal tar epoxy instructions. Field Touch-Up. All field touch-up work shall be done in accordance with the requirements of this specification.The Engineer,in writing,may waive those requirements he deems to be impractical. METHOD OF MEASUREMENT The work will be measured as the number of square feet of steel sheeting surface painted with two coats of paint as shown in the Estimate of Quantities. BASIS OF PAYMENT The unit price bid per square feet shall include the cost of all labor, materials and equipment necessary to complete the work. ' Progress payments will be made. Upon completion of painting of the sheeting the contractor may apply for payment for that element. To be eligible for progress payments the following criteria shall apply: 1. The painted sheeting shall be present at the project site. 2. The element shall be accompanied by a written determination,prepared by the contractor,which specifies by calculation the number of square feet painted with the two coat system. Upon verification of the sheeting presence,and the accuracy of the contractor's calculations,the Engineer will authorize the verified square feet for payment. No additional payment will be made for the cost of touch up.It shall be included in the unit price bid. Page 4 of 4 ITEM 595.98200018—SPRAY-APPLIED WATERPROOFING MEMBRANE The provisions of NYSDOT Special Specification Item 595.98200018 (located following this page) shall apply except as modified below: METHOD OF MEASUREMENT and BASIS OF PAYMENT: ' Payment for this item will be made on a lump sum basis for work satisfactorily completed.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. ' ITEM 595.98200018 —SPRAY-APPLIED WATERPROOFING MEMBRANE DESCRIPTION Furnish and install a spray-applied, waterproofing membrane system in accordance with the contract documents, approved Material Detail Sheets, and as directed by the Engineer. Include all surface preparation and quality-control testing of substrates and the applied membrane. ' MATERIALS Use a spray-applied, waterproofing membrane system meeting the requirements of§717-02. ' The membrane system shall meet the requirements found under the Membrane System Application and Quality-Control Testing section of this specification. CONSTRUCTION DETAILS General. Arrange for the membrane system manufacturer to have a competent technical representative with necessary equipment to perform the quality-control testing at the job site during all phases of preparation and installation. The technical representative is responsible to perform quality-control testing during membrane application. The technical representative will present all quality-control testing equipment to the Engineer to verify calibration dates and demonstrate their competency to perform quality-control testing. Supply Material Safety Data Sheets (MSDS) and approved Material Detail Sheets prepared by the membrane manufacturer to the Engineer a minimum of two weeks prior to the scheduled commencement of work. ' Protect personnel exposed to primers and membranes in accordance with MSDS. Store all components of the membrane system, including broadcast aggregates, at the job site in accordance with approved Material Detail Sheets. Use tarpaulin or other suitable masking to protect traffic, the surrounding environment, and adjacent features from over spraying. Membrane System Application and Quality-Control Testing. Substrate Preparation. Prepare all surfaces that are to receive the membrane system in accordance with the approved Material Detail Sheets. Blast clean all surfaces as a minimum. Remove residual matter using brooms ' and oil/moisture-free compressed air. Substrate Moisture Content and Temperature. Measure the surface moisture content and temperature before applying the primer and membrane. The surface moisture content and temperature will be within allowable tolerances as stated in the approved Material Detail Sheets. Perform one test for every two thousand square feet of area as specified in the contract documents or a minimum of three tests. Substrate Cohesion/Primer Adhesion. After the substrate has been prepared to the satisfaction of the Engineer, test the cohesion of the substrate and the adhesion of the primer to the substrate in accordance with ASTMD4541—Pull-Off Strength of Coatings Using Portable Adhesion Testers. Conduct tests after the primer has sufficiently cured as determined by the technical representative. Perform one test for every two thousand square feet of prepared substrate area, and at locations where deficient adhesion is suspected by the Engineer or a minimum of three tests. Minimum adhesion strengths of 300 psi for each test on steel or 150 psi on Portland Cement Concrete substrates are required before applying primer to the remaining surface area. Primer Application. Apply primer to the remaining substrate surface area at a rate specified in the approved Material Detail Sheets. Membrane Application. Apply each course of the membrane at a rate specified in the approved Material Detail Sheets. Page 1 of 2 Rev. Nov., 2013 ITEM 595.98200018 —SPRAY-APPLIED WATERPROOFING MEMBRANE Membrane Thickness. Measure the wet-film thickness of each course of membrane using a standard comb-type thickness gauge or measure the dry-film thickness of each course of membrane using a dry-film thickness gauge for nonferrous substrates. Submit alternative methods for measuring thickness to the Engineer for approval. Take one measurement for every one hundred square feet of membrane applied.The measured thickness of each course of the membrane and the entire thickness of the finished membrane will be greater than or equal to the depth specified in approved Material Detail Sheets. Membrane Pin Holes. Test for pin holes in the cured membrane system over the entire application area in accordance with ASTM D4787 Continuity Verification of Liquid or Sheet Linings Applied to Concrete Substrates. Conduct the test at voltages recommended by the manufacturer to prevent damage to the membrane. Membrane Adhesion. Test the adhesion of the membrane system to the substrate in accordance with ASTM D4541 — Pull-Off Strength of Coatings Using Portable Adhesion Testers. Conduct tests after the membrane system has sufficiently cured as determined by the technical representative. Perform one test for every two thousand square feet of membrane applied, and at locations where deficient adhesion is suspected by the ' Engineer or a minimum of three tests. Minimum adhesion strengths of 300 psi for each test on steel or 150 psi on Portland Cement Concrete substrates are required. Repair and correct any deficiencies in the membrane system and substrate noted during quality-control testing as recommended by the manufacturer's representative to the satisfaction of Engineer at no additional cost to the State. Binder Aggregate Application. When cold-applied,wearing-surface overlays are specified, or additional shear resistance between the membrane and the wearing surface is desirable, broadcast an aggregate binder onto the membrane in accordance with the approved Material Detail Sheets. , Apply the aggregate binder to the membrane before the membrane cures and as specified in the approved Material Detail Sheets. The aggregate and membrane will be fully integrated after the aggregate has been applied and the membrane has cured. Remove loose aggregate with brooms or oil/moisture-free compressed air before applying the tack coat. Tack Coat Application. Apply a tack coat to the finished membrane system if needed and as specified in the Material Detail Sheets prior to overlaying the membrane with a wearing surface. METHOD OF MEASUREMENT ' This work will be measured as the number of square feet of spray-applied,waterproofing membrane system satisfactorily furnished and installed as shown on the contract plans or ordered by the Engineer. BASIS OF PAYMENT ' The unit price bid shall include the cost of furnishing all labor, materials, and equipment necessary to satisfactorily complete the work. Page 2 of 2 Rev. Nov., 2013 ITEM 603.63160615 — PRECAST CONCRETE BOX CULVERT (16' SPAN x 6' RISE, FILL HEIGHT LESS THAN 2'-0") The provisions of NYSDOT Special Specification Item 603.63160615 (located following this page) shall apply except as modified below: ' TESTING: Precast supplier shall arrange with the SCDPW Laboratory for observation of compression testing of cylinders during plant quality control process. A minimum of forty-eight(48) hours notice is required. Contact Rich Carioto at(63 1) 852-4281. METHOD OF MEASUREMENT and BASIS OF PAYMENT: ' Payment for this item will be made on a lump sum basis for work satisfactorily completed. 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. 1 ITEM 603.63XXYY15 PRECAST CONCRETE BOX CULVERT (Fill Height Less than 2' 0") ITEM 603.64XXYY15 PRECAST CONCRETE BOX CULVERT (Fill Height 2' —0" or Greater) ' ITEM 603.65XXYY15 PRECAST CONCRETE BOX CULVERT (Bridge Size Fill Height Less than 2' - 0") ITEM 603.66XXYY15 PRECAST CONCRETE BOX CULVERT (Bridge Size Fill Height 2' 0" or ' Greater DESCRIPTION ' This work shall consist of furnishing and placing single or multi-cell precast reinforced concrete box culvert sections of the type indicated in the plans in accordance with these specifications in the locations indicated and in a manner approved by the Engineer. MATERIALS Precast concrete box culvert shall meet the requirements of Section 706-17 Precast Concrete Box Culverts. , CONSTRUCTION DETAILS ' A. Inspection, Storage and Handling — Precast box sections will be inspected at the construction site to determine any damage during shipment and for conformance to the dimensional tolerances. An additional inspection will be made prior to placement of precast box sections to determine any damage during storage. B. Installation ' 1. Excavation. The requirements specified in Section 206 Trench, Culvert and Structure Excavation, that apply to culverts and storm drains shall govern, except as modified in the plans. 2. Placement. The precast manufacturer shall have a representative available to assist in the installation of the box culvert. Precast box sections shall be installed, true to line and grade, in accordance with the contract plans. Placement of the box sections shall start at the downstream end and proceed upstream, unless otherwise indicated in the contract plans. 3. Joints. Precast box sections shall be installed with the female end upstream and the male joints fully entered therein. The joint openings between adjacent precast units shall not exceed 3/4". The joints shall be sealed with a continuous gasket installed at the precast plant. Joints shall be drawn together with mechanical connectors, as shown on the approved working drawings. Culverts with a clear rise greater than 4' shall have a minimum of four connectors per joint. Smaller culverts shall ' have a minimum of two connectors per joint. The number of mechanical connectors supplied shall be equal to the number of connectors required per joint multiplied by the number of joints unless otherwise approved by the Engineer. After installation, connectors may be left on or removed at the contractor's option, unless otherwise noted in the contract plans. When the contract plans require, or the contractor chooses to leave the connectors in place, they shall be located so that they do not create an obstruction inside the culvert. Gaps which occur on the interior surfaces of the culvert due to misalignment or grade difference shall be filled as ordered by the Engineer, with an approved ' concrete repair material so as to produce a smooth continuous surface. 1 EI 98-009 Page 1 of 2 , 3/2/98 L 9/10/98 ITEM 603 63XXYY15 PRECAST CONCRETE BOX CULVERT (Fill Height Less than 2' —0") ITEM 603 64XXYY15 PRECAST CONCRETE BOX CULVERT (Fill Height 2' —0" or Greater) ITEM 603 65XXYY15 PRECAST CONCRETE BOX CULVERT (Bridge Size, Fill Height Less than 2' - 0") ' ITEM 603 66XXYY15 PRECAST CONCRETE BOX CULVERT (Bridge Size, Fill Height 2' — 0" or Greater 4. Backfilling. The types of materials to be used in backfilling and the procedure of placement shall conform to the contract plans and the applicable provisions of Subsection 203-3.15. ' METHOD OF MEASUREMENT The quantity to be measured for concrete box culvert sections shall be the number of linear feet(laying length) furnished and installed in the work. Linear feet(laying length) shall be measured by multiplying the number of whole units by the nominal length of each unit and adding, thereto to the length of any fractional units incorporated in the work. The nominal length of a unit or fractional unit shall be the inside measured length from one butting end to the other butting end measured along the bottom centerline of the unit. ' BASIS OF PAYMENT The quantity to be paid for shall be the number of linear feet of each size box culvert section incorporated in the work. The unit price bid shall include the cost of furnishing all labor, materials, equipment and installation supervision by the precast manufacturer's representative, necessary to satisfactorily complete the work. The cost of furnishing and installing headwalls and cut off walls shall also be included in the unit price bid. ' Payment shall be made under Item 603.63XXYY15, 603.64XXYY15, 603.65XXYY15, and 603.66XXYY15, where XX and YY, as indicated in the itemized proposal shall mean the inside span and rise dimensions respectively in feet,to the nearest whole foot,of the precast section. Maximum XX value=24 feet ' Maximum YY value=above 10 feet consult Materials Bureau. ' Page 2 of 2 El 98-009 3/2/98 L 9/10/98 ITEM 606.10—BOX BEAM GUIDE RAILING The provisions of NYSDOT Standard Specification Item 606.10 shall apply except as modified below: METHOD OF MEASUREMENT and BASIS OF PAYMENT• Payment for this item will be made on a lump sum basis for work satisfactorily completed. 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. ITEM 606.1203—BOX BEAM END ASSEMBLY TYPE III The provisions of NYSDOT Standard Specification Item 568.70 shall apply. 1 ITEM 606.71 —REMOVING AND DISPOSING CORRUGATED BEAM GUIDE RAILING The provisions of NYSDOT Standard Specification Item 606.71 shall apply except as modified below: ' METHOD OF MEASUREMENT and BASIS OF PAYMENT: Payment for this item will be made on a lump sum basis for work satisfactorily completed. 