Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Fueling Station
(Domestic Mail Only; No Insurance Coverage Providec — For delivery information v's 1 U r v eiaite at www.usps.com,,, �r -�•' Sent T - Sia .:I- A ._..�� !.m.L------------------- C3 street, opt —y �o f or PO Box o. ... ...CA V � -- ary, stere, zrP+a t t73 PS For,, W00 A-ji.� for 1oStrUCt1M1S ■ Complete items 1, 2, and'3. Also complete item 4 if Restricted Delivery is desired. ■ Print your name and address on the reverse so that we can return the card to you. ■ Attacthis cans to the back of the mailpiece, or on the front if space permits. 1. Article Addressed to:. Ll boyle. Colj1r+ Ee sY tAorh�br-t- NN t 1131 0 Agent B Received 6 (Printed Nbmo C. D to of qeIlvery �) Is delivery address different from item 17 ❑ Ye If YES, enter delivery address below: ❑ No 3. Service Type )WCertiffed Made ❑ Priority Mail Express'" ❑ Registered 0 Return Receipt for Merchandise ❑ Insured Mail ❑ Collect on Delivery 4. Restricted Delivery? (Extra Fee) 0 Yes 2. Article Number 7 010 1060 0001 15 71 1063 (Jiansfer from service ALW PS Form 3811, July 2013 Don�tlo Return Rec.ipt ■ Complete items 1, 2, and 3. Also complete item 4 if Restricted. Delivery is: desired. ■ Print your name and address on the reverse so that we can return the cans to you. ■ Attach this cans to the back of the mailpiece, or on the front If space permits. 1. Article Addressed to: _ En4m n memialJ !8� Lon9 talo�r+e;Venue a sl re X [3 Agent —'� ❑ Addressee B1.ived b tinted Name C. Date of Delivery I\� by ry n %� D. Is delive"d�ess different from Item 1? ❑ Yes If YES, ente elivery address below: ❑ No 3. Service Type Wertifled Mail® ❑ Priority Mali Express Registered ❑ Return Receipt for Merchandise ❑ Insured Mail ❑ Collect on Delivery 4. Restricted Delivery? (Extra Fee) ❑ Yes 2. Article Number - 7 010 1060 0001 15 71 1049 (liarfsfer from service IabelJ PS Form 3811, July 2013 Domestic Return Receipt s Postal CERTIFIED MAIL,. RECEIPT Q- ' .Insuranceoverage • . C3 -VA LULra "RI&J. =E rti Postage $ . Certified Fee -? C3 C3 Return Receipt Fee (Endorsement Required) ti Po '0 f C3 Restricted Delivery Fee (Endorsement Required) C3 C3 Total Postage & Fees 7 r -i tentptp `®SD_.. 11 �_J, �7_ (t w( Z QIP+4 ----- 6_5' �S Form 3800 AOYLIst 2006 See Hever�e for Instructions ■ Complete items 1, 2, and 3. Also complete item 4 if Restricted. Delivery is: desired. ■ Print your name and address on the reverse so that we can return the cans to you. ■ Attach this cans to the back of the mailpiece, or on the front If space permits. 1. Article Addressed to: _ En4m n memialJ !8� Lon9 talo�r+e;Venue a sl re X [3 Agent —'� ❑ Addressee B1.ived b tinted Name C. Date of Delivery I\� by ry n %� D. Is delive"d�ess different from Item 1? ❑ Yes If YES, ente elivery address below: ❑ No 3. Service Type Wertifled Mail® ❑ Priority Mali Express Registered ❑ Return Receipt for Merchandise ❑ Insured Mail ❑ Collect on Delivery 4. Restricted Delivery? (Extra Fee) ❑ Yes 2. Article Number - 7 010 1060 0001 15 71 1049 (liarfsfer from service IabelJ PS Form 3811, July 2013 Domestic Return Receipt s Ln C3 For delivery information visit our website at www.usps.com, T Ln Postage $ ra certified Fee S 0 Return Receipt Fee �!Py gnaric 0 (Endorsement Required) C� v C3 Restricted Delivery Fee y (Endorsement Required) o C3 r `3 O Total Postage & Fees ri Sent siW apt. No..; Y1& - 1� -- PO Box N- - - n -r - t ��" ZIP+4 '1 .4 forheQA WN 11801 800. August 200E ■ Complete items 1, 2, and 3. Also complete 11 A. item 4 if Restricted Delivery is desired. ■ Print your name and address on the reverse so that we can return the card to you. ■ Attach this card to the back of, the mailpiece, X p or on the front if space permits. 1. Article Addressed to: V K -33-a 1ndW�'r�es ILkt QenAer r �n 1�',%4exrhe4d NY No s a 3.' ►Agent 0 Address. by (Print amq C. Date of Deliw y address different from item 1? 0 Yes ter delivery address below: 0 No ified Mail® 0 Priority Mail Express"' Registered 0 Return Receipt for Merchandise 0 Insured Mail 0 Collect on Delivery 4. Restricted Delivery? (Extra Fee) 0 Yes 2. Article Number ?010 1060 0001 15 71 1056 (Transfer from se7lee labeo Ps Form 3811, July 2013 Domestic Return Receipt ru M 0 For delivery information visit our website at www.usps.comq) r-1 I -rd F t-GEdf E Ln Postage