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. ITEM 623.12—CRUSHED STONE (IN-PLACE MEASURE) The provisions of NYSDOT Standard Specification Item 623.12 shall apply except as modified ' below: MATERIALS: Material furnished under this item shall conform to NYSDOT Standard Material Specification ' 703.0201 and shall be Size Designation Number 2 as shown in Table 703-4 of the NYSDOT Standard Specification. 1 ITEM 640.10—WHITE PAINT REFLECTORIZED PAVEMENT STRIPES The provisions of NYSDOT Standard Specification Item 640.10 shall apply except as modified below: ' METHOD OF MEASUREMENT and BASIS OF PAYMENT: Payment for this item will be made on a lump sum basis for work satisfactorily completed. 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. ! i 1 1 1 ITEM 640.11 —YELLOW PAINT REFLECTORIZED PAVEMENT STRIPES The provisions of NYSDOT Standard Specification Item 640.11 shall apply except as modified ' below: METHOD OF MEASUREMENT and BASIS OF PAYMENT: ' Payment for this item will be made on a lump sum basis for work satisfactorily completed. 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. ' END OF TECHNICAL SPECIFICATIONS ■■M■ + ■ � YORK V E O Hii CERIFICT •FS C W {I STATE OF NEW YORK i DEPARTMENT OF FINANCIAL SERVICES it Is hereby certified that ARCH INSURANCE COMPANY 1 ` Of Kansas City, Missouri iI a corporation organized under the laws of th19 State Of qualified ed to become issouri and duly orauthorito' i transact the business of insurance In this State q and other obligations undertakings, recognizance$, guaranties, guarantor on all bonds, 9 required or permitted by I �ln and contd that ributed dsaid csurnr�ustland unassigned funds (s�trplus) ' surplus including gross paid as own b its sworn aggregating the sum of$563,483,215 (CapiteCem, e��3000125an file In this financial statement for the end of the year, D Department, prior to audit. The said corporation cannot lawfully expose itself to loss on any one risk or hazard to. an amount exceeding 10% of its surplus to policyholders, unless it shall be protected,in "f excess of that amount in the manner provided In Section 4118 of the Insurance Law of i this State. In Witness Whereof, I have here- unto set my hand and affixed the F! r�. official seal of this Department @ at the Ci of Albany, this i 1 st day olApril, 2013. i y i , Benjamin M. Lawsky Superintendent By97I Jacqueline Catalfarno Special Deputy Superintendent i�IJG 2 2Ci Town attorney's Office www.dfs.ny,gov I I , Bond No. SU1118268 Document A312TM - 2010 Conforms with The American Institute of Architects AIA Document 312 Performance Bond CONTRACTOR: SURETY: (Marne,legal status and address) (Name,legal status and principal place of business) H&L Contracting LLC Arch Insurance Company 38 Horman Avenue 300 Plaza Three This document has Important legal Jersey City, NJ 07311 consequences.Consultation with Bay Shore, NY 11706 Mailing Address for Notices an attorney is encouraged with respect to its completion or modification. OWNER: Any singular reference to (Name,legal status and address) Contractor,Surety,Owner or Town of Southold other party shall be considered 53095 Main Road plural where applicable. Southold, NY 11971 CONSTRUCTION CONTRACT Date: August 15, 2014 Amount:,$ 682,970.00 Six Hundred Eighty Two Thousand Nine Hundred Seventy Dollars and 00/100 Description: (Name and location) Job# 14-13, Bay Avenue Culvert BOND Date: August 15, 2014 (Not earlier than Construction Contract Date) Amount:$682,970.00 Six Hundred Eighty Two Thousand Nine Hundred Seventy Dollars and 00/100 Modifications to this Bond: x❑ None F-1 See Section 16 CONTRACTOR AS PRINCIPAL SURETY Company: (CoiporateSeal) Company: (CoiporafeSeal) H&L Contracting LLC Arch Insurance Company /-0 C® K�IYACCs CORPORATE Signature: rZ Signature: 1t4'e " t,4.. arNameName , Dennis M. O'Brien and'1'itle: Ke �bneU_ and Title: Attorney-in-Fact iillsso (Any additional signatures appear on the last page of this Peufornance Bond) (FOR INFORjbI4T10N ONLY—Name,address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: USI Northeast (Architect,Engineer or other parry:) 333 Westchester Avenue, Suite 102 White Plains, NY 10604 (914) 749-8500 S-1852/AS 8110 §1 The Contractor and Surety,jointly and severally,bind themselves,their heirs,executors,administrators,successors and assigns to the Owner for the performance of the Construction Contract,which is incorporated herein by reference. §2 If the Contractor performs the Construction Contract,the Surety and the Contractor shall have no obligation under this Bond,except when applicable to participate in a conference as provided in Section 3. §3 If there is no Owner Default under the Construction Contract,the Surety's obligation under this Bond shall arise after .1 the Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default.Such notice shall indicate whether the Owner is requesting a conference among the Owner,Contractor and Surety to discuss the Contractor's performance.If the Owner docs not request a conference,the Surety may,within five(5)business days after receipt of the Owner's notice,request such a conference.If the Surety timely requests a conference,the Owner shall attend.Unless the Owner agrees otherwise,any conference requested under this Section 3.1 shall be held within ten(10)business days of the Surety's receipt of the Owner's notice.If the Owner,the Contractor and the Surety agree,the Contractor shall be allowed a reasonable time to perform the Construction Contract,but such an agreement shall not waive the Owner's right,if any,subsequently to declare a Contractor Default; .2 the Owner declares a Contractor Default,terminates the Construction Contract and notifies the Surety;and .3 the Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Construction Contract. §4 Failure on the part of the Owner to comply with the notice requirement in Section 3.1 shall not constitute a failure to comply with a condition precedent to the Surety's obligations,or release the Surety from its obligations,except to the extent the Surety demonstrates actual prejudice. §5 When the Owner has satisfied the conditions of Section 3,the Surety shall promptly and at the Surety's expense take one of the following actions: §5.1 Arrange for the Contractor,with the consent of the Owner,to perforin and complete the Construction Contract; §5.2 Undertake to perform and complete the Construction Contract itself,through its agents or independent contractors; §6.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract,arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owner's concurrence,to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract,and pay to the Owner the amount of damages as described in Section 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default;or §5.4 Waive its right to perform and complete,arrange for completion,or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation,determine the amount for which it may be liable to the Owner and,as soon as practicable after the amount is determined,make payment to the Owner;or .2 Deny liability in whole or in part and notify the Owner,citing the reasons for denial. §6 If the Surety does not proceed as provided in Section 5 with reasonable promptness,the Surety shall be deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond,and the Owner shall be entitled to enforce any remedy available to the Owner.If the Surety proceeds as provided in Section 5.4,and the Owner refuses the payment or the Surety has denied liability,in whole or in part,without further notice the Owner shall be entitled to enforce any remedy available to the Owner. S-1852/AS 8/10 §7 If the Surety elects to act under Section 5.1,5.2 or 5.3,then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract,and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract.Subject to the commitment by the Owner to pay the Balance of the Contract Price,the Surety is obligated,without duplication,for .1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; .2 additional legal,design professional and delay costs resulting from the Contractor's Default,and resulting from the actions or failure to act of the Surety under Section 5;and .3 liquidated damages,or if no liquidated damages are specified in the Construction Contract,actual damages caused by delayed performance or non-performance of the Contractor. §8 If the Surety elects to act under Section 5.1,5.3 or 5A,the Surety's liability is limited to the amount of this Bond. §9 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract,and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations.No right of action shall accrue oil this Bond to any person or entity other than the Owner or its heirs,executors,administrators,successors and assigns. §10 The Surety hereby waives notice of any change,including changes of time,to the Construction Contract or to related subcontracts,purchase orders and other obligations. §11 Any proceeding,legal or equitable,under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond,whichever occurs first.If the provisions of this Paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. §12 Notice to the Surety,the Owncr or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. §13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so fitmished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. § 14 Definitions §14.1 Balance of the Contract Price.The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made,including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled,reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. §14.2 Construction Contract.The agreement between the Owner and Contractor identified on the cover page,including all Contract Documents and changes made to the agreement and the Contract Documents. §14.3 Contractor Default.Failure of the Contractor,which has not been remedied or waived,to perform or otherwise to comply with a material term of the Construction Contract. §14.4 Owner Default.Failure of the Owner,which has not been remedied or waived,to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Constriction Contract. § 14.5 Contract Documents.All the documents that comprise the agreement between the Owner and Contractor. §15 If this Bond is issued for an agreement between a Contractor and subcontractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. S-1852/AS 8/10 §16 Modifications to this bond are as follows: (Space is provided belowfor additional signatures of added parties,other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Co)porate Seal) Signature: Signature: Name and Title: Name and Title: Address Address S-1852/AS 8110 Individual Acknowledgment State of County of On this day of 20 , before me personally came to me known, and known to me to be the individual in and who executed the foregoing instrument, and acknowledged to me that he/she executed the same. My commission expires Notary Public ---------------------------------------------------------------------------------------------------------------------------------------- Co`p�fion Acknowledgment State of ) uk County of &mw— On the day of av ,,�� a at�� before me personally came Ar10- to 1eto me k wn; who being by me duly sworn, did depose and say that he/she/they reside(s) in that he/she/they is (are) the c�c1a PGAV\e� of the L the corporation describ\ ih4nd which executed the above instrument; that h she/they know(s) the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of the board of directors of said corporation, and that he/she/they signed his/her/their name(s) thereto by like authoritabLEMBO RAH RYDER lic,State of Neve 01 RY6258036 ed In Suffolk CourcyMy commission expiren March 119,20-4 11 Notary Public' ----------------------------------------------------------------------------------------------------------------------------------------- Surety Acknowledgment State of New York County of Westchester On the 15th day of August, 2014 personally came Dennis M. O'Brien to me known , who being by me duly sworn did depose and say that he/she is an Attorney-in-Fact of Arch Insurance Company in and which executed the above Instrument know(s) the corporate seal of said corporation; that the seal affixed to the within instrument is such corporate seal, and that he/she/they signed the said instrument and affixed the said seal as Attorney-in-fact by authority of the Board of Directors of said corporation and by authority of this office under the standing resolution thereof. NOtd;y i fork n:. c "1V 1 My commission expires Notary u b lic a SURPATH2O14 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Mortgage, Note, Loan, Letter of Credit, Bank Deposit, Currency Rate, Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey(hereinafter referred to as the"Company")does hereby appoint: Dennis M. O'Brien its true and lawful Attomey(s)in-Fact,to make,execute,seal,and deliver from the date of issuance of this power for and on its behalf as surety,and as its act and deed: Any and all bonds, undertakings,recognizances and other surety obligations. Surety Bond Number: SU1118268 Principal: H&L Contracting LLC Obligee: Town of Southold This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City,New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED,That the Chairman of the Board,the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact,and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15,2011: VOTED,That the signature of the Chairman of the Board, the President,or the Executive Vice President,or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. OOML0013 00 03 03 Page 1 of 2 Printed in U.S.A. SURPATH 2014 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers,this 15th day of August 2014 Attested and Certified Arch Insurance Company C* k6a 4" 0 (S)4t71ATE Sr/tC 1911 V Patrick K.Nails,Secretary M450U1i David M. Finkelstein, Executive Vice President STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS I, Helen Szafran, a Notary Public, do hereby certify that Patrick K. Nails and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri,subscribed to the foregoing instrument,appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. ommetmMM 15KPIENN6Y1VANIA tft}T,RANI NEAT HELENS�FAFIZAN,tJritaryPt>blls; CityofPh ade"phfa,PW. M comissinn esocWar17 Helen Szafran,Notary Public My commission expires 10/03/2017 CERTIFICATION I Patrick K.Nails Secretary of the Arch Insurance Company,do hereby certify that the attached Power of Attorney dated August 15, 2014 on behalf of the person(s)as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate;and I do further certify that the said David M. Finkelstein,who executed the Power of Attorney as Executive Vice President,was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this 15th day of August ,2014 A" 4'(4v Patrick K.Nails,Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES R ELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance—Surety Division 3 Parkway,Suite 1500 nee C'a Philadelphia,PA 19102 r WRH7RATE "�� +GAS. 1971 Missouri OOMLOO13 00 03 03 Page 2 of 2 Printed in U.S.A. ''CII INSURANCE Cf NIPANY STATEMENT OF FiNANClAL CONDlTlON December 31 2013 C:a s n Ban :s 3 113 241.149 Bonds owned 1,730.368.149 Stocks 433 238,005 Prem ums 1n course of collection 251 285.769 Accrued nterest and otter assets 312 730.603 Total Assets 3 2,84+3 864.214 uFEi tes. Resew for asses and adjus!rne-,t expenses 3 1,200 735312 Poser% for asneamed prem urns 307 571 736 Ceded re nsu raInce prem ums payao`e 105 942 003 ArrtouMs w Meld or vo ned bi Company for account of ethers 188 007 409 -eserz;e fo..taxes expenses and of Bab t es 301 130 327 Too Lard t m 2 10 236 877 p I u s as egards po'zy'.',c d�:rs 735 627,397 T a C.:rp us -wd Ltahil t es 5 2 840 864.274 f. Attest f ✓ % ; 1 SerEr,r Vire President ChiefSenor Vane President F nsr c a; Officer and Treauurv, Ge,rerai Co_inse and Secretary of sey } SS `a:; a ries Ahe,,n Senor slice President Ch e f F canc,a Olfi;er aid Treaswer and cK K nnek Nails, Semi ,r V'ce President Genera; Counsel and Secretary being du y sworn. ,PCH INSURANCE CC MRZN` . f7lissour+; and that the fo.regoi-,g .s a true and correct pent cf f'naf-,cial candit on of slid corr[zany as of.December 31: 2013 m. . V sworn to before rri� This lay` dad cf E-ta-ch N"... Pub „ f�"r �CS� Pr! KftCY t f.. t zrrm 3 - n N 2411913 Atic f Pub t.. T" fir_ ,.�,t v L�rr,rr, ss,art cxp;ras { Au ust 03, 2b) Bond No. SU1118268 Document A312 TM - 2010 Payment Bond Conforms with The American Institute of Architects AIA Document 312 CONTRACTOR: SURETY: (Mame,legal status and address) (Name,legal status mid principal place of business) H&L Contracting LLC Arch Insurance Company 38 Horman Avenue 300 Plaza Three This document has important legal Jersey City, NJ 07311 consequences.Consultation with Bay Shore, NY 11706 Mailing Address for Notices an attorney is encouraged with respect to its completion or modification. OWNER: Any singular reference to (Mame,legal status and address) Contractor,Surety,Owner or other party shall be considered Town of Southold plural where applicable. 53095 Main Road Southold, NY 11971 CONSTRUCTION CONTRACT Date: August 15, 2014 Amount:$682,970.00 Six Hundred Eighty Two Thousand Nine Hundred Seventy Dollars and 00/100 Description: (Name and location) Job# 14-13, Bay Avenue Culvert BOND Date: August 15, 2014 (vot earlier than Construction Contract Date) Amount:$682,970.00 Six Hundred Eighty Two Thousand Nine Hundred Seventy Dollars and 00/100 Modifications to this Bond: X❑ None ❑ See Section 18 CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Co H&L Contracting LLC Arch Insurance Company �®� �r- \ f _ 1 Signature Name Name Dennis M. O'Brien Misaaur�% keEti�. >>o.�` and Title: � and Title: Attorney-in-Fact (Any additional signatures appear on the last page of this Payment Bond.) (FOR INFOR,lLITION ONLY—Name,address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: USI Northeast (Architect,Engineer orotherporty) 333 Westchester Avenue, Suite 102 White Plains, NY 10604 (914) 749-8500 S-2149/AS 8/10 §1 The Contractor and Surety,jointly and severally,bind themselves,their heirs,executors,administrators,successors and assigns to the Owner to pay for labor,materials and equipment furnished for use in the performance of the Construction Contract,which is incorporated herein by reference, subject to the following terms. §2 If the Contractor promptly makes payment of all sums due to Claimants,and defends,indemnifies and holds harmless the Owner from claims, demands,liens or suits by any person or entity seeking payment for labor,materials or equipment furnished for use in the performance of the Construction Contract,then the Surety and the Contractor shall have no obligation under this Bond. §3 If there is no Owner Default under the Construction Contract,the Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety(at the address described in Section 13)of claims,demands,liens or suits against the Owner or the Owner's property by any person or entity seeking payment for labor,materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims,demands,liens or suits to the Contractor and the Surety. §4 When the Owner has satisfied the conditions in Section 3,the Surety shall promptly and at the Surety's expense defend,indemnify and hold harmless the Owner against a duly tendered claim,demand,lien or suit. §5 The Surety's obligations to a Claimant under this Bond shall arise after the following: §6.1 Claimants,who do not have a direct contract with the Contractor, .1 have famished a written notice of non-payment to the Contractor,stating with substantial accuracy the amount claimed and the name of the party to whom the materials were,or equipment was,furnished or supplied or for whom the labor was done or performed,within ninety(90)days after having last performed labor or last furnished materials or equipment included in the Claim; and .2 have sent a Claim to the Surety(at the address described in Section 13). §5.2 Claimants,who are employed by or have a direct contract with the Contractor,have sent a Claim to the Surety(at the address described in Section 13). §6 If a notice of non-payment required by Section 5.1.1 is given by the Owner to the Contractor,that is sufficient to satisfy a Claimant's obligation to furnish a written notice of non-payment under Section 5.1.1. §7 When a Claimant has satisfied the conditions of Sections 5.1 or 5.2,whichever is applicable,the Surety shall promptly and at the Surety's expense take the following actions: §7.1 Send an answer to the Claimant,with a copy to the Owner,within sixty(60)days after receipt of the Claim,stating the amounts that are undisputed and the basis for challenging any amounts that are disputed;and §7.2 Pay or arrange for payment of any undisputed amounts. §7.3 The Surety's failure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim,except as to undisputed amounts for which the Surety and Claimant have reached agreement. If,however,the Surety fails to discharge its obligations under Section 7.1 or Section 7.2,the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. §A,The Surety's total obligation shall not exceed the amount of this Bond,plus the amount of reasonable attorney's fees provided under Section 7.3, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. §9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims,if any,under any construction performance bond.By the Contractor furnishing and the Owner accepting this Bond,they agree than all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond,subject to the Owner's priority to use the funds for the completion of the work. S-2149/AS 8/10 §10 The Surety shall not be liable to the Owner,Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond,and shall have under this Bond no obligation to make payments to,or give notice on behalf of,Claimants or otherwise have any obligations to Claimants under this Bond. §19 The Surety hereby waives notice of any change,including changes of time,to the Construction Contract or to related subcontracts,purchase orders and other obligations. §12 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract-is located or after the expiration of one year from the date(1)on which the Claimant sent a Claim to the Surety pursuant to Section 5.1.2 or 5.2,or(2)on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract,whichever of(1)or(2)first occurs.If the provisions of this Paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. §13 Notice and Claims to the Surety,the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears.Actual receipt of notice or Claims,however accomplished,shall be sufficient compliance as of the date received. §14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. §15 Upon request by any person or entity appearing to be a potential beneficiary of.this Bond,the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. §16 Definitions §16.1 Claim.A written statement by the Claimant including at a minimum: .1 the name of the Claimant; .2 the name of the person for whom the labor was done,or materials or equipment furnished; .3 a copy of the agreement or purchase order pursuant to which labor,materials or equipment was furnished for use in the performance of the Construction Contract; .4 a brief description of the labor,materials or equipment furnished; .5 the date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; .6 the total amount earned by the Claimant for labor,materials or equipment famished as of the date of the Claim; .7 the total amount of previous payments received by the Claimant;and .8 the total amount due and unpaid to the Claimant for labor,materials or equipment furnished as of the date of the Claim. §16.2 Claimant.An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Construction Contract.The term Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located.The intent of this Bond shall be to include without limitation in the terms`labor,materials or equipment"that part of water,gas,power,light,heat,oil,gasoline, telephone service or rental equipment used in the Construction Contract,architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors,and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor,materials or equipment were furnished. §16.3 Construction Contract.The agreement between the Owner and Contractor identified on the cover page,including all Contract Documents and all changes made to the agreement and the Contract Documents. S-21 49/AS 8110 §16.4 Owner Default.Failure of the Owner,which has not been remedied or waived,to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. §16.5 Contract Documents.All the documents that comprise the agreement between the Owner and Contractor. §17 If this Bond is issued for an agreement between a Contractor and subcontractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. § 18 Modifications to this bond are as follows: (Space is provided belov for additional signatures of added parties,other than those appearing on the cove)-page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Co poste Seal) Company: (Corpo ate Seal) Signature: Signature: Name and Title: Name and Title: Address Address S-2149/AS 8/10 Individual Acknowledgment State of County of On this day of 20 , before me personally came to me known, and known to me to be the individual in and who executed the foregoing instrument, and acknowledged to me that he/she executed the same. My commission expires Notary Public ---------------------------------------------------------------------------------------------------------------------------------------- Cor �pa�eation Acknowledgment State of kevo \(O .- County of � ��� On the day of ��• a�� �Lb�'� before me personally came c�� �• i me k wn; who being by me duly sworn, did depose and say that he/she/they re ides) in A Mor�L e that he/she/they is (are) the c C v-Apey'- of the \A-( A- the corporation descri in nd which executed the above instrument; thatlie/she/they know(s) the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of the board of directors of said corporation, and that he/she/they signed his/her/their name(s) thereto by like authority. DEBORAH RYDER Notary Public,Sh t9 of NewYork 1 u0ff My commission expires No'01RY6 �'tO Courcy C_Ommissiorr Maroif 19,2 otary Public ------------------------------1- -------------------------------------------------------------------------------------------------------- Surety Acknowledgment State of New York County of Westchester On the 15th day of August, 2014 personally came Dennis M. O'Brien to me known , who being by me duly sworn did depose and say that he/she is an Attorney-in-Fact of Arch Insurance Company in and which executed the above Instrument know(s) the corporate seal of said corporation; that the seal affixed to the within instrument is such corporate seal, and that he/she/they signed the said instrument and affixed the said seal as Attorney-in-fact by authority of the Board of Directors of said corporation and by authority of this office under the standing resolution thereof. My commission expires Not 'ry!Ou is SURPATH 2014 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Mortgage, Note, Loan, Letter of Credit, Sank Deposit, Currency Rate, Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey(hereinafter referred to as the"Company")does hereby appoint: Dennis M. O'Brien its true and lawful Attomey(s)in-Fact,to make,execute,seal, and deliver from the date of issuance of this power for and on its behalf as surety,and as its act and deed: Any and all bonds, undertakings,recognizances and other surety obligations. Surety Bond Number: SU1118268 Principal: H&L Contracting LLC Obligee: Town of Southold This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City, New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15,2011: VOTED,That the signature of the Chairman of the Board,the President, or the Executive Vice President,or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. OOMLOO13 00 03 03 Page 1 of 2 Printed in U.S.A. SURPATH2O14 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers,this 15th day of August 2014 Attested and Certified Arch Insurance Company of all �* 0 fi X971 wRM711TE hh s �S. `A. +Yt ,,,�.�..----•. Patrick K.Nails, Secretary Mi3tdun David M. Finkelstein,Executive Vice President STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS I, Helen Szafran, a Notary Public, do hereby certify that Patrick K. Nails and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri,subscribed to the foregoing instrument,appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. arrMormexL?H CIS NNNSY[VANIA ttaiAR1AL all NHELENSPAFt�AN,NlJatatY MEc Ci1yorPb1'Mephia,FW. fd Cws*a Cos0*bar oi7 Helen Szafran,Notary Public My commission expires 10/03/2017 CERTIFICATION I Patrick K.Nails Secretary of the Arch Insurance Company,do hereby certify that the attached Power of Attorney dated August 15, 201 on behalf of tho person(s)as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and Is in full force and effect on the date of this certificate;and I do further certify that the said David M. Finkelstein,who executed the Power of Attorney as Executive Vice President,was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this 15th day of August ,2014 Patrick K.Nails,Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES R ELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance—Surety Division 3 Parkway,Suite 1500 yt► �CC t+o Philadelphia,PA 19102 rl` u WUS76A7E '�� `1171 1471 Missaua OOML0013 00 03 03 Page 2 of 2 Printed in U.S.A. ARCH .NSURANCE COMPANY STATEMENT OF FINANCIAL CONDITON December 31 2013 Assets C,ash n Barvs 113241 149 Bonds owNec V734368149 SWCks 433238005 Prt,,.rnun-,5 ;n course of co!,ection 251 285.768 Accrued riterest and other assets 3I2;730 603 notal Assets S 2,840 664174 Reserve for asses and adjus!rne-!t expenses S 1 200 735312 Q:serve Or unea,med preniums 307.521 736 re ns,,jrance premurns payaoe 105942 093 AnnuMs w0held or 'ea ned by, company for account of others 188 907409 Reserve fo-taxes expens .-a,, ab es ar,d oli- [ ��.t as 301 130 327 lola Lab t w 2 104 235 877 S,qhs as egwdspWcpoWs 735627,397 QM Sam us and Uablt es y 5 2 840 864 274 —71 MAJAce President Cluef 6emor Vice Pres,dent F nancial Wer and heasax Ge,'e-a! Coi,inse and Secretary T_ of New issey ) Ss Go ynj of Hudsa) ) Tn-oas 'a"res Ahe,n Senhr Vice Prestent MY F vano a Officer a- d Treasurer and cK, Kenner', Nails, Seni7dr V'%e President Genera' Counsel @,nd SeveNry Mg du y swun ",,PCH IN a! COMR-1,NY, Mlissourc and teat the foregoing :s a true and correct WomeM of fhaqdal condit on of said co,,ro@-iy as of t0ece tber 31 2013 oei a a swan to befom rnx M hTt da/ of Ma-ch 20145� Pub w L A U It S NM KELLY 1 4 2 4 1 1 C.13 i Pub fg Si-3!q f N Lomril 5,1,on Exp,ras AU sat 03, 20)6 DATUM : SPECIAL NOTE THE DATUM USED ON THIS PROJECT IS THE NORTH AMERICAN VERTICAL DATUM OF 1988 (NAVD88)1 AS DETERMINED BY THE NATIONAL GEODETIC SURVEY. THE CONTRACTOR'S ATTENTION IS DIRECTED TO UTILITIES IN THE AREA. THEIR LOCATION AS SHOWN ON THE PLANS IS NOT GUARANTEED. GENERAL NOTES: THE CONTRACTOR SHALL SATISFY HIMSELF AS TO THE EXACT LOCATION OF ALL UTILITIES AND WILL TAKE EVERY PRECAUTION NOT TO DISTURB TECHNICAL CONSTRUCTION SPECIFICATIONS FOR THIS PROJECT SHALL CONSIST OF A COMBINATION OF SUFFOLK COUNTY "PUBLIC WORKS SPECIFICATIONS" AND NYSDOT "STANDARD SPECIFICATIONS CONSTRUCTION AND y t M= .. MATERIALS" ITEMS. o a, } THE CONTRACTORS ATTENTION IS DRAWN TO THE FACT THAT AS OF THIS DATE m JULY 17, 2Q14 - %, THE CONTRACTOR'S ATTENTION IS DIRECTED TO THE VEHICLE AND TRAFFIC LAW OF THE STATE OF NEW YORK IN PERMITS HAVE NOT YET BEEN RECEIVED FROM FOLLOWING LISTED PERMITTING AGENCIES: REGARD TO THE SIZE AND WEIGHT OF VEHICLES THE CONTRACTOR IS HERBY NOTIFIED THAT NO VEHICLE IN EXCESS = . e �� OF THE LIMITS SET BY THE VEHICLE AND TRAFFIC LAW WILL BE ALLOWED ON ANY PUBLIC ROAD. N.Y.S. DEPARTMENT OF ENVIRONMENTAL CONSERVATION (DEC) FRESH WATER WETLANDS PERMIT Wt ( ) East NGkrkm - ALL AREAS DISTURBED BY THE CONSTRUCTION SHALL BE GRADED AND RESTORED AS DIRECTED BY THE ENGINEER. 5 V %$ , TOWN OF SOUTHOLD TRUSTEES PERMIT THE REQUIRED MAINTENANCE AND PROTECTION OF TRAFFIC FOR THIS PROJECT SHALL BE IN ACCORDANCE WITH THE THE CONTRACTOR SHALL COMPLY WITH ALL GENERAL CONDITIONS AND SPECIAL CONDITIONS OF FEDERAL MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) WITH NEW YORK STATE SUPPLEMENT. THOSE RESPECTIVE PERMITS WHEN OBTAINED. THE CONTRACTOR SHALL PER FORM ALL WORK WITH CARE SO THAT ANY MATERIALS WHICH ARE TO REMAIN IN PLACE, ,.N �" � :_' '¢', THE CONTRACTOR SHALL APPLY FOR A DEC WELLPOINT DEWATERING PERMIT, AS MAY BE ARE T REMAIN THE PROPERTY OF THE TOWN WILL NOT BE DAMAGED. IF THE CONTRACTOR DAMAGES � �` REQUIRED BY HIS MODE OF OPERATIONS, AND COMPLY WITH ALL GENERAL CONDITIONS AND OR WHICHO , � ANY MATERIALS WHICH ARE TO REMAIN IN PLACE, OR WHICH ARE TO REMAIN THE PROPERTY OF THE TOWN, THEr F, SPECIAL CONDITIONS OF THIS PERMIT WHEN OBTAINED. DAMAGED MATERIALS SHALL BE REPLACED OR REPAIRED IN A MANNER SATISFACTORY TO THE ENGINEER AT THE fm EXPENSE OF THE CONTRACTOR. 'u ; WATCHMAN SERVICE — THE CONTRACTOR SHALL NOT BE REQUIRED TO PROVIDE A WATCHMAN FOR THIS PROJECT. P HOWEVER, THIS DOES NOT RELIEVE THE CONTRACTOR OF THE RESPONSIBILITY OF INSURING THAT THE PROJECT f„ ; -` INDEX O F DRAWINGS AREA IS IN A SAFE CONDITION AT ALL TIMES DURING THE COURSE OF THIS CONTRACT. 1 TITLE SHEET WHENEVER ITEMS IN THE CONTRACT REQUIRE MATERIAL TO BE REMOVED AND DISPOSED OF, THE COST OF 2 STRUCTURAL NOTES SUPPLYING A DISPOSAL AREA AND TRANSPORTATION TO THAT AREA SHALL BE INCLUDED IN THE UNIT PRICE BID FOR 3 GENERAL PLAN / WAY PROFILE & TYPICAL SECTIONS _x THOSE ITEMS. 4 ROAD O � 5 DEMOLITION OF EXISTING STRUCTURE THE CONTRACTOR SHALL COORDINATE HIS WORK SCHEDULE OF OPERATION WITH THE VARIOUS UTILITY OWNERS. ' BEFORE BEGINNING ANY WORK, THE CONTRACTOR SHALL CONSULT WITH THE UTILITY COMPANIES CONCERNING ANY f t ,� '} mw 6 PLAN & EAST ELEVATION a OF THEIR FACILITIES WHICH ARE WITHIN THE CONSTRUCTION AREA AND SHALL ADVISE THEM WHICH OF THEIR . 7 TYPICAL SECTIONS SHEET 1 OF 2 FACILITIES MUST BE RELOCATED. THE CONTRACTOR SHALL ALLOW THEM AMPLE TIME TO PERFORM THE WORK OF ``t ' .y '� �m��=�, a.s , �:� z 8 TYPICAL SECTIONS SHEET 2 OF 2 RELOCATION. LOCATION MAP 9 BOX CULVERT DETAILS SHEET 1 OF 2 ANY TRENCH, PIT OR EXCAVATION THAT IS OPEN AND UNATTENDED SHALL BE PROTECTED AS DIRECTED BY THE 10 BOX CULVERT DETAILS SHEET 2 OF 2 ENGINEER WITH FENCE, BARRICADES OR OTHER APPROVED METHOD. NO DIRECT PAYMENT WILL BE MADE FOR THIS 11 WINGWALL DETAILS WORK. 12 BRIDGE RAILING DETAILS — 1 13 BRIDGE RAILING DETAILS — 2 TYPES AND KIND OF MATERIAL TO BE USED IN CONCRETE ITEMS: 14 BRIDGE RAILING DETAILS — 3 PORTLAND CEMENT: TYPE II, WITH AN APPROVED AIR—ENTRAINING AGENT SHALL BE USED FOR ALL CONCRETE 15 BOX BEAM GUIDE RAIL DETAILS ITEMS. CEMENT SHALL BE NEW YORK STATE APPROVED. 16 BOX BEAM GUIDE RAIL END TERMINAL DETAILS FINE AGGREGATE: TYPE A OR B SHALL BE USED IN ALL CONCRETE ITEMS. 17 SURVEY CONTROL PLAN TOWN OF S 18 SOIL BORING LOGS COARSE AGGREGATE: CRUSHED STONE OR CRUSHED GRAVEL TYPE A OR B SHALL BE USED IN ALL CONCRETE ITEMS. DEPARTMENT OF E ADMIXTURES: AN APPROVED RETARDING ADMIXTURE AND DENSIFIER SHALL BE USED IN ALL CONCRETE ITEMS. CORROSION INHIBITOR: ALL CONCRETE SHALL CONTAIN FOUR (4) GALLONS OF CORROSION INHIBITOR PER CUBIC YARD AT A CONCENTRATION OF CALCIUM NITRITE OF THIRTY (30) PERCENT PLUS OR MINUS TWO (2) PERCENT BY PLANS FOR RECONSTRUCTION OF WEIGHT. CORROSION INHIBITOR SHALL BE ONE OF THE FOLLOWING PRODUCTS: "EUCON CIA" AS MANUFACTURED BY EUCLID CHEMICAL CORP. BAY AVENUE CULVERT "DCI—S" AS MANUFACTURED BY W.R. GRACE & COMPANY "RHEOCRETE CNI" AS MANUFACTURED BY MASTERBUILDER TECHNOLOGIES EAST MARIONTOWN OF SOUTHOLDPREPARED FOR:SOUTHOLD TOWN BOARD SHOP DRAWINGS SHALL BE SUBMITTED TO THE ENGINEER AND APPROVED PRIOR TO THE CONSTRUCTION OF CONCRETE FORMS FOR EITHER CAST—IN—PLACE OR PRECAST ITEMS. SUFFOLK COUNTY, NEWYORK NO TREES, OTHER THAN THOSE DESIGNATED ON THE PLANS, SHALL BE REMOVED UNLESS ORDERED BY THE PREPARED BY: DUNN ENGINEERING ASSOCIATES, P.C. ENGINEER. 66 MAIN STREET EXCAVATION OF UNSUITABLE MATERIAL WILL BE PAID FOR UNDER THE ITEM FOR UNCLASSIFIED EXCAVATION. WESTHAMPTON BEACH, N.Y. GRADE AS SHOWN ON THE PLANS OR AS DIRECTED BY THE ENGINEER, USE MATERIAL AVAILABLE ON SITE. DURING THE COURSE OF CONSTRUCTION IN OR ADJACENT TO THE WATERWAY, THE CONTRACTOR SHALL CONDUCT HIS OPERATIONS IN SUCH A MANNER THAT SEDIMENT OR OTHER FOREIGN MATERIAL WILL BE PREVENTED FROM ENTERING SUCH WATERWAY. HE SHALL NOT RETURN ANY WATER WHICH WILL CAUSE THE WATERWAY TO BECOME POLLUTED WITH SAND, SILT, CEMENT, OIL OR OTHER IMPURITIES. THESE CONTRACT DRAWINGS HAVE BEEN PREPARED BASED UPON THE USE OF PRECAST CONCRETE BOX CULVERT UNITS. IN ACCORDANCE WITH NYSDOT SPECIFICATION ITEM 603.63160615 THE CONTRACTOR SHALL BE REQUIRED TO SUBMIT DRAWINGS AND CALCULATIONS PREPARED BY A PROFESSIONAL ENGINEER LICENSED IN THE STATE OF NEW YORK FOR THESE BOX CULVERT UNITS TO THE TOWN ENGINEER FOR REVIEW AND APPROVAL. JULY 2014 DUNN ENGINEERING ASSOCIATES, P.C. Consulting Engineers 66 Main Street Westhampton Beach, NY 11978 (631)288-2480 GENERAL STRUCTURAL NOTES: DESIGN CRITERIA FOR PRECAST REINFORCED CONCRETE BOX CULVERT HELICAL SCREW ANCHOR INSTALLATION NOTES: 1. IT IS A VIOLATION OF NEW YORK STATE LAW FOR ANY PERSON, UNLESS THEY ARE ACTING UNDER THE 1 . THE CONTRACTOR'S ENGINEER LICENSED IN NEW YORK STATE SHALL PERFORM THE DETAILED DESIGN OF THE 1. ANCHORS SHALL BE INSTALLED BY AN INSTALLING CONTRACTOR AUTHORIZED BY THE MANUFACTURE DIRECTION OF A LICENSED PROFESSIONAL ENGINEER, ARCHITECT, LANDSCAPE ARCHITECT OR LAND REINFORCEMENT OF BOX CULVERT UNITS AND SUBMIT THE CALCULATIONS AND SHOP DRAWINGS TO THE ENGINEER FOR WHO HAS SATISFIED THE CERTIFICATION REQUIREMENTS RELATING TO THE TECHNICAL ASPECTS SURVEYOR TO ALTER AN ITEM IN ANY WAY. IF AN ITEM BEARING THE STAMP OF A LICENSED PROFESSIONAL IS REVIEW AND APPROVAL. DESIGN AND ANALYSIS METHOD SHALL BE IN ACCORDANCE WITH NYSDOT LRFD BRIDGE OF THE PRODUCT AND THE ASCRIBED INSTALLATION TECHNIQUES. PROOF OF CURRENT ALTERED, THE ALTERING ENGINEER, ARCHITECT, LANDSCAPE ARCHITECT OR LAND SURVEYOR SHALL STAMP SPECIFICATIONS. CERTIFICATION BY THE MANUFACTURER MUST BE PROVIDED. THE CONTRACTOR SHALL PROVIDE THE DOCUMENT AND INCLUDE THE NOTATION "ALTERED BY" FOLLOWED BY THEIR SIGNATURE, THE DATE OF THE NAMES OF THE ON-SITE WORKERS INCLUDING FOREMAN, MACHINE OPERATOR AND PROJECT SUCH ALTERATION, AND A SPECIFIC DESCRIPTION OF THE ALTERATION. 2. DEAD LOAD SHALL INCLUDE 25 POUNDS PER SQUARE FOOT FOR FUTURE APPLICATION OF A FUTURE 2 INCH THICK ENGINEER INVOLVED IN THE WORK. WEARING SURFACE. 2. DESIGN SPECIFICATIONS: NEW YORK STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS 2. ALL WORK AS DESCRIBED HEREIN SHALL BE PERFORMED IN ACCORDANCE WITH ALL APPLICABLE FOR HIGHWAY BRIDGES WITH ALL PROVISIONS IN EFFECT AS OF JANUARY 2014. 3. THE MINIMUM CONCRETE USAGE FOR PRECAST CONCRETE ELEMENTS SHALL HAVE A MINIMUM DESIGN 28 DAY SAFETY CODES IN EFFECT AT THE TIME OF INSTALLATION. COMPRESSIVE STRENGTH OF F'C = 51000 PSI. 3. ALL CALCULATIONS AND SHOP DRAWINGS SUBMITTED FOR THIS PROJECT SHALL BE IN US CUSTOMARY UNITS. 3. THE HELICAL LEAD SECTIONS AND EXTENSION SECTIONS SHALL BE SOLID STEEL CONFIGURED WITH 4. THE MINIMUM CONCRETE COVER OVER THE CIRCUMFERENTIAL REINFORCEMENT SHALL BE 1 INCH EXCEPT ON THE FOUR HELICAL BEARING PLATES WELDED TO THE SHAFT. 4. LIVE LOAD LRFD HL 93 EXTERIOR SIDE OF THE TOP SLAB WHERE IT SHALL BE 2 INCHES. ALL FACES OF THE CULVERT NOT REQUIRING DESIGN 4. ALL ANCHORS SHALL BE CORROSION PROTECTED BY HOT DIP GALVANIZATION IN ACCORDANCE WITH GREATER OF: OR DISTRIBUTION REINFORCEMENT SHALL BE REINFORCED WITH A MINIMUM OF THE EQUIVALENT OF #5 BARS AT 12 ASTM A153. TRUCK ALXE LOAD 32 KIPS INCHES ON CENTER EACH WAY. , OR 5. INSTALLATION UNITS SHALL CONSIST OF A ROTARY TYPE TORQUE MOTOR WITH FORWARD AND ' TANDEM AXLE LOAD 2 @ 25 KIPS EACH 5. THE SIDE WALL THICKNESS FOR PRECAST CULVERTS SHALL BE A MINIMUM OF 12 INCHES. THE TOP AND BOTTOM SLAB REVERSE CAPABILITIES. THESE UNITS ARE TYPICALLY POWERED. PLUS LANE LOAD 640 LBS/LF THICKNESS SHALL BE A MINIMUM OF 12 INCHES. 5. THE CONTRACTOR SHALL OBSERVE THE POSTED 3 TON VEHICULAR LIVE LOAD LIMIT ON THE EXISTING BRIDGE 6. A FLEXIBLE WATERTIGHT RUBBER GASKET SHALL BE PROVIDED AT THE JOINT BETWEEN THE PRECAST UNITS. THE GASKET 6. INSTALLATION UNITS SHALL BE CAPABLE OF DEVELOPING THE MINIMUM TORQUE AS REQUIRED. DURING HIS CONSTRUCTION OPERATIONS DUE TO THE ADVANCED DETERIORATION OF ITS SUPPORTING SHALL BE CONTINUOUS AROUND THE CIRCUMFERENCE OF THE JOINTS. 7. INSTALLATION UNITS SHALL BE CAPABLE OF POSITIONING THE HELICAL PIER AT THE PROPER SUBSTRUCTURE. INSTALLATION ANGLE. 7. A COARSE AGGREGATE LAYER SHALL BE PROVIDED UNDER THE PRECAST REINFORCED CONCRETE BOX CULVERT 6. DEAD LOAD AND EARTH PRESSURES: SECTIONS. THE DEPTH OF THE COARSE AGGREGATE LAYER SHALL BEA MINIMUM OF 3 FEET. IT SHALL EXTEND 3 FEET ON 8. INSTALLATION TORQUE SHALL BE MONITORED THROUGHOUT THE INSTALLATION PROCESS. THE ASPHALT 140 PCF EACH SIDE OF PRECAST REINFORCED CONCRETE BOX CULVERT SECTION. INSTALLATION SHALL BE OBSERVED BY THE ENGINEER UNLESS THE CONTRACTOR IS ADVISED SOIL 120 PCF OTHERWISE, AND THE ENGINEER SHALL HAVE THE RIGHT OF ACCESS TO ANY AND ALL INSTALLATION CONCRETE 150 PCF 8. RETROFIT WATERSTOPS SHALL BE PROVIDED TO PREVENT WATER FROM ENTERING VERTICAL JOINTS BETWEEN THE END RECORDS AND TEST REPORTS. WITHIN TWENTY FOUR HOURS OF INSTALLATION, THE CONTRACTOR LATERAL EARTH PRESSURE 60 PCF MAX ., 30 PCF MIN. OF PRECAST CULVERT SECTIONS AND THE CAST-IN-PLACE CLOSURE POUR AT JUNCTION WITH THE SHEET PILE SHALL PROVIDE COMPLETE INSTALLATION RECORDS FOR THE ANCHORS. WINGWALLS. WATERSTOPS SHALL BE GREENSTREAK 667 OR APPROVED EQUAL. 7. THE CONTRACTOR'S ATTENTION IS DIRECTED TO THE FACT THAT DUE TO THE NATURE OF RECONSTRUCTION 9. HELICAL PILES SHALL BE INSTALLED TO THE MINIMUM TORQUE VALUE REQUIRED TO PROVIDE AN PROJECTS THE EXACT EXTENT OF THE RECONSTRUCTION WORK CANNOT ALWAYS BE ACCURATELY 9. THE TOP MAT OF REINFORCEMENT IN THE TOP SLAB SHALL BE CORROSION PROTECTED BY MEANS OF EPDXY COATING ALLOWABLE AXIAL WORKING DESIGN LOAD CAPACITY OF 9 TONS IN TENSION, 3,600 FT-LBS. DETERMINED PRIOR TO THE WORK. THESE CONTRACT DRAWINGS HAVE BEEN PREPARED BASED ON LIMITED OR ALTERNATELY COROSION INHIBITOR MAY BE FURNISHED IN THE CONCRETE MIX. FIELD INSPECTION. ACTUAL FIELD CONDITIONS MAY REQUIRE MODIFICATIONS TO CONSTRUCTION DETAILS 10. APPROPRIATE HELICAL PIER SELECTION WILL CONSIDER DESIGN LOAD PLUS SAFETY FACTOR, SOIL AND WORK QUANTITIES. THE CONTRACTOR SHALL PERFORM THE WORK IN ACCORDANCE WITH FIELD 10. LIFTING DEVICES OR HOLES WILL BE PERMITTED IN EACH BOX SECTION FOR THE PURPOSE OF HANDLING AND ERECTION. PARAMETERS AND THE INSTALLATION TORQUE VS. CAPACITY EQUATION AS PER THE CONDITIONS AND AS DIRECTED BY THE ENGINEER. ALL LIFTING HOLES SHALL BE FILLED WITH NONSHRINK GROUT, AFTER THE GROUT HAS CURED, THE AREA SHALL BE COATED MANUFACTURERS RECOMMENDATIONS. WITH AN EPDXY WATERPROOFING SEAL COAT. 8. THIS CULVERT, SHALL BE MAINTAINED IN ACCORDANCE WITH THE GUIDELINES CONTAINED IN THE CURRENT 11. THE CONTRACTOR SHALL PERFORM PROOF LOAD TESTING INCREMENTALLING ON THE INSTALLED EDITION OF THE AASHTO MAINTENANCE MANUAL: THE MAINTENANCE AND MANAGEMENT OF ROADWAYS AND 11. PLACEMENT OF PRECAST UNITS: ANCHORS TO 1.25 TIMES THE DESIGN LOAD IN ACCORDANCE WITH THE MANUFACTURER'S BRIDGES. RECOMMENDED TEST PROCEDURE BEFORE BEING BACKED OFF TO A LOCK-OFF' LOAD OF 0.8 TIMES THE PRECAST UNITS SHALL BE PULLED AGAINST THE PRIOR INSTALLED SECTION SUCH THAT AN ADEQUATE SEAL THE DESIGN LOAD. 9. THERE ARE NO RECORDS OF THE WATER ELEVATION OF THE LAKE. THE CONTRACTOR IS ADVISED TO MAKE IS OBTAINED BETWEEN THE TWO CONNECTING UNITS AND THE RUBBER GASKET. HIS OWN DETERMINATION OF WATER SURFACE ELEVATION FOR THE PURPOSES OF HIS WORK. HE IS ADVISED 12. MATERIALS: THAT THERE EXISTS AN OUTFALL PIPE WITH A TIDE GATE LOCATED TO THE SOUTHEAST OF THE CULVERT TO PROVIDE CONTINUITY AND CONCRETE SHEAR TRANSFER BETWEEN THE PRECAST BOX SECTIONS, LONGITUDINAL SHAFT MATERIAL-HOT ROLLED ROUND-CORNERED SQUARE (RCS) SOLID STEEL BARS ASTM A29 POST-TENSIONED PRESTRESSING TIE STRANDS SHALL BE PLACED IN POSITION THROUGH 1 1/2 INCH DIAMETER HOLES. MINIMUM YIELD STRENGTH=70 KSI (SS5), 90 KSI (SS125). 10. THE CONTRACTOR SHALL PERFORM THE WORK AS REQUIRED DUE TO ANY DIFFERENCE BETWEEN ACTUAL HELIX MATERIAL-HOT ROLLED LOW CARBON STEEL SHEET, STRIP, OR PLATE PER ASTM A572, OR FIELD CONDITIONS AND THOSE SHOWN BY THE DETAILS AND DIMENSIONS ON THE CONTRACT PLANS AS FOUR (4) SUCH LONGITUDINAL TIES ONE IN EACH CORNER OF THE PRECAST SECTION SHALL BE PROVIDED. A1018, OR A656. STIPULATED UNDER THE PROVISIONS IN THE PROJECT MANUAL. THE CONTRACTOR WILL BE PAID AT THE UNIT BOLTS - 3/4" DIA. ASTM A325. PRICE BID FOR THE ACTUAL QUANTITIES OF MATERIALS USED OR FOR WORK PERFORMED AS INDICATED BY LONGITUDINAL POST-TENSIONING THAT IS USED TO TIE THE PRECAST UNITS TOGETHER SHALL BE 1/2 INCH DIAMETER 7 WIRE THREADBAR - ASTM A615 (DYWIDAG OR WILLIAMS ALL THREAD REBAR) THE VARIOUS ITEMS IN THE CONTRACT, AS APPROVED BY THE ENGINEER. GRADE 270 KSI STRANDS CONFORMING TO AASHTO M 203 (ASTM A 416) OR EQUIVALENT AND SHALL BE EPDXY COATED IN BEARING PLATES - ASTM A36 OR ASTM A709. 11. THE CONTRACTOR SHOULD NOTE THAT ADDITIONAL WORK MAY BE REQUIRED AS THE CONTRACT ACCORDANCE WITH ASTM A882. 13. MANUFACTURER TO HAVE IN EFFECT INDUSTRY RECOGNIZED WRITTEN QUALITY CONTROL FOR ALL PROGRESSES WHICH IS NOT SHOWN OR NOTED ON THE PLANS. THIS WORK SHALL BE PERFORMED BY THE NO SPLICES ARE PERMITTED IN THE STRANDS . MATERIALS AND MANUFACTURING PROCESSES. CONTRACTOR AS ORDERED BY THE ENGINEER AND PAYMENT SHALL BE MADE IN ACCORDANCE WITH THE 14. ALL WELDING TO BE DONE BY WELDERS CERTIFIED UNDER SECTION 5 OF THE AWS CODE D1.1. TERMS AND REQUIREMENTS OF THE PROJECT MANUAL. THE ANCHORAGES AND END FITTINGS FOR THE 1/2 INCH 7 WIRE STRAND AND THE CORROSION PROTECTION METHOD 12. NO PAYMENT SHALL BE MADE FOR WORK CALLED FOR BY NOTES ON THE PLANS, IN THE SPECIFICATION, OR SHALL BE AS DETAILED BELOW. 15. HELICAL PILES SHALL BE INSTALLED IN ACCORDANCE WITH MANUFACTURER'S RECOMMENDATIONS. UNDER THE HEADING "GENERAL STRUCTURAL NOTES" UNLESS PAYMENT IS SPECIFICALLY INDICATED BY ITEM EACH LONGITUDINAL TIE SHALL BE STRESSED TO A TENSION OF 30 KIPS IN ONE STROKE OPERATION AFTER INITIAL SETTING CAST IN PLACE CONCRETE NOTES: NUMBER. THE COST OF WORK FOR WHICH NO PAYMENT IS INDICATED SHALL BE INCLUDED IN THE UNIT PRICES TO REMOVE SLACK IN TENDONS, AND CUTTING OF STRANDS SHALL BE BY ABRASIVE SAW. BID FOR THE VARIOUS ITEMS IN THE CONTRACT. AFTER TENSIONING, THE EXPOSED ENDS OF THE TIES SHALL BE REMOVED SO THAT NO PART OF THE TIES, OR OF THE 1. CONCRETE FOR HEADWALLS AND CLOSURE POUR SHALL HAVE A MINIMUM 28-DAY COMPRESSIVE 13. DUE TO THE SEASONAL WORK TIME RESTRICTION ON THIS PROJECT THE CONTRACTOR IS REQUIRED TO END FITTINGS, EXTEND BEYOND A POINT 1 INCH INSIDE THE ANCHORAGE POCKET. STRENGTH OF 3,000 PSI. SUBMIT TO THE ENGINEER FOR APPROVAL HIS PROPOSED CONSTRUCTION SCHEDULE NECESSARY TO COMPLETE THE WORK IN EACH STAGE OF CONSTRUCTION PRIOR TO WORK COMMENCEMENT. ALL HARDWARE ASSOCIATED WITH THE END ANCHORAGE SYSTEMS SHALL BE CORROSION PROTECTED. 2. SHOP DRAWINGS FOR BAR REINFORCEMENT SHALL BE SUBMITTED TO THE ENGINEER FOR APPROVAL. 14. THE CONTRACTOR SHALL SUBMIT HIS MEANS AND METHODS FOR EQUIPMENT ACCESS AND FOR LIFTING AFTER TENSIONING HAS BEEN COMPLETED THE EXPOSED PARTS OF THE END FITTINGS SHALL BE THOROUGHLY DRIED 3. EXPOSED SURFACES OF CAST-IN-PLACE CONCRETE HEADWALLS AND CURBS SHALL RECEIVE 2 COATS REQUIRED FOR DEMOLITION, EXCAVATION AND FILLING, AND THE INSTALLATION OF BOX CULVERT UNITS AND AND COATED WITH EPDXY BONDING COMPOUND CONFORMING TO AASHTO SPECIFICATION M325, CLASS III IN ACCORDANCE OF PENETRATING TYPE PROTECITVE SEALERS MEETING THE REQUIREMENTS OF NYSDOT SHEET PILING TO THE ENGINEER FOR REVIEW AND APPROVAL. WITH MANUFACTURE'S INSTRUCTIONS. IMMEDIATELY AFTER THE APPLICATION OF BONDING COMPOUND, TIGHT FITTING SPECIFICATION SECTION 717-03 FROM THE APPROVED MATERIALS LIST AND APPLIED IN ACCORDANCE FORMS SHALL BE INSTALLED AND THE RECESSES FILL WITH NON-SHRINK CEMENT BASED GROUT FROM NYSDOT WITH THE MANUFACTURER'S WRITTEN INSTRUCTIONS. THE COST IS TO BE INCLUDED IN THE VARIOUS 15. SINCE THERE IS LIMITED AREA AVAILABLE FOR THE CONTRACTOR'S USE FOR WORK TRAILERS, STORAGE AND SPECIFICATION SECTION 701-05 OR 701-06. BID ITEMS EQUIPMENT AT THE SITE, THE CONTRACTOR SHALL OBTAIN AN OFF-SITE LOT THE COST OF WHICH SHALL BE INCLUDED IN THE PRICE BID FOR THE VARIOUS ITEMS OF THE CONTRACT. 12. PRECAST REINFORCED CONCRETE CULVERT UNITS SHALL BE MANUFACTURED IN STEEL FORMS AND STEAM CURED. DiJNN STEEL SHEET PILING NOTES: 13. PRECAST REINFORCED CONCRETE CULVERT UNITS SHALL NOT BE SHIPPED UNTIL 72 HOURS AFTER FABRICATION AND ENGINEERING THE 28-DAY COMPRESSIVE STRENGTH REQUIREMENT IS MET. ASSOCIATES, P.C. 14. PRECAST REINFORCED CONCRETE CULVERT UNITS SHALL BE GIVEN ONE COAT OF AN EPDXY WATERPROOFING SEAL Consulting Engineers 1 . ALL STRUCTURAL STEEL SHAPES, RODS AND PLATES SHALL CONFORM TO ASTM A709, GRADE 36 UNLESS 66 Main Street COAT ON THE EXTERIOR OF THE ROOF SLAB. THIS COATING SHALL BE PROVIDED AT THE PRECASTING PLANT. IN ADDITION, Westhampton Beach, NY 11978 NOTED OTHERWISE ON THE PLANS AND SHALL BE COAL TAR EPDXY COATED. THE COST OF ALL ANY TOP SLAB HAND HOLE POCKETS OR LIFTING HOLES, WHICH ARE GROUTED IN THE FIELD, SHALL RECEIVE ONE COAT OF Westhampton STRUCTURAL STEEL SHAPES, RODS, HELICAL ANCHORS, AND PLATES REQUIRED FOR INSTALLATION OF EPDXY WATERPROOFING SEAL COAT AFTER THE GROUT HAS PROPERLY CURED. WINGWALLS SHALL BE INCLUDED IN THE PRICE BID FOR THE PERMANENT SHEET PILING ITEM. 15. MATERIALS USED FOR PRECAST CONCRETE BOX CULVERTS SHALL CONFORM TO THE SECTION 704-03 AND 706-17 OF BAY AVENUE 2. FABRICATION AND INSTALLATION OF STRUCTURAL STEEL SHALL BE IN CONFORMANCE WITH THE LATEST THE NYSDOT STANDARD SPECIFICATIONS FOR MATERIALS AND CONSTRUCTION AND SPECIAL SPECIFICATION SECTION CULVERT RECONSTRUCTION EDITION OF THE NEW YORK STATE DEPARTMENT OF TRANSPORTATION (NYSDOT) STEEL CONSTRUCTION 603.63160616, AND AS OTHERWISE NOTED HEREIN. MANUAL (SCM). TOWN OF SOUTHOLD 17. REINFORCEMENT STEEL SHALL CONFORM TO AASHTO M31, GRADE 60. WELDED DEFORMED STEEL WIRE FABRIC, SUFFOLK COUNTY, NEW YORK 3. SEE HELICAL SCREW ANCHOR INSTALLATION NOTES THIS SHEET. CONFORMING TO AASHTO M221 AND HAVING A DIAMETER OF AT LEAST 3/8 INCHES MAY BE SUBSTITUTED FOR DEFORMED BARS. 4. FIELD DRILLING OF EXISTING STEEL FOR THE INSTALLATION OF TIE RODS AND OF WALES SHALL BE REVISIONS PERFORMED IN ACCORDANCE WITH THE TECHNICAL PROVISIONS OF ITEM 29FDS. NO ADDITIONAL 18. MECHANICAL CONNECTORS USED FOR REINFORCING BAR SPLICES AT HEADWALLS SHALL CONFORM TO SECTION 709-10 NO. DATE DESCRIPTION BY STRUCTURAL NOTES COMPENSATION SHALL BE PAID FOR THE COST OF HOLES REQUIRED TO BE FIELD -DRILLED. OF THE STANDARD SPECIFICATIONS. FEMALE-THREADED PORTION OF THE CONNECTOR SHALL BE CAST IN THE BOX CULVERT. INSERTS SHALL BE NONCORROSIVE AND ABLE TO RESIST MINIMUM PULLOUT LOADS OF 23 KIPS FOR#6 BARS. 5. SHOP DRAWINGS SHALL BE SUBMITTED TO THE ENGINEER FOR REVIEW AND APPROVAL FOR ALL PERMANENT AND TEMPORARY SHEET PILING AND FOR COFFERDAMS. DATE SCALE DEA NO. 07/07/2014 - 34000 DESIGNED BY DRAFTED BY SHEET NO. C.R. C.R. 2 OF 18 0 0 w MARION LAKE o EXISTING WINGWALL TO BE REMOVED (TYP.) (SEE STRUCTURAL DRAWINGS) ASPHALT TIP-UP GUTTER(TYP.) PROPOSED CULVERTEXISTING TREES TO BE TYPE 0 END TERMINAL ITEM 51D UNDER ITEM 606.10 WITH BRIDGE RAIL REMOVED UNDER ITEM 1S (SEE SHEET 15) BOX BEAM GUIDE RAIL(TYP.) (SEE STRUCTURAL DRAWINGS) ITEM 606.10 (SEE SHEET 15) BOX BEAM END ASSEMBLY BRIDGE RAIL TO HIGHWAY B '4- &GROUOX BEAM 0 LIMIT CLEARING, GRADING j g.. ND DISTURBANCE TYPE III (TYP.)- ITEM 606.1203 GUIDERAIL TRANSITION - ITEM 568.70 (TYP.) � 4"WHITE EDGE LINE (SEE SHEET 16) (FOR DETAILS SEE SHEET NO. 13 0 EXISTING TREES 4„ ITEM 640.10 w APPROX. LIMIT OF AREA TO BE EXISTING TREES T TO REMAIN PROPOSED EDGE OF PAVEMENT SAWCUT AND MEET EXISTING EXISTING TREE PAVEMENT- ITEM 205 REVEGETATED WITH NATIVE TREES BE REMOVED U ER EXISTING CASTING STA. 3+07± AND SHRUBS PER NYSDEC PERMIT TO REMAIN ITEM 1S ITEM ADJUST STRD 4' 1 (4) RIM 9.00 x LIMIT OF CLEARING, GRADING 0 6„_8„ &GROUND DISTURBANCE c X / 6” (3) 3 •` 00 co � \ J _ o EXISTING EDGE OF PAVEMENT 6 -8 8" — • _ ' — ' fA N w x . 2 w r I o SAWCUT AND MEET EXISTING _ _ — — ' _ 4 PAVEMENT- ITEM 205 STA. 1+00± to 0 —� 3+00 x — — N 1 O O _ -P O O _ I .P p • N I P W Lo77B I I o 41 o OO OH WIRES 7XC ` °"�• OH WIRES 0 NYT iv w 16 co ' I TI N off WIIkES Nom- x ADJUST EXISTING CASTING MULTI MUL = rEq NYT 3"_4" 0 0 3"- Z- S / ITEM 103RD x 17 0 N v1�R RIM 9.50 x N OH WIRES g� BOX BEAM GUIDE RAIL (TYP.) o LIMIT OF CLEARING, GRADING w J ITEM 606.10 (SEE SHEET 15) & GROUND DISTURBANCE o-- BOX BEAM END ASSEMBLY PROPOSED STEEL SHEETING BOX BEAM END ASSEMBLY -- TYPE III (TYP.)- ITEM 606.1203 (SEE SHEET 16) WINGWALL (TYP.) TYPE III (TYP.)- ITEM 606.1203 0 (SEE STRUCTURAL DRAWINGS) � (SEE SHEET 16) EXISTING TREES TO REMAIN 00 REMOVE & DISPOSE OF EXISTING FXISTING BRIDGE AND Lp SEE SURVEY CONTROL PLAN CORRUGATED BEAM GUIDE RAIL WINGWALLS TO BE REMOVED o O (SHEET 17) FOR CENTERLINE AND 0(TYP.)- ITEM 606.71 (SEE STRUCTURAL DRAWINGS) O ABANDONED TRAVERSE BASELINE DATA 4"YELLOW FULL BARRIER LINE � PUMP HOUSE x ITEM 640.11 LIMITPF CLEARING, GRADING TEMPORARY<STEEL SHEETING & GR ND DISTURBANCE COFFERDAR4,jY13.) 00 MARION �,.l � (SEE STRUCRAL DRAWINGS) TURBIDITY CURTAIN (TYP.)- ITEM 209.1501LAKE STPROPOSED CULVERT A. 2+00.00 x 0 w N DUNN ENGINEERING NOTE: ASSOCIATES, P.C. ALL WORK TO BE PERFORMED IN Consulting Engineers x 41 ACCORDANCE WITH THE NYSDEC 66 Main Street FRESHWATER WETLANDS PERMIT TO BE Westhampton Beach, NY 11978 N ISSUED FOR THE PROJECT (631)288-2480 0 BAY AVENUE CULVERT RECONSTRUCTION TOWN OF SOUTHOLD LEGEND SUFFOLK COUNTY, NEW YORK ASPHALT TIP-UP GUTTER REVISIONS OR MOW STRIP NO. DATE DESCRIPTION BY GENERAL PLAN FULL DEPTH HIGHWAY PAVEMENT 0, 0 10, 20' 30' DATE SCALE DEA NO. 07/07/2014 110=10' 34000 DESIGNED BY DRAFTED BY SHEET NO. A.G. A.G.. 3 OF 18 14 4'-0" 2'-011 91-0.1 9'-011 2'-01 1 4'-0„ �ol i TIP-UP SHLD SOUTHBOUND NORTHBOUND HLD TIP-UP .1o, GUTTER GUTTER i 12 VARIES VARIES VARIES VARIES VARIES VARIES PERMANENT STEEL SHEETING SOUTHBOUND NORTHBOUND i� (SEE STRUCTURAL DRAWINGS) 2�-0�� 2'-0" i MEET EXIST. PAVT. ° °'� STA= 3+07± 2 0 7. 10 5• ELEV ?% 2—/� 10.50± ~— I I I 1 PVI STA=2+95 - - - - - - CL. CULVERT ELEV 9.85 - - - - - - - - - - - - - - - - — 5 $ PVI ST = 2+00 "N PVI ELEV= 5.10 C:) m LVC 100' 04+ t':A= 3.50 > w K=28.57 a w 6 EXISTING STONE WINGWALL REMOVE EXISTING CORRUGATED TO BE REMOVED BEAM GUIDE RAIL- ITEM 606.71 EXISTING GRADE (SEE STRUCTURAL DRAWINGS) MEET EXIST. PAVT. _—— —•— TOP OF CULVERT UNCLASSIFIED EXCAVATION - ITEM 2A STA= 1+00± —�—— ELEV=4.35 SELECT GRANULAR FILL 1-1/2" ASPHALT CONCRETE TOP COURSE- ITEM 51T ELEV=3.60± PROPOSED GRADE ITEM 203.07 4 ;.. J 50% ', 3" ASPHALT CONCRETE TIP-UP 2-1/2" ASPHALT CONCRETE BINDER COURSE - ITEM 51B ——————— ——— M UTTER&MOW STRIP- ITEM 51 DLo 4" SUBBASE COURSE- ITEM 4S + d J BOX BEAM GUIDE RAIL d w ITEM 606.10 2 APPROX. WATER 16' TYPICAL SECTION SURFACE ELEV. 0.35± STA. 1+62± TO STA. 1+91± STA. 2+09± TO STA. 2+33± o APPROX. MUD LINE (SOFT 2'-0" 2'-011 BOTTOM) TIP-UP TIP-UP _2 ELEV. —2.5± GUTTER GUTTER APPROX. INVERT VARIES 2'-0" 9'-0" 9'-0" 2'-0" VARIES UPPER LIMIT E EV 65 .,, ; .,,A (A.O.B.E.) SHLD SOUTHBOUND NORTHBOUND HLD (A.0.B.E.) OF UNSUITABLE ••� MATERIAL +• ;. ,;• _4 ELEV. —4.4+ — VARIES VARIES VARIES VARIES APPROX. SOUTHBOUND NORTHBOUND HARD BOTTOM ELEV. —4.0± II I _6 2% 1 fik ROLLED EROSION CONTROL — �— — _ _ _ _ — 2—� _ ��"� ROLLED EROSION CONTROL LOWER LIMIT OF REMOVAL PROPOSED PRODUCT(JUTE MESH) � � \ PRODUCT ITEM 209.1901JUTE MESH) AND REPLACEMENT OF ITEM 209.1901 UNSUITABLE MATERIAL CULVERT —8 ELEV. -6.65 cV d oao 0SId - ( oD 0 r N 00 `n co rn n 00 L Co 00 4" TOPSOIL AND SEEDING _ Ki vi � �� �M �� 4-4 �� Lo C'6 �r �� oo � � ITEMS 121AS & 1213LS 0+50 1+00 1+50 2+00 2+50 3+00 3+50 4" TOPSOIL AND SEEDING SELECT GRANULAR FILL PROFILE ITEMS 121AS & 1213LS ITEM 203.07 REMOVE EXISTING CORRUGATED SELECT GRANULAR FILL BEAM GUIDE RAIL- ITEM 606.71 ITEM 203.07 UNCLASSIFIED EXCAVATION - ITEM 2A VARIES 2'-0" g'-0" 9'-0" 2'-0" VARIES 3" ASPHALT CONCRETE TIP-UP 1-1/2" ASPHALT CONCRETE TOP COURSE - ITEM 51T (A.O.B.E. &VA . SOUTHBOUND NORTHBOUND &VA (A.0.B.E.) GUTTER(1:4)& MOW STRIP- ITEM 51 D SHLDR VARIES VARIES SHLDR BOX BEAM GUIDE RAIL 2-1/2" ASPHALT CONCRETE BINDER COURSE - ITEM 51B SOUTHBOUND NORTHBOUND ITEM 606.10 4" SUBBASE COURSE- ITEM 4S —_ — — — — — — —_ — TYPICAL SECTION STA. 1+30± TO STA. 1+62+ STA. 2+33± TO STA. 2+69± 4" TOPSOIL AND SEEDING 4" TOPSOIL AND SEEDING ITEMS 121AS& 1213LS ITEMS 121 AS & 1213LS UNCLASSIFIED EXCAVATION - ITEM 2A 1-1/2" ASPHALT CONCRETE TOP COURSE - ITEM 51T 2-1/2" ASPHALT CONCRETE BINDER COURSE - ITEM 51B DUNN 4"SUBBASE COURSE- ITEM 4S ENGINEERING TYPICAL SECTION ASSOCIATES, P.C. STA. 1+00± TO STA. 1+30± Consulting Engineers 66 Main Street 1'-0" 1'-0" Westhampton Beach, NY 11978 TIP-UP TIP-UP (631)288-2480 GUTTER GUTTER VARIES 2'-0" 9'-0" 9'-0" 2'-0" VARIES (A.O.B.E.) &VA . SOUTHBOUND NORTHBOUND &VA (A.O.B.E.) BAY AVENUE '4 SHLDRVARIES VARIES SHLDR CULVERT RECONSTRUCTION (4 SOUTHBOUND NORTHBOUND TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK — — — _ _ _ _ — — — — 4" TOPSOIL AND SEEDING — — — ITEMS 121 AS & 1213LS REVISIONS PROFILE 4" TOPSOIL AND SEEDING NO. DATE DESCRIPTION BY ITEMS 121AS& 1213LS UNCLASSIFIED EXCAVATION - ITEM 2A PROFILE HORIZONTAL SCALE TYPICAL SECTION HORIZONTAL SCALE AND 1-1/2" ASPHALT CONCRETE TOP COURSE- ITEM 51T %M !!!E� .= !I TYPICAL SECTIONS 3" ASPHALT CONCRETE TIP-UP GUTTER - ITEM 51 D 2-1/2" ASPHALT CONCRETE BINDER COURSE- ITEM 51 B 20 0 20 40 a o 4 s DATE SCALE DEA NO. 4" SUBBASE COURSE- ITEM 4S PROFILE VERTICAL SCALE TYPICAL SECTION VERTICAL SCALE 07/07/2014 AS SHOWN 34000 TYPICAL SECTION DESIGNED BY DRAFTED BY SHEET NO. STA. 2+69± TO STA. 3+07± 2 0 2 4 2 0 2 4 A.G. A.G.. 4 of 18 APPROX. LIMITS OF EXIST. 22, STONE MASONRY ABUTMENT, LIMITS OF EXIST. BRIDGE WINGWALLS, & TIMBER CRIB SUPERSTRUCTURE (TO BE REMOVED) TYP. TO BE REMOVED) ITEM 202.12 25' ± EXIST. OVERHEAD ELECTRIC UTILITY ROADWAY — — — — — — — — — 20' EXIST. BRIDGE UPERSTRUCTURE — — — — — — — — — (TO BE REMOV D) ITEM 202.12 N W o N CONCRETE PYLON 4' HIGH — — — — — — — — of of ,E EXIST. STEEL PIPE RAILING ASPHALT WEARING COU SE mDW — — — — — — — — � I-- 1-- C/) v ^ EXIST. WATER MAIN – --m >y III A (TO BE RELOCATED BY OTHERS) — — — — — — — — — — C5 w0 O o � W N 0U) w ~ 171 W N af 0O STRUCTURAL STEEL WF BEAM Z Y BHI TEST BORING _ _ _ _ — _ _ _ SOIL TEST BORING ENCASED IN CONCRETE TYP. O BH -1 +I o ti TYPICAL SECTION - EXISTING BRIDGE (LOOKING NORTH) A EXIST. OVERHEAD ELECTRIC UTILITY APPROX. LIMITS OF EXIST. STONE MASONRY ABUTMENT, WINGWALLS, & TIMBER CRIB (TO BE REMOVED) TYP. PLAN - EXISTING BRIDGE ROADWAY 18' EXIST. ASPHALT PAVEMENT (TO BER MOVED) EXIST. GUIDERAIL (TO BE REMOVED) TYP. EXIST. BURIED WATER MAIN EXIST. STONE MASONRY WINGWALL & TIMBER CRIB (TO BE RELOCATED BY OTHERS) ( TO BE REMOVED) ITEM 202.19 EXIST BRIDGE SUPERSTRUCTURE ( TO BE REMOVED) ITEM 202.12 17 v IMITS OF TRENCH AND EXIST. STONE MASONRY WINGALL — I (TO BE REMOVED) ITEM 202.19 TYP. EXCAVATION, ITEM 206.0201 TYP. APPROXIMATE LIMIT OF UNSUITABLE MATERIAL SEE NOTE 3. L OK 3'-0" zz zlle�lll TYP. 17 AM-- - - - Z '\ M - LIMITS OF TRENCH AND TYPICAL SECTION - EXZ-7-711717"ll 77 ISTING @WINGWALLS CULVERT EXCAVATION (LOOKING NORTH) DVNN >1APPROXIMATE LIMIT OF ENGINEERING NSUITABLE MATERIAL ASSOCIATES, P.C. =:D Consulting Engineers 3'-0„ 66 Main Street Westhampton Beach, NY 11978 (TO BE REMOVED) ITEM 202.19 TYP. EXIST. TIMBER CRIB �'P. DEMOLITION NOTES: (631)288-2480 • 1. THERE ARE NO AVAILABLE DOCUMENTS FOR THE ORIGINAL CONSTRUCTION OF THIS BRIDGE. BAY AVENUE THE DETAILS SHOWN HEREIN ARE BASED ON LIMITED FIELD OBSERVATIONS AND SOIL BORING CULVERT RECONSTRUCTION RESULTS. REPORTS ON CONDITION INSPECTIONS PERFORMED FOR THE CULVERT DATED 4' 2' 0 4' 8' SEPTEMBER, 2011 AND OCTOBER, 2013 WILL BE AVAILABLE FOR REVIEW AT THE TOWN ENGINEER OFFICE. %"=1'-0" TOWN OF SOUTHOLD LONGITUDINAL SECTION A—A 2. REFER TO CONSTRUCTION SEQUENCE NOTES ON SHEET 6. SUFFOLK COUNTY, NEW YORK 3. UNSUITABLE PEAT SUBSOIL MATERIAL FOUND AT THE ABUTMENTS SHALL BE REMOVED AND REPLACED WITH CRUSHED STONE, AS DIRECTED BY THE ENGINEER. REVISIONS NO. DATE DESCRIPTION BY DEMOLITION OF 4. SEE SOIL TEST BORING LOGS ON SHEET 18. EXISTING STRUCTURE 5. ALL STONE MASONRY REMOVED FROM THE EXISTING SUBSTRUCTURE SHALL BE SALVAGED AND DELIVERED BY THE CONTRACTOR TO THE SOUTHOLD TOWN HIGHWAY YARD AT 275 PECONIC LANE, PECONIC, 11958. DATE SCALE DEA NO. 07/07/2014 1/4"=V-0" 34000 DESIGNED BY DRAFTED BY SHEET NO. C.R. C.R. 5 OF 18 DIRECTION OF FLOW EXTRUDED Z - PROFILE "JOKER" EXTRUDED Z - PROFILE JOKER CONNECTOR T OKER CONNECTOR TYP. CULVERT DO _ , .a 8'-11" TEMP RARY SHEET 3 „ =231-Z/811 7 „ 5 PZ 3 DOUBLES @ 4'-73/4 —23 -2/s FILE COFF RDAM TYP. 5 PZC13 DOUBLES @ 4 -7 /4 —23 -2/8 ITEM 55 .020001 HELICAL ANCHOR W/ 27' EMBEDMENT I TYP. ITEM 552.11 I � I . . F- O I CQ W I BASE PLATE BRIDGE Z CIP CONCRETE Q > w CLOSURE POUR I w _j I CURB LINE 4 RAILING TYP. 4 wo I I w I (TYP. 4 LOCATIONS) I w X _ I U_ O LI I EXTRUDED U_ oPVC \ CONSTRUCTION SEQUENCE a I O m FOR REPLACEMENT OF THE BRIDGE: O � � � W , � P C � � Z - PROFILE 1+50 W 3:p 1+75 I J W co 2400 2+25 PZT-S CONNECTOR 2+50 ` STEP 1 - SUBMIT SHOP DRAWINGS TO THE ENGINEER FOR REVIEW AND APPROVAL PRIOR TO FABRICATION. COJ STEP 2 - PERFORM ROAD CLOSURE AND MAINTENANCE AND PROTECTION OF TRAFFIC. LL = I I NI� ZCD Q I I B o I Q O STEP 3- INSTALL SILT SCREEN (W/PROFESSIONAL HEAVY DUTY OIL BOOM) ON EACH SIDE OF BRIDGE 7 ~ cv I 1 1 4" DIA. I = U W 0 I I B STRUCTURE AND ANCHOR IN PLACE SECURELY. SILT SCREEN SHALL BE DESIGNED FOR W N / TIE ROD 0 7 MAXIMUM FLOW VELOCITY OF 1 FPS. U I TYP. ITEM 552.11 I LL W �— I w Q U = I I / STEP 4 - FURNISH AND INSTALL PERMANENT STEEL SHEET PILING AT ABUTMENTS &WINGWALLS,TEMPORARY LL I Q Of _ SHEETING,AND TEMPORARY SHEET PILE COFFERDAM, AS INDICATED. C:) O O 00 CURB LINE -' DETAIL ON SHT 10 I STEP 5- REMOVE AND DISPOSE OF THE EXISTING BRIDGE SUPERSTRUCTURE AND SUBSTRUCTURE. THE C:) ISEE Z_ I I OPTIONAL SHEETPILE co O w DEADMAN, TIE RODS & WALE CONTRACTOR SHALL SUBMIT HIS METHODS AND EQUIPMENT TO THE ENGINEER FOR REVIEW AND I ITEM 552.1 1 APPROVAL. STONE MASONRY FROM EXISTING SUPERSTRUCTURE SHALL BE SALVAGED AND DELIVERED TO THE TOWN YARD INDICATED . TIMBER CRIBBING SHALL BE DISPOSED OF I 1 PZC 13 TYP. I OFF THE SITE. UNSUITABLE SUBSOIL MATERIALS SHALL BE REMOVED AND REPLACED WITH CRUSHED II STONE,AS DIRECTED BY THE ENGINEER. II I I STEP 6 - DEWATER, PERFORM EXCAVATION AND THE PLACEMENT OF CRUSHED STONE BEDDING AND FURNISH AND INSTALL PRECAST CONCRETE BOX CULVERT SECTIONS WITH RETROFIT WATERSTOPS,AS SHOWN, J Z I POST-TENSIONING THE CULVERT SECTIONS TOGETHER. Q - STEP 7- CAST CONCRETE CLOSURE POUR BETWEEN THE SHEET PILE WINGWALLS AND THE REAR FACE OF BOX PERMANENT EEL SHEETPILE & 00 > Z � CULVERT. cV J W W f— TRUCTU STEEL WALE TYP. C) �— STEP 8 - BACKFILL BEHIND CULVERT AND SHEETPILE WINGWALLS TO THE LEVEL OF ANCHORAGES. INSTALL WALES ITEM 552.11 U (n W 8'-1 1" TIE RODS, AND HELICAL ANCHORS AT WINGWALLS. TEMPORARY SHEET STEP 9- COMPLETE BACK FILLING AND COMPACTION BEHIND ABUTMENTS AND WINGWALLS. 6 - PZC 13 DOUBLES @ 4'- 7 3/4" = 27'-101/2" PILE COFFERDAM TYP. 5 PZC13 DOUBLES @ 4'-7%4" =23'-2%" STEP 10 - REMOVE TEMPORARY SHEETING AND SHEET PILE COFFERDAM. ITEM 552.020001 LIMITS OF GRASS & STEP 11 - PLACE SLOPE PROTECTION AND PLANTINGS AT EMBANKMENTS. EROSION CONTROL MAT PLA N NOTE: BRIDGE & HIGHWAY RAILING & SHEETING CAP CHANNEL NOT SHOWN FOR CLARITY STEP 12- SPRAY-APPLY WATERPROOFING MEMBRANE TO TOP OF DECK SLAB AND PERFORM FINISHED GRADING AND PAVE BRIDGE APPROACHES. STEP 13- INSTALL BRIDGE RAILING, TRANSITION RAILING AND HIGHWAY GUIDE RAIL OFF THE BRIDGE. STEP 14- REOPEN ROADWAY TO TRAFFIC. CULVERT 7 SPCS @ 2'-0" 7 SPCS @ 2'-0" 8 SPCS @ 3'-0" = 24'-0" = 141-011 '-0" 2 EQ SPAS = 16'-4" '-0" = 14'-0" 8 SPCS @ 3'-0"24'-0" TOP OF PERMANENT TOP OF WINGWALL SHEETRILE WINGWALL TOP OF HEADWALL TOP CF HEADWALLTOP OF HEADWALL EL. 7.10 CHANNEL CAP TYP. EL. 5.65 EL. 5.98 EL. 6.23 EL. 4.86 16' 0" � - I DUNN ENGINEERING ASSOCIATES, P.C. Consulting Engineers I I I I I I I I I l i I I I I I 66 Main Street Westhampton Beach, NY 11978 I I I I I I I I I I I I I I APPROX. (631)288-2480 I I I I I I MUD LINE I I I I I EL. -2.5 I I I I I I BAY AVENUE I I 1 1 1 1 1 1 I I I I I I I CULVERT RECONSTRUCTION TOWN OF SOUTHOLD I I I I I I I I I I I I I I I SUFFOLK COUNTY, NEW YORK EL. -16.9 TOE OF SHEETPILE I I I I I I I I I EL. -18.3 EL. -17.8 � � �— � � � _j- � � � � EL. -19.4 I � � REVISIONS NO. DATE DESCRIPTION BY PLAN & EAST ELEVATION EAST ELEVATION DATE SCALE DEA NO. 4' 2' 0 4' 8' 12' 07/07/2014 3/16"=1'-0" 34000 DESIGNED BY DRAFTED BY SHEET NO. C.R. C.R. G OF S CULVERT 7 SPCS @ 2'-0" 7 SPCS @ 2'-0" 8 SPCS @ 3'-0"24'-0" = 14'-0" '-0" 2 EQ SPAS = 16'-4" '-0" = 14'-0" 8 SPCS 3'-0" = 24'-0" TOP OF PERMANENT SHEETPILE WINGWALL TOP OF WINGWALL CHANNEL CAP TYP. EL. 7. 10 TOP OF HEADWALL TOP OF HEADWALLi EL. 6.23 E . 5 98 . TOP OF HEADWALL TOP EL. 5.5 EL. 5.65 OF WINGWALL EL. 4.96 1 161_011 z I I I o I I I I I I I I I I I I I I I A I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I II I APPROX. I I MUD I I I I I I U LINE I I I I I I I I I I II I I I I I EL. -2.5 I I I I I I I I ( I I I I I I I I I I I I i I I I I I I I I I I I I I I I V I I I I I I I I I I I I I I I I I I I TOE OF SHEETPILE I I I I I I I I I I I I I I I — �— I I I I I -17.8 I I I I EL. -18.5 I I _ �- � -�- - I - -� _ I � -� _ � _ _ EL. -I- -I_ —I-� -18.35 I I i L — �— �- EL. I I I I I I L - L EL. -19.0 WEST ELEVATION EXCAVATION & BACKFILLING NOTES: 1. APPROXIMATELY 90 CY OF SEDIMENT AND UNSUITABLE MATERIAL TO BE REMOVED AND DISPOSED OF OFF-SITE TO ALLOW FOR INSTALLATION OF PROPOSED PRECAST CONCRETE BOX CULVERT AND BEDDING MATERIAL. NOTE A: 2. APPROXIMATELY 60 CY OF CRUSHED STONE FILL SHALL BE PLACED CULVERT THE CONTRACTOR SHALL UTILIZE TEMPORARY SHEET PILING, AS WELL AS, THE PERMANENT SHEET PILING AT BENEATH THE PROPOSED PRECAST CONCRETE BOX CULVERT.THIS MATERIAL SHALL CONFORM TO NYSDOT ITEM 623.12 AND SHALL BE SPRAY APPLIED WATERPROOFING THE ABUTMENT AND WINGWALLS TO ENCLOSE AND DEWATER THE ABUTMENT AREAS IN ORDER TO PERFORM THE REMOVAL OF EXISTING STONE MASONRY ABUTMENTS AND WINGWALLS, TIMBER CRIBS AND UNSUITABLE MATERIAL DESIGNATION 703.0201, GRADATION 2(1-1/2"). MEMBRANE, ITEM 595.98200018 SUBSOIL MATERIALS FOUND WITHIN THE LIMITS U THE FINISHED GRADE WINGWALLS AS SHOW ABOVE. BACKFILL BELOW THE PRECAST CONCRETE BOX CULVERT_ GROUND WATER LEVEL WITH CRUSHED STONE FILL. BACKFILL AND COMPACT ABOVE THE GROUND WATER ITEM 606.63160615 LEVEL WITH SELECT GRANULAR FILL, AS DIRECTED BY THE ENGINEER IN THE FIELD. SEE SHEET 18 FOR SOIL TEMPORARY SHEET PILING BORING LOGS. LIMITS OF TRENCH AND CULVERT EXCAVATION 3'-��� DUNN cV ENGINEERING — — — � BACKFILL & COMPACTION, ITEM 206.0201, SEE NOTE A ASSOCIATES, P.C.:D Consulting E ng i n C C. s LI L E66 Main Street APPROXIMATE LIMIT OF Westhampton Beach, NY 11978 UNSUITABLE MATERIAL (631)288-2480 IZZ ZZI 33' + BAY AVENUE CULVERT RECONSTRUCTION APPROXIMATE LIMITS OF TRENCH 4' 2' 0 4' 81 TOWN OF SOUTHOLD AND CULVERT EXCAVATION, ITEM 206.0201 Y4"-1'-0" SUFFOLK COUNTY, NEW YORK oZo w — _ Ow _ 0 1-— Z REVISIONS U) 0 Q NO. DATE DESCRIPTION BY TYPICAL SECTIONS APPROXIMATE LIMITS OF EXISTING TIMBER CRIB Z) w > O (TO BE REMOVED) U W U z GEOTEXTILE FABRIC ALL AROUND TYP. SHEET 1 OF 2 c Z x J o0wli m C) Cwt} Q DATE SCALE DEA NO. SECTION 13-13 07/07/2014 1 4"=1'-0" 34000 DESIGNED BY DRAFTED BY SHEET NO. C.R. C.R. 7 OF 18 30'-0" INSIDE FACE TO INSIDE FACE OF PERMANENT STEEL SHEETPILE WINGWALL 2'-8" 25'-4" O. TO O. OF HEADWALL 2'-8" EXTENSION EXTENSION OF CULVERT 1'-8" CIP 1'-8" CIP OF CULVERT SIDEWALL CONCRETE ROADWAY CONCRETE SIDEWALL & CIP HEADWALL 0. HEADWALL 22'-0" HEADWALL & CIP HEADWALL 1-1/2" WEARIN COURSE APPROXIMATE MUD LINE _j w 2-1/2" BINDER COURSE STEEL BRIDGE RAILING THREE RAIL Q 4" MIN. BASE COURSE ITEM 568.54 a _ WATERPROOFING I TGL m MEMBRANE m APPROXIMATE FIRM p TYP. o o a CHANNEL BOTTOM NORMAL WATER EL. 0.35 �`' � F- tJn 11 Zo TURBIDITY CURTAIN TOP OF BOX CULVERT, EL. 4.35 ITEM 209.1501, TYP. Lj TOP OF COFFERDAM, EL. 1.35 30'-8" O.TO O. PRECAST CONCRETE ULVERT m o C)_ C:) z a C° m JOINT a INVERT OF BOX CULVERT, EL. -2.6 11'-6" PRECAST I 06C0NOTES: CONCRETE p C7 z H GEOTEXTILE FABRIC TYP. Z EXCAVATION & BACKFILLING NOTES: CUT-OFF WALL w p 0 I U 1. EXCAVATION AND BACKFILL SHALL CONFORM TO NYSDOT ITEM 206.02.01 TRENCH AND CULVERT = ~ Z EXCAVATION. CRUSHED STONE FILL SHALL CONFORM TO NYSDOT ITEM 623.12 AND SHALL BE MATERIAL 1. APPROXIMATELY 90 CY OF SEDIMENT AND UNSUITABLE MATERIAL TO BE j '-9"W �'3 4PERMANENT I I w 0 DESIGNATION 703.0201, GRADATION 2. GEOTEXTILE BEDDING SHALL CONFORM TO NYSDOT ITEM 207.20, REMOVED AND DISPOSED OF OFF-SITE TO ALLOW FOR INSTALLATION OF I m a Z STEEL SHEET PILE I Q CARTHAGE MILLS 6% OR APPROVED EQUAL FROM NYSDOT MATERIALS LIST. STONE SHALL NOT BE PROPOSED PRECAST CONCRETE BOX CULVERT AND BEDDING MATERIAL. U Z x _j WINGWALL (BEYOND) I > DROPPED ON TO THE GEOTEXTILE FROM A HEIGHT EXCEEDING 3 FEET. SELECT FILL SHALL CONFORM TO O w F- 0 U ITEM 203.07, SELECT GRANULAR FILL. M � 2. APPROXIMATELY 60 CY OF CRUSHED STONE FILL SHALL BE PLACED wY TYP. U) Cw L) ~ W 2. SLOPE PROTECTION SHALL BE NYSDOT ITEM 209.1901 ROLLED EROSION CONTROL BENEATH THE PROPOSED PRECAST CONCRETE BOX CULVERT. THIS I I I O PRODUCT, CLASS II MATERIAL SHALL CONFORM TO NYSDOT ITEM 623.12 AND SHALL BE vm 34-0 I C:) TYPE A, INTERMEDIATE. MATERIAL DESIGNATION 703.0201, GRADATION 2(1-1/2"). I LIMITS OF TRENCH AND CULVERT EXCAVATION I -, w j 3. PERMANENT STEEL SHEET PILING SHALL CONFORM TO ITEM 552.11 AND SHALL a J BE COAL TAR EPDXY COATED. COAL TAR EPDXY COATINGS FOR SHEET PILING AND STRUCTURAL STEEL SHALL I_ J LC) CONFORM TO ITEM 570.86020010. Xp W Z 4. TEMPORARY SHEETING SHALL CONFORM TO ITEM 552.12. COFFERDAM SHALL CONFORM TO TEMPORARY SHEET TEMPORARY SHEET a ITEM 553.020001. PILE COFFERDAM PILE COFFERDAM a 5. PRECAST CONCRETE BOX CULVERT SHALL CONFORM TO NYSDOT ITEM 603.63160615. 6. BRIDGE RAILING SHALL CONFORM TO NYSDOT ITEM 568.54, STEEL BRIDGE RAILING (THREE-RAIL). SEE SHEET 12 FOR DETAILS. 25' + PROFILE OF STREAM 7. TRANSITION BRIDGE RAILING SHALL CONFORM TO NYSDOT ITEM 568.70. SEE SHEET 13 FOR DETAILS. 8. SPRAY-APPLIED WATERPROOFING MEMBRANE FOR TOP SLAB OF CULVERT SHALL CONFORM TO NYSDOT ITEM 595.98200018. ROADWAY ROADWAY 9• CONCRETE FOR HEADWALLS AND FOR CONCRETE CLOSURE POURS SHALL CONFORM TO NYSDOT EXIST. OVERHEAD ELECTRIC UTILITY ITEM 555.09. 10. BAR REINFORCEMENT FOR HEADWALLS SHALL CONFORM TO NYSDOT 556.0202 EPDXY-COATED BAR 32'-3/" MIN. O. TO OF WINGWALLS 16'-1%" MIN. & VARIES REINFORCEMENT FOR STRUCTURES. „ 11. WEARING AND BINDER COURSES FOR CULVERT ROADWAY SHALL CONFORM TO ITEMS 51 T AND 51 B. 1'-0%" STEEL 1'-0%" STEEL 1 -OY STEEL 12. BASE COURSE FOR CULVERT ROADWAY SHALL CONFORM TO ITEM 4S. SHEET PILING 4'-0" 2'-0" 9'-0" 9'-0" 2'-0" 4'-0" SHEET PILING SHEET PILING 4'-0" 2'-0" 9'-0" 9'-0" 2'-0" 4'-0" 24' LONG TYP. MIN H'L' LANE I LANE PHLIE MIN 24' LONG TYP. 24' LONG TYP. MIN H'L' LANE LANE H'L' MIN LU RAILING BEAM TRANSIT ON TGL Z> Q BOX BEAM TRANSIT ON TGL co > RAILING �0 C - 1" DIA. H.D. GALV. THREAD ROD CD co co HELICAL ANCHOR DUNN 0 ENGINEERING co SS5 HOT DIP GALV. ASSOCIATES, P.C. rT __17SQUARE SHAFT U Consulting Engineers 66 Main Street 1 1/4" DIA. TIE ROD WALE W/ SLOTTED HOLE Westhampton Beach, NY 11978 STANDARD LEAD SECTION (631)288-2480 HP 12X84 STRUCTURAL — — W/ TURNBUCKLE THROUGH WEB W/ 2 - 14" HELIXES, 1 - 12" HELIX STEEL WALE TYP. PIPE SLEEVE SQUARE SHAFT_j 1 - 10 " HELIX Z I L L I THREADED BAR ADAPTER BAY AVENUE CULVERT RECONSTRUCTION 4' 2' O 4' 81 TOWN OF SOUTHOLD Y4"=1'-0„ SUFFOLK COUNTY, NEW YORK TEMPORARY SHEETING TEMPORARY SHEETING REVISIONS LIMITS OF EXCAVATION LIMITS OF EXCAVATION NO. DATE DESCRIPTION BY TYPICAL SECTIONS SHEET 2 OF 2 & BACKFILL TYP. & BACKFILL TYP. DATE SCALE DEA NO, TYPICAL SECTION - U-SHAPE WINGWALLS TYPICAL SECTION - FLARED WINGWALL 07/07/2014 1/4"=1'-0" 34000 Li DESIGNED BY DRAFTED BY SHEET NO. C.R. C.R. 8 OF 18 0 w p W 2 Q 2 Q p w ((n wfCnU*) UZ � w2 UZW 0 0 0 0� =BOX CULVERT NOTES: END ANCHORAGE FOR PRETENSIONING TIES TYP. a � a 1. ALSO SEE SHEET 2 FOR DESIGN CRITERIA FOR PRECAST REINFORCED SEE DETAILS ON SHEET 10 U U CONCRETE BOX CULVERT. SPRAY APPLIED WATERPROOFING MEMBRANE ITEM 595.58200018 2. THE CONTRACTOR'S ENGINEER SHALL DESIGN AND DETAIL THE FLEXURAL BAR REINFORCEMENT DESIGNATED As 1 THRU As 8 rc FABRIC SCRIM AT JOINTS TYP. IN THE TYPICAL SECTION BELOW FOR THIS CULVERT. SEE NOTE 6. A . 3. STEEL BEARING PLATES AT POST-TENSIONING TIES SHALL CONFORM TO ASTM A709. °. •A 4. THE CONTRACTOR MAY SUBMIT AN ALTERNATE SHEET PILE CUT-OFF O • , ° • ,a ° WALL IN LIEU OF THE PRECAST CONCRETE CUT OFF WALL SHOWN HERE FOR REVIEW AND APPROVAL BY THE ENGINEER. THAT SHEET PILE WALL ALTERNATIVE SHALL BE CORROSION RESISTANT AND FASTENED TO THE TOP OF THE BOTTOM SLAB WITH A MINIMUM OF STRUCTURAL STEEL L8X4X3/4. 16'-0° 0 PMA 22 STEEL SHEETS A MINIMUM OF 10 FT LONG WOULD BE ACCEPTABLE. 5. THE COST OF THE LONGITUDINAL POST-TENSIONING MEASURES SHOWN w SHALL ON THESE PLANS SHALL BE INCLUDED IN THE PRICE BID FOR THE BOX CULVERT. THE CONTRACTOR'S ENGINEER MAY PROPOSE ALTERNATIVE o JOINT TYP. MEANS OF JOINING PRECAST CULVERT UNITS TOGETHER FOR REVIEW AND 9 60U I APPROVAL BY THE ENGINEER. U) o Q (.0 6. SPRAY APPLIED WATERPROOFING MEMBRANE SHALL BE REINFORCED OVER w I I CULVERT JOINTS WITH A FABRIC SCRIM IN ACCORDANCE WITH MANUFACTURER fr- RECOMMENDED INSTALLATION DETAILS. IL c 7. THE EXTENSIONS OF THE SIDEWALLS OF THE CULVERT SHALL BE DESIGNED FOR A NORMAL PRESSURE OF 250 LBS/SF OF AREA OF THE SIDEWALL DUE TO THE O O •• LATERAL LOADING APPLIED BY THE ADJACENT PERMANENT STEEL SHEETING. • A A. 4 . ° '46 •v J �a . U � QUZLL v a w00 U a j d ' • v A 2'-8" 11 -611 EXTENSION OF PRECAST PRECAST CULVERT CONCR SIDE WALL TYP. CUT-OFF SEE NOTE 7. WALL END VIEW OF PRECAST CULVERT JOINT ELEVATION 1 1/2" DIA. PVC DUCT TYP. FOR LONGITUDINAL TIES 18'-0" I I TOP DISTRIBUTION STEEL, Ass JOINT I I BOTTOM DISTRIBUTION STEEL, As 6 �� - - - -- - - - - - - -I — 1'-6" TYP. N � 1'-0" I I As 7 SIDEWALL I I I I 11-011 HAUNCH I I ° a As 2 II 0y� z w 1 m o I I wp p 1 � � r 7 - #5 EPDXY COATED I I U J U U o � 16'-0" J I I DOWELS @ 12" TYP. I I ZO < D_ D_ As 1 1'-0" WALL TYP. 2 X 9 - #6 EPDXY COATED W/ MECHANICAL U_ O I I CONNECTOR @ 12" TYP. I I 0- W d d As 4 11 O a DUNN _ 1qT � 1 -0 HAUNCH ENGINEERING I 00 � TYP. m m ASSOCIATES P.C. p r Consulting Engineers 00 rl_I - - - - - - 0 0 0 0 0 0 0 0 0 � AS 66 Main Street 0 0 Westhampton Beach, NY 11978 O O O O O O O (631)288-2480 O O O O O O O O O RETROFIT -'U) W O w p Q U As 8 BAY AVENUE WATERSTOP Q U w ~O U U F- o 2 0 O 18 - #4 EQ. SPACED CULVERT RECONSTRUCTION TYP. NwpJww 00Oww bow TOWN OFSOUTHOLD dUU !92 nIUX = i- � z 18 - #4 EQ. SPACED cf) w w U_ w z o SUFFOLK COUNTY, NEW YORK (n 0 0ION N TYPICAL SECTION REVISIONS NO. DATE DESCRIPTION BY BOX CULVERT DETAILS SHEET 1 OF 2 5" DEEP X 4 3/4" X 4 3/4" RECESS FOR 1/2" DIA. EC POLYSTRAND TENSIONED TO 30 KIPS W/ ONE TIME USE CHUCK & H.D. GALV. DATE SCALE DEA NO. STRUCTURAL STEEL BRG BRG PL 4 X 4 X 3/4 WITH CENTER HOLE TYP. SECTION C - C 07/07/2014 AS SHOWN 34000 DESIGNED BY DRAFTED BY SHEET NO. C.R. C.R. 9 OF 18 APPLY BOND BREAKER TO FACE OF CULVERT CAST IN PLACE CONCRETE CLOSURE POUR, 9 - 6" LONG 1 1/2" DIA. HOLE TYP. ITEM 555.09 SEE DETAIL 1-1 FOR CONTINUOUS TSS 225 EPDM GASKET ALL AROUND FOR LONGITUDINAL TIES PVC RETROFIT WATERSTOP DIMENSIONS OF JOINT 9 FT LONG EPDM GASKET PZC 13 TYP. I o r- F— � JZ fn LL' ___I O 1 �OQUw � C/) 0z > z o r ,; N w p J w w = o1-- C—) X HP 12X84 WALE 16'-0" . � CONTRACTION JT. 0 D D D A v__ CONCRETE CLOSURE POUR DETAIL SCALE: 1/2" = 1'-0" 0 20J WALL D TYPICAL BOX CULVERT JOINT ELEVATION SECTION D-D SCALE: 1 1/2" = 1'-0" SCALE: 1/2" = 1'-0" 3/8" x 3" STAINLESS STEEL EXPANSION ANCHOR 1 1/2- MINIMUM EMBEDMENT 1/4" x 2" STAINLESS 3/4" ID & STEEL BATTEN BAR 1 1/2w OD / " 6 3/8" 3/16"1 1 2 1/2 1/8" 1 1 , 9" R4 R4 0.525" 1/2" DIA. EPDXY COATED POLYSTRAND APPROVED 1 1/2" DIA. PVC DUCT PVC RETROFIT WATERSTOP DETAIL 2° 2° TENSIONED TO 30 KIPS TYP. 2 3/4" 2 1/4" SCALE: 3" = 1'-0" • H.D. GALV. STEEL BRG PL 4 X 4 X 3/4 R� a a . = Z 16 5 1/2" in v 4 1/4" • S DV1,1, ** 1„ 2' 4%411 ENGINEERING RECESS 8 RECESS TO BE FILLED WITH ONE TIME USE CHUCK DESIGNED ASSOCIATES, P.C. APPROVED NON-SHRINK GROUT FOR USE WITH EPDXY COATED STRAND Consulting Engineers FROM NYSDOT APPROVED MATERIALS LIST PRECISION SURE LOCK F12B OTU 7/16 - 0.6 66 Main Street A. L. PATTERSON 215-736-2030 x2010 Westhampton Beach, NY 11978 1.250 R3 OR APPROVED EQUAL $ R )288-2480 UE AVEN LONGITUDINAL POST TENSIONING TIE ANCHORAGE DETAIL BAY CULVERT Y AVENUE RECONSTRUCTION a SCALE: 1 1/2" = 1'-0" TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK REVISIONS NO. DATE DESCRIPTION BY BOX CULVERT DETAILS DETAIL 1 -1 SHEET 2 OF 2 FULL SCALE DATE SCALE DEA NO. 07/07/2014 AS SHOWN 34000 DESIGNED BY DRAFTED BY I .1 .1 SHEET NO. C.R. C.R. IO OF 18 m PERMANENT STEEL SHEETPILE WINGWALL NOTES: COAL TAR EPDXY COATED 1. ALSO SEE SHEET 2 FOR STEEL SHEET PILE NOTES & HELICAL SCREW ANCHOR NOTES. STRUCTURAL STEEL CHANNEL 2. THE CONTRACTOR MAY SUBMIT AN ALTERNATE A STEEL SHEET PILE ANCHORAGE IN LIEU C15 X 33.9 BOLTED TO SHEET PILES OF HELICAL ANCHORS SHOWN AT NO ADDITIONAL COST TO THE TOWN. STEEL ANCHOR SHEETS SHALL BEA MINIMUM OF 8 FEET LONG. WALES AT DEADMEN SHALL BE SIMILAR TO THOSE AT + + W/ CLIP L 4 X 4 X 1/2 , 9" LONG & THE FACE OF WINGWALLS AND TIE RODS SHALL BE 1 Y4" DIA. + + CONTINUOUS 4" DIA. PVC PIPE SLEEVE 2 - 3/4" DIA. BOLTS @ 5' O.C. MAX TYP. IN 13/16 " DIA. FIELD DRILLED HOLES 3. EXPOSED SURFACES OF BOLTS, TIE RODS, THREAD RODS,AND HARDWARE SHALL BE COATED WITH COAL TAR EPDXY AFTER INSTALLATION. 4. PERMANENT STEEL SHEET PILING SHALL BE ASTM A572 GR 50 AND MINIMUM REQUIRED SECT ION PROPERTIES SHALL BE AS FOLLOWS: Cf) FLANGE AND WEB THICKNESS %" MOMENT OF INERTIA 152.0 IN4 PER LF SECTION MODULUS 24.2 IN3 PER LF 17 1 Z1/4" DIA. H.D. GALV. STEEL TIE ROD COAL TAR EPDXY COATED WALE W/ TURNBUCKLE & 2 - PLATE WASHERS STRUCTURAL STEEL HP12X74 l'-OY" PZC13 STEEL PL 6 X 6 X 314 & 2- SQ HD NUTS TYP. FASTEN WALE TO SHEET PILE AT EACH SHEET PILING IN 1 5/16" DIA. FIELD DRILLED HOLES TIE ROD W/ 4 - 1" DIA. H.D. GALV. BOLTS OR APPROVED EQUAL THROUGH FLANGES OF WALE BOLTS IN 1 1/16" DIA. FIELD DRILLED HOLES TYPICAL SECTION OF SHEETPILE WINGWALLS COAL TAR EPDXY COATED STRUCTURAL STEEL CHANNEL C15 X 33.9 BOLTED TO SHEET PILES 1" DIA. H.D. GALV. THREAD RODW/ CLIP L 4 X 4 X 1/2 , 9" LONG & W / NUT, BRG PL 6 X 6 X Y + + 2 - 3/4" DIA. BOLTS @ 5' O.C. MAX TYP'. & BEVELED WASHER IN 13/16 " DIA. FIELD DRILLED HOLES CL HELICAL ANCHOR 0 CID SS5 HOT DIP GALV. SQUARE SHAFT STRUCTURAL STEEL HP12X84 STANDARD LEAD SECTION DUNK WALE W/ SLOTTED HOLE THRU W/ 2 - 14" HELIXES, 1 - 12" HELIX WEB AND HOLES THRU FLANGE & 1 - 10 " HELIX ENGINEERING FOR THREADBAR. FASTEN WALE ASSOCIATES, P.C. Consulting Engineers TO SHEET PILE AT EACH ANCHOR W/ 4-1" DIA. H.D. GALV. BOLTS IN SQUARE SHAFT 1%s DIA. FIELD DRILLED HOLES 66 Main Street THREADED BAR Westhampton Beach, NY 11978 (631)288-2480 ADAPTER BAY AVENUE CULVERT RECONSTRUCTION TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK REVISIONS NO. DATE DESCRIPTION BY WINGWALL DETAILS DETAIL OF HELICAL ANCHOR DATE SCALE DEA NO. 07/07/2014 1/2"=1 1-0.1 34000 DESIGNED BY DRAFTED BY SHEET NO. C.R. C.R. OF 18 �- OF POST SPRING LOCK WASHER 6" 6 " TV "%" �f6" x2" x2" " 1 -6 » WASHER " " ifs OF FIXED SPLICE HEX NUT 1 1 ASSEMOLY (IF REQUIRED) DIA. 1� 17 r-H17� � I 2" � T WITH 70 � 1�» HEX NUT, WASHER AND SPRING TS5" x 3" x - LOCK WASHER TYPICAL A" SLOT�I Fes- LA" -.-.1 - ( ) 4-0 —.- -[-' ..- 3" 5" e TS6"x 6" x Xa 1 1�» 1" M � W6 x 25 Q01` MA. ears WITH ; ROUND HEAD BOLT HEX NUT AND SPRING x 14 x 10" LOC( WASHER (TYPICAL) L5" x 5" x VC BASE PL. RAILING ANGLE #5(E) U - BAR ® 12" MAX HT VARIES(TYP.) 1" CHAMFER (TYP.) Wi 6)f TOP OF ROADWAY SURFACE _ o, 3Jf6" co ' i ' ;! TOP OF ROADWAY i I i 4 - 1" DIA. ANCHOR STUDS ELEVATION SURFACE WITH 4 HEAVY HEX NUTS #6(E THREADED BAR TYP. 'I > N B B AND 4 WASHERS EACH STEEL BRIDGE RAILING SPLICE DETAILS " C W STD HK 0 12 AX.) TOP OF PRECAST THREE—RAIL WITH CURB) VO UNITS t(E) FOR 4 BOLTS SPRAY APPLIED WATE ECT RS ® 12NI MAX. "' _ TOP SLAB OF PROOFING MEMBRANE 1'-2" x �"x 10" PRECAST UNITS ANCHOR PL. ELEVATION L5" x 5" x " » I " II „ 13f;�+ 1�1 3f6 1'-0" HAUNCH (TYP.) PLAN 5" 319f6" W 31916" 1'-2" x 04'" x 10" BASE PL. 1'-2" x V x 10" BASE PL 2» �1Xfs DIA. HOLE FOR 1" DIA. Ain DIA. HOLE FOR 1" DIA. STEEL BRIDGE RAILING SECTION & ANCHORAGE DETAIL » ANCHOR STUD (TYP.) 5" DIA. ANCHOR HOLE ANCHOR STUD (TYP.) = � � (THREE—RAIL WITH HANDRAIL & CURB) N gun _ - N W6x2 o SECTION C—C v ZZCL OF RAILING ANCHORAGE _ N `� - RAILING ANGLE DETAILS-04 2" 10" 1. 1 2" 2" 10" 2" 1'-2" NOTES: SECTION A—A SECTION B—B 1. ALL RAILING IS TO BE FABRICATED AND ERECTED ACCORDING TO SECTION 568 OF THE NYSDOT STANDARD SPECIFICATIONS. 2. PRIOR TO GALVANIZING THE ASSEMBLED POST, GRIND ALL EDGES TO A MINIMUM RADIUS OF 3. BOLTS SHALL BE TORQUED SNUG TIGHT (APPROXIMATELY 100 ft-Ib.). 4. THE MAXIMUM CENTER TO CENTER SPACING OF RAILING POSTS IS 8'-3". THESE RAILINGS ARE ADEQUATE FOR A TL-4 (PL-2) SERVICE LEVEL. 5. ALL COVER SHALL BE 2" UNLESS OTHERWISE NOTED. DUNN ENGINEERING ASSOCIATES, P.C. Consulting Engineers 66 Main Street Westhampton Beach, NY 11978 (631)288-2480 BAY AVENUE CULVERT RECONSTRUCTION TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK REVISIONS NO. DATE DESCRIPTION BY BRIDGE RAIL DETAILS - 1 DATE SCALE DEA NO. 07/07/2014 NONE 34000 DESIGNED BY DRAFTED BY SHEET NO. A.G. A.G.. 12 OF 18 C�OF EXPANSION —�-I OF EXPANSION SPLICE ASSEMBLY SPLICE ASSEMBLY PAY LIMIT FOR BOX BEAM GUIDE (FIRST RAIL) (SECOND & THIRD RAIL) RAIL IN HIGHWAY ESTIMATE 2'-0" 3 SPACES 0 2'-0' = 6'-0" 4 SPACES 0 2'-0' = 8'-0" 6 SPACES 0 3'-0' = 18'-0" � 1� \ / —� 236" OF BRIDGE HEAVY POSTS S3 x 5.7 TRANSITION POSTS S3 x 5.7 STANDARD POSTS '�14 1r4? OF POST I 1 4 POST (SEE NOTE "B") / 51. / u u 00 I,I I I VEGETATION CONTROL 9'p �Pl STRIP — ITEM 51D r�SE�- I 1V " DIA. HOLES (TYP.) LU DIA. HOLES I SEE NOTE "D" 0 IN POST & REAR II II �, z / R OF BLOCKOUT \ � 6" 1'-6" CPGW WITH .I 1r4 BACKUP RING BR GE 34 DIA. GALVANIZED \ POST ROUND HEAD SQUARE 6" x 6" x )fs" GALVANIZED BOX BEAML NECK BOLT (CARRIAGE 71�" BOTTOM RAIL THE COST OF THIS POST TO BE ' • i BOLT), HEX NUT AND 6" s" SHELFANGLE TYP.) INCLUDED IN THE PRICE BID FOR BLOCKOI�TT �� 1 OCKRWASH RED ING (SEE NOTE "B"� THE TRANSITION ITEM. 8"x"6"x J4 ; NO BOLT BETWEEN SECOND AND THIRD BOX TUBE 6 LONG \ # S3 x 5.7 IL BEAMS AND THE BLOCKOUTS ON THIS POST. PLAN i 2'-0" CL HEAVY POST NO BOLT BETWEEN THE BOX BEAMS AND W6 x 9 THE BLOCKOUTS ON THIS POST. TURNDOWN DETAIL BRIDGE RAILINPAY LIMIT FOR G — y 2 4 2 N ' „ PAY LIMIT FOR TRANSITION BRIDGE RAILING TO BOX BEAM GUIDE RAIL BRIDGE ESTIMATE NOT TO SCALEy 2-10 " i, HIGHWAY POST SPACING Y 2-10 (HIGHWAY ESTIMATE) 8"xx 2'-0" " `V 8"x x 2'-0" " N /� 2'-0" 2 SPACES ® 2'-0' = 4'—o" 4 SPACES ® 2'-0' = 8'-0" 6 SPACES ® 3'-0' = 18'-0" SOIL PLATE �� SOIL PLATE a 2'-0" r OF EXPANSION OF FIRST ` „ a „ N SPLICE ASSEMBLY HEAVY POST S3 x 5.7 TRANSITION POSTS OF FIXED SPLICE ASSEMBLY TOP RAIL Y 2 " " CE OF BRIDGE POST —� (FIRST RAIL) ( ) II � N � „ X 2 II DETAIL SEE RNDOWN &IOF EXPANSION OF TURNBACK LICE ASSEMBLY SLOPE TO MEET ASSEMBLY (BOTTOM SPLICE HIGHWAY RAIL) (SECOND & THIRD RAIL) MOUNTING HEIGHT 71r" (BOTTOM RAIL) \ P4o s" x 6" X �6" GALVANIZED BOX BEAM SEE NOTE "A" HEAVY POST DETAIL v � TRANSITION POST DETAIL N CID W z I x Z I "��Yw w a ca 2 / • 1.7 J o cV e = _ 2 ;� _ PERMISSABLE TO CUT ALONG THIS M Z LINE FOR DRIVING (TYPICAL ON if cc CURB -C%, o ALL GUIDE RAIL POSTS) TOP OF ROADWAY I I SURFACE 8x 6"x X" GALVANIZED I IJI,L BLOCKOUT"TUBE 6" LONG (TYP.) TOPS OF TUBES TO HEAVY POST BE FLUSH (TYP.) HEAVY POSTS HOLES ANGLE IN THE BE RST FOR RNTHE LOWERIELD SHELF SHELF ANGLE 34 DIA. x 713" LG. ROUND ELEVATION MATCH ( (SEE NOTE "B") DIA. HOLE BE FIELD ELD DILLED R LLED. OF THE GROUND THE 9' MEASURED FROM THE END OF THE HEAD SQUARE NECK BOLT, HEAVY POST WITH SOIL PLATE T WASHER W6 THREE—RAIL WITH CURB NO X6 DIA. BOLTS REQUIRED IN BOX BEAM FLARED BACK SECTION OF TUBE AND LOCK ,W HEX NUTSHER (TYP.) x 9, SEE DETAIL ABOVE. ELEVATION AT THIS POST ONLY. 2 — ifs DIA. x 1V LG. STD. TRANSITION FROM THREE—RAIL STEEL BRIDGE RAILING WITH W GALV.6BOX BEAM 4 HEX BOLT (A307, GRADE A) HANDRAIL & CURB TO HIGHWAY BOX BEAM GUIDE RAIL WITH HES NUTS AND FLAT 8" WASHERS (1 NEAR SIDE, 114 1 FAR SIDE) TYP. 8" x 14 x 2'-0" 4" x16" x 9,1f 6 2 SOIL PLATE SEE NOTE "D" FILL PLATES (TYP.) 6" (TYP.) THE COST OF THE � 45' 6" x 6" x 3fe � TO BEPOST NINCLUDED TH SOIL PN THE LATE B—U1VB / BOX BEAM RAIL THIS ANGLE IS DETERMINED BY THE 9" B—U1V6 45 AT THE END OF THE BOX BEAM FCOST OF THE TRANSITION G• \ MEASUREMENT EE ELEVATION OF TRANSITION". 6 2 G �6 ITEM. I — SPLICE TUBE STEEL BACK—UP � SEE NOTE "C" BAR TO REMAIN � Fes=% 3" (TYP-) / 26 TYP.) _j 26HEAVY POST ELEVATION 1'-136" WELD DETAIL FOR TYP. Cv, DIA. Ho " " SPLICE TUBE ( ) BOTTOM) FOR �DIA BEAM LG. BOLTS 6 2 M 1 x 7 SLOT IN FI PLATES (BOTTOM) NANDARD M A325, TYPE 1)�W/XXttN"UT6G 45' —U1VB AND IN 5" x 5" x " TUBE (TOP & BOT.) DUNN WASHERS Q TOP & 1 BOTTOM) ENGINEERING AND 1 LOCK WASHER (GALVANIZED). TYPICAL G ASSOCIATES, P.C. SPLICE DETAIL AT TURN BACK IN SPLICE TUBE DETAIL Consulting Engineers NOTES: LOWER TRANSITION GUIDE RAIL FOR TURN BACK 66 Main Street NOTE "A": Westhampton Beach, NY 11978 THE COST OF THE POSTS, SPLICE TUBE AND RAIL FOR THE LOWER TUBE (631)288-2480 FLARE SECTION IS INCLUDED IN THE PRICE BID FOR THE TRANSITION ITEM. NOTE "B": SEE TYPICAL RAIL TO POST CONNECTION DETAIL FOR HIGHWAY BOX BEAM GUIDE RAIL. BAY AVENUE NOTE "C" CULVERT RECONSTRUCTION PROTRUSIONS CAUSED BY WELDING OR GALVANIZING ARE NOT PERMITTED TOWN OF SOUTHOLD ON THE ADJOINING SURFACES OF THE BOX BEAM RAILS, SPLICE TUBES AND FILL PLATES. SUFFOLK COUNTY, NEW YORK NOTE "D": HOLES IN THE POST FOR THE LOWER RAIL MAY BE LOCATED AND DRILLED IN THE FIELD. IF SO, THE GALVANIZING SHALL BE REPAIRED REVISIONS IN ACCORDANCE WITH SUBSECTION 719-01. NO. DATE DESCRIPTION BY BRIDGE RAIL DETAILS - 2 DATE SCALE DEA NO. 07/07/2014 NONE 34000 DESIGNED BY DRAFTED BY SHEET NO. A.G. A.G.. 13 OF 18 his 6" 4kt" 6" Q OF 1" z 4""SLOTS IN TOP AND 5i{6" 2-9 6" x 6" x T4s" TUBE n 2—g 4" x ' x 2'-11" FILL PL. I I I I BOTTOM OF 6 z 6 z �s TUBE (TYP.) n n n n SEE NOTE "D" FIXED SPLICE TUBE 5" x5" xi6" 5 x5 xis 4 x � x2 -2 FILL PL. GALVANIZED TUBE GALVANIZED TUBE EXPANSION SPLICE TUBE ,,, M , � n n n kt 6 x 6 x s TUBT4 — DIA. FULLY THREADED BOLTS, 7) 2/4 LONG 6" 6" 2/4V4 — DIA. FULLY THREADED BOLTS, 7,Z" LONG Of 6" 1'-3" 6" 4;t' SEE NOTE "D" (ASTM A325 TYPE 1) 2 WASHERS AND A HEAVY OF � DIA. HOLEs PLAN (ASTM A325 TYPE 1 2 WASHERS AND A HEAVY HEX NUT ON EACH BOLT. NUT TO BE FINGER TIGHT Pt n HEX NUT ON EACH BOLT. NUT TO BE FINGER TIGHT fE OF DIA. HOLES AND THE FIRST THREAD BELOW THE NUT TO BE 2 —3 AND THE FIRST THREAD BELOW THE NUT TO BE 3'-0" PLAN DAMAGED A.O.B.E. 4 BOLTS AT EACH SPLICE. DAMAGED A.O.B.E. 4 BOLTS AT EACH SPLICE. PLAN6n „ „ 6n PLAN , " SET AT 4Y4' @ 68-F OF 1 DIA. HOLES IN TOP AND 6" 5�a" 5�" 6" fL OF THROUGH TUBE V DIA. HOLES BOTTOM OF 6" x 6" x X" TUBE (TYP.) Q OLES _F SEE NOTE "D" 6" x 6" x T4s TUBE THROUGH TUBE 5 "x 5" xs" GALVANIZEDE OF DIA. H ' I I I TUBE, 2'-3" LONG 5" x 5" x his' GA VANIZED i i i i EXPANSION SPLICE TUBE FIXED SPLICE TUBE TUBE, 2'-11N' LONG I I I I " " 4 x X" x 2'-2" FILL PL. " " ELEVATION 8 SEE NOTE "D" 6" x 6" x his' TUBE T4s 2-9 ELEVATION X6" 2-9 ELEVATION 4" x Y" x 1'-8" FILL PL. ELEVATION FIXED SPLICE TUBE FIXED SPLICE ASSEMBLY EXPANSION SPLICE TUBE EXPANSION SPLICE ASSEMBLY 4K x X x 2'-3" GALVANIZED BAR 5" x 3" x )f TUBE 6» 4�t' �, 6n SEE NOTE "D" FIXED SPLICE BAR W4 x 2ND" x 3'-0" GALVANIZED BAR z TOP AND B�OTT01� OF5"4 �z 3" Nr4 TUBE (TYP.) — EXPANSION SPLICE BAR LO _ 2V U' — 2 6 Of 6n2XV 4 — � DIA. FULLY THREADED BOLTS, 4f LONG i ASTM A325 TYPE 1 2 WASH „ " y„ QOF � DIA. HOLES PLAN ( ) ERS AND A HEAVY " 6" 1'-3" 6" 4 " " HEX NUT ON EACH BOLT. NUT TO BE FINGER TIGHT 5 x 3 x 4 TUBE 4 — Y DIA. FULLY THREADED BOLTS, 4)f LONGr� 2 —3 AND THE FIRST THREAD BELOW THE NUT TO BE „ " (ASTM A325 TYPE 1) 2 WASHERS AND A HEAVY DAMAGED A.O.B.E. 4 BOLTS AT EACH SPLICE. OF DIA. HOLES SEE NOTE D HEX NUT ON EACH BOLT. NUT TO BE FINGER TIGHT AND THE FIRST THREAD BELOW THE NUT TO BE PLAN 6" n 6 4 " 3'-0" PLAN DAMAGED A.O.B.E. 4 BOLTS AT EACH SPLICE. OF 1" DIA. HOLES IN TOP AND PLAN BOTTOM OF 5 z 3 z V TUBE (TYP.) SET AT of ® 68-F OF 39 DIA. HOLES 5" x 3" x TUBE n n 6" 5�" 5�' 6" THROUGH BAR SEE NOTE D FIXED SPLICE BAR fE OF DIA. HOLES OF 1" z 4" SLOTS IN TOP AND THROUGH BAR SEE NOTE "D" R121 RIMOTTOM OF 5" z 3" z V TUBE (N.) 4Y4' x 2Y" x 2'-3" GALVANIZED BAR ELEVATION ELEVATION FIXED SPLICE ASSEMBLY 5" x3" x ' TUBE 4Y' x 216" x S-0" GALVANIZED BAR I ,� EXPANSION SPLICE BAR FIXED SPLICE BAR ELEVATION j� ELEVATION EXPANSION SPLICE BAR EXPANSION SPLICE ASSEMBLY ' CHAMFER ON NOTES: ALL EDGES (TYP.) NOTE "D": DUNN PROTRUSIONS CAUSED BY WELDING OR GALVANIZING ARE NOT PERMITTED ON THE ADJOINING SURFACES OF THE BOX BEAM RAILS, SPLICE TUBES ENGINEERING AND FILL PLATES. ASSOCIATES, P.C. ::) Consulting Engineers 4f 66 Main Street Westhampton Beach, NY 11978 (631)288-2480 SECTION A-A BAY AVENUE CULVERT RECONSTRUCTION TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK REVISIONS NO. DATE DESCRIPTION BY BRIDGE RAIL DETAILS - 3 DATE SCALE DEA NO. 07/07/2014 NONE 34000 DESIGNED BY DRAFTED BY SHEET NO. A.G. A.G.. 14 OF 18 I I SPLICE PLATE PLA } +-+ -T— (SEE DETAIL B) 2�_3" WITH 8-N 0 POST CL POST I I HOLES fE POST fl POST (8)- BOLTS 2" LON PLAN " " 2Y4" 3" 3" 3" 3l�" 3" 3" 3" NOTE: UNLESS OTHERWISE TS 6 X 6 X SPECIFIED HOLE DIAMETERS ASTM A325 WITH F436 CONTINOUS HOLLOW STRUCTURAL `-) + * ARE V WIDE WASHERS (TYP.) STEEL TUBE I M REFLECTOR HOLE 1�6' 0 HOLES IN BOX BEAM 0 BOLT 7� LONG WITH z HOOK BOLT HOLE CABLE (TOP AND BOTTOM) " " " UT AND (2 - FLAT WASHERS I 00 Nio (CABLE) 2 6 4�t' 4Nz' 6 A (r� 0 HOLE 6 "ONLYESE HOLES TO BE TAPPED FOR �-10 NC BOLTS Z M „ I 2 - W-BEAM MOUNTING HOLE DETAIL B SPLICE PLATE SHOWING z HOLES THRU OPPOSING FLANGE + 00 co TAPPED BOLT HOLES I I " TO PERMIT USE S MEDIAN P4f I `PLATEi' K) BARRIER POST 1y"' C.C. 5" X 3� X (2)- " 0 HOLES " X 3" 5" 2'-3" WITH (8)-V 0 2V I U-) A� IN PQST 1f C.C. fit' 0 BOLT WITH NUT HOLES cn �2)- ," GAP TO�t FOR Xt" BOLTS SLOT IN STEEL " " " " o A OX BEAM SC. MOUNTING FOR J' BOLT AND FLAT WASHER 2 3 3 3 3Yf 3 3 3 � ( - V 0 HOLES ( a III HOOK BOLT HOLE (CABLE) 6'-0" (TYP.) (SEE NOTES 1 & 2) C.C. IN STEEL "L" i' "' i' " —� X 8" X 24" Z I I ,� I ALTERNATE REFLECTOR MOUNTING CV cV %C) cV SOIL PLATE I I OR W-BEAM SUPPORT BOLT HOLE GROUND LINE �� _ 2V _ _ HOLE FOR ALTERNATE REFLECTOR °° TACK WELD HEX NUTS MOUNTING (BOX BEAM) TYPICAL SPLICE DETAIL DETAIL "B" SPLICE PLATE SHOWING )4*" FRONT VIEW BACK MEW Y 2 Z HEX NUTS WELDED TO PLATE FRONT VIEW BACK VIEW UNIVERSAL POST DETAILS AX8" X24" o STEEL PLATE = o co (n i UNIVERSAL POST N M J cV Y 2-1p Q PERMISSIBLE TO CUT ALONG z BOX BEAM THIS LINE FOR DRIVING (TYPICAL ON ALL GUIDE RAIL POSTS) [NOTE: WELD OR GALVANIZING PTACK I WELDTRUSIONS NOT PERMITTED Y 2 TOP OR BOTTOM INSIDEELEVATION S3 X 5.7 POST LS IN SPLICE AREA utu TYPICAL TANGENT SECTION SECTION A-A SECTION A-A JPLICE PLATE SHOWING SPLICE PLATE SHOWING HEX NUTS WELDED TAPPED BOLT HOLES TO PLATE GENERAL NOTES: 1. POST SPACING SHALL BE 6'-0" EXCEPT WHERE REDUCED POST SPACING IS INDICATED ON THE CONTRACT PLANS. POSTS ARE CONNECTED TO RAIL AT 6'4 SPACING. WHEN 36" OR 24" REDUCED POST SPACING IS REQUIRED, PAYMENT FOR ADDITIONAL POSTS ASSOCIATED WITH REDUCED POST SPACING WILL BE MADE UNDER THE PAYMENT FACTORS SPECIFIED IN THE LENGTH OF PIECE SHALL BE CUT AT CONTRACT DOCUMENTS. BACK SLOPE WITHOUT EXCEEDING RAIL MOUNTING 2. SEE BRIDGE PLANS FOR GUIDE RAIL DETAILS, POST SPACING AND PAY ITEMS FOR HEIGHT ALONG FLARED PORTION TRANSITIONS AND CONNECTIONS TO BRIDGE RAIL. BOX BEAM SHALL BE SHOP CURVED 2 POST ANCHOR OR STRAIGHT AL DIRECTED BY THE 3. THE UNE OF BOX BEAM GUIDE RAIL, WHEN COMPLETED, SHALL PRESENT A SMOOTH (SEE DETAIL "A") ENGINEER. PAYMENT SHALL BE UNDER AND PLEASING GRADE LINE IN BOTH HORIZONTAL AND VERTICAL PLANES. THE APPROPRIATE ITEM 4. THE RAIL MOUNTING HEIGHT OF ALL GUIDE RAIL PLACED BEHIND CURB (REGARDLESS OF THE CURB HEIGHT OR SPEED) SHALL BE MEASURED FROM THE PAVEMENT SURFACE WHEN THE OFFSET IS 12" OR LESS AND TO THE GROUND SURFACE UNDER THE FACE PLAN VIEW NUT WITH WASHER TS 6" X 6" OF THE RAIL WHEN THE OFFSET IS GREATER. BOX BEAM WHEN A TYPE O TERMINATION IS USED, PAYMENT WILL BE MADE L AS GUIDE RAIL WITH THE INDICATED PAYMENT FACTORS V 0 HOLE IN BOTH SIDES OF BOX BEAM AND IN BOTH POSTS. WX 9� BOLT TS 6' X 6" BOX BEAM WITH NUTS AND FLAT WASHERS 1*4* X 8" X 24" J" BOLT 9� LONG DUNN S-p" STEEL SOIL PLATE WITH WASHER ENGINEERING PAYMENT (NOT REQUIRED IN ROCK) = 2 ASSOCIATES, P.C. FACTOR 6'-0" GROUND LINE DETAIL "A" - PLAN VIEW Consulting Engineers 66 Main Street Westhampton Beach, NY 11978 (631)288-2480 I It I I I SOIL PLATES BAY AV E N U E REQUIRED IN SOIL CULVERT RECONSTRUCTION rl---�POST MAY BE FIELD CUT TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK TYPE 0 END TERMINAL REVISIONS NO. DATE DESCRIPTION BY BOX BEAM GUIDE RAIL DETAILS DATE SCALE DEA NO. 07/07/2014 NONE 34000 DESIGNED BY DRAFTED BY SHEET NO. A.G. A.G.. 15 OF 18 ITEM QTY DESCRIPTION A 1 LOWER FIRST POST W605 x 8'-0" LG See End Splice Channel Detail Second Rail B 1 UPPER FIRST POST W6x9 1'-9 1/2" LG. C 1 SUPPORT BRACKET 10 GAGE BENT PLATE D 1 POST BREAKER E 1 END TUBE RAIL TSSx6x.1/8 x 12`-0" LG. PLAN F 1 CABLE ASSEMBLY 1 __ G 1 BEARI NG PLATE 06 LENGTH OF NEED S 1 BOX BEAM HEAD 8'_I ►^O�� 3►_©„ 1 RAIL SUPPORT BRACKET 1_501/2x3/8 x 4 1/2" LG. J 1 WEAK BOX BEAM POST w/ SOIL PLATE {2)s d, (2)m, �2)s K 2 END TUBE SPLICE CHANNEL--DETAIL BELOW ` VT HARDWARE tv K a 1 1/4 x 3" LG. GRADE 2 BOLT `. ZZ , b 2 5/16 x 7 1/2' LG. GRADE 5 BOLT �'` c 2 1/2 x 2" LG. GRADE 2 BOLT d 4 5/8 x 2" LG. GRADE 5 BOLT END SPLICE CHANNEL DETAIL e 1 5/8 x 3" LG. GRADE 5 BOLT ITEM K SPLICE CHANNELS WILL SET ON THE TOP AND BOTTOM f 4 5/8 x £" LG. GRADE 5 BOLT END TERMINAL PAY LIMITS B0X-81EAM GUARDRAIL PAY LIMIT OF SECOND RAIL. THE BENT PLATES WELDED TO THE 9 1 5/8 x 8" LG, GRADE 5 BOLT END OF ITEM E END TUBE RAIL WILL SET ON TOP OF ITEM K h 1 1/4" HEX NUT CHANNELS ELEVATION SPLICE i 2 5/16" HEX NUT b, 1, (2)q k 2 1/2" HEX NUT M 14 5/8" HEX NUT NOTE: n 2 1" ANCHOR CABLE HEX NUT (2)qP 1 1/4" WASHER ALL WORK SHALL BE PAID FOR UNDER ITEM 606.1203 - BOX P q 4 5/16" WASHER BEAM END ASSEMBLY TYPE III k, C ah, E r 3 1/2" WASHER c, r 18 5,/8" WASHER t 2 1 " ANCHOR CABLE WASHER e, M,. s F. J B G g. m. � ��eta BEAT Box-Beam, Bursting Energy Absorbing Terminal Al Assembly Drawing OX HEAD aETAIL SECTION !"A—A" tons & Details nom. Road Syaftmn, Inc. 10/5/2006 m►��: 4s�- - '�a.�;� sem: g,: or Phone: M-3WO721 BEAT-RS-US.dwvg NONE ACM :D DLTNN ENGINEERING ASSOCIATES, P.C. Consulting Engineers 66 Main Street Westhampton Beach, NY 11978 (631)288-2480 BAY AVENUE CULVERT RECONSTRUCTION TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK REVISIONS NO. DATE DESCRIPTION BY BOX BEAM GUIDE RAIL END TERMINAL DETAILS DATE SCALE DEA NO. 07/07/2014 NONE 34000 DESIGNED BY DRAFTED BY SHEET NO. A.G. A.G.. 16 OF 18 MARION LAKE PROPOSED ROADWAY(P TRAVERSE POINT#201 STA. 16+00.13 TRAVERSE POINT#202 ANGLE POINT N 5599.50 ANGLE POINT STA. 16+85.24 ANGLE POINT STA. 2+26.79 E 5000.00 STA. 3+07.47 N 5684.42 STA. 1+47.31 N 5572.31 ELEV. 7.05 N 5652.86 E 5005.70 POL STA. 0+48.52 E 5009.17 E 5013.81 ELEV. 12.15 N 5394.09 N 5492.85 E 5004.87 E 5006.95 BL STA. 13+94.09 N 03°-50'-17" E 5.02' LT. � _ -.._.._.._.._.. -.._..... .o N 030-18'-01" E - - - moo N 01°-54'-52" E _ _�-- E +oo N 00°-44_34'_E _ __ _ -��-^-_ N 01--36'-IT7E 9 F N 01'-39'-20" _ _ ��- _ i 0° 14+00 _ 13+0o N 01°-26_-19" E_ _ -..-..-..-..-.._..-.. �..-..-.._..-. - -i' OH WIRES -- . .. ..�......�..�.._..I..�.. 0 WILE -- _- NYT 10+00 ^ 12+00 _ -.._........_.._..�.._..-.._ . NYT - .. OH WIRES YY -- -- j TRAVERSE POINT#203 / STA. 14+59.45 N 5459.31 SURVEY TRAVERSE BASELINE E 5011.54 00 ELEV. 3.52 UMR D OUSE [TRAVERSE POINT#200 ANGLE POINT MARION PROPOSED CULVERT _STA. 10+00.00 STA. 0+98.20 LAKE ROADWAY q STA. 2+00.00 N 5000.00 N 5443.76 E 5000.00 E 5006.31 ELEV. 4.92 =:DDUNN ENGINEERING ASSOCIATES, P.C. Consulting Engineers 66 Main Street Westhampton Beach, NY 11978 (631)288-2480 BAY AVENUE CULVERT RECONSTRUCTION TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK REVISIONS NO. DATE DESCRIPTION BY SURVEY CONTROL PLAN 20' 0 20' 40' 60' DATE SCALE DEA NO. 07/07/2014 111=10' 34000 DESIGNED BY DRAFTED BY SHEET NO. A.G. A.G.. 17 OF 18 Land, Air, Fater Environmental Services, Inc. Land, Air, Water Environmental Services, Inc. DRILLER'S L 9 ____ ---- D ILLEF ' LOGS .......... . Page# 1 of 1 ' Page# 1 of DATE: Petmtar, 2€�r,201 DATE: February 20, 21314 SITIE: Eat#:Wrlo Eric a CONSULTANT-, Dunn Engineering rir�c Asst dates, P SITE: East Marion Bridge CONSULTANT: Dunn Engineering Associates, PC B,y R,ve , Eas#l�tFz�rin, NY Westhampton Beach, NY Bay Ave., East Marion, NY Westhampton Beach, NY DEPTH DRILLED: 27 feet DEPTH TO WATER: 5 feet DEPTH DRILLED. 37 feet DEPTH TO WATER: 5 feet CORING DEVICE: 2"x 24" TIME WATER WAS TAKEN: 9:00 AM CORING DEVICE: 2"x 24" TIME WATER WAS TAKEN: 11:30 AM AUTOMATIC SPT DROP HAMMER WELL/BORING GROUTED : NO AUTOMATIC SPT DROP HAMMER WELL/BORING GROUTED : NO DRILL RIG/GEOPROBE TYPE:. Geoprobe 78-DT DRILLING METHOD: 3"Geoprobe rads DRILL RIG 1 GEOPROBE TYPE: Geoprobe 78-DT DRILLING METHOD: 3" Geoprobe rods DRILLER.: E. Santiago HELPER: C. Pedersen!P. Slavin DRILLER: E. Santiago HELPER: C. Pedersen /P. Slavin - 9 z> 0 ft 5 It, Hand No Classification 0 ft 5 R Hand No Classification 5 ft 7 ft 12 inches W.0,1-1-2-2 Light brown/brown sand, coarse to medium to fine, 5°r'a gravel, (SW),wet 5 ft 7 ft 9 inches 4-4-3-5 Brown wood,wet 7 ft 9 f# 73 inches 2-2-1-1 Light brown send, coarse to fine, trace c�fgravel, (SW), 7 ft 9 ft 4 inches 3-1-PUSH-1 Grey/tan sand, coarse to medium, 5% gravel, (SW),wet 9 ft 11 it 1.7 inches 3-3-2-2 Light brown sand, coarse to medium, 5%gravel, (SW), 9 ft 11 ft 24 inches 1-PUSH Brown/grey peatfsand mix,fine, (PT),wet wet 11 ft 15 ft Direct Push Rod Advancement 11 ft 15 ft Direct Pus11 h Rod Advancement 15 ft 17 f# 42 in files 5-6.7-7 Light brown/tan sand, miedium tv f ne, (SW),wet 15 ft 17 ft 16 inches 2W4-5-6 Grey/tan stand, coarse to medium to fine, trace of gravel,. (SW),wet 17 ft 213 ft Direct Rush Rod Advancement 17 ft 20 ft Direct Push Rod Advancement 20 ft 22 ft 16 ineIhes 6-8-8-9 Light brown/taxi sand,coarse to medium,trace of gravel, 20 It 22 ft 15 inches 3-3-5-5 Light grey tan sand,coarse to fine,trace of gravel, (SW), (SW),wet wet 22 ft 2$- ft Direct lush Rod Advancement 22 ft 25 ft Direct Push Rod Advancement r Tan/orange tan sand, coarse to medium, 5%gravel, (SW), Tan/oan 25 ft 27 ft 14 inches 7-7-8-9 25 ft 27 ft 14 inches 5-6.g-g ge banding/laminations sand, medium to fine, wet trace of gravel, (SW),wet 27 ft 1 30 ft Direct Push Rod Advancement 30 ft 32 ft 15 inches 10-13-14-14 Light tan sand,very fine, (SP), wet 32 ft 35 ft Direct Push Rod Advancement 35 ft 37 f# 8 inches 5-7-6-7 Light tan sand, coarse to fine, 10%gravel; (SW),wet The.ao mg!well,has,been finished at,g;rade'as contracted. It is:the responsibility of the client and./or property owner The Waring/well has been finished at grade as contracted- It is the responsibility of the client and/or property owner to maintain the boring::jWell andhave it legally abandoned when docornmissioninng is required. to maintain the boring/well and have it legally abandoned when decommissioning is required. NOTE: NOTE: BORING TAKEN IN GRASS SHOULDER AT EASTERLY EDGE OF PAVEMENT BORING TAKEN IN GRASS SHOULDER AT EASTERLY EDGE OF PAVEMENT APPROXIMATELY 14' NORTH OF THE EXISTING BRIDGE. APPROXIMATELY 15'SOUTH OF THE EXISTING BRIDGE. EXISTING GROUND ELEVATION =5.9± EXISTING GROUND ELEVATION =4.6± :D DUNN ENGINEERING ASSOCIATES, P.C. Consulting Engineers 66 Main Street Westhampton Beach, NY 11978 (631)288-2480 BAY AVENUE CULVERT RECONSTRUCTION TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW FORK REVISIONS NO. DATE DESCRIPTION BY SOIL BORING LOGS DATE SCALE DEA NO. 07/07/2014 NONE 34000 DESIGNED BY DRAFTED BY SHEET NO. A.G. A.G. 18 OF 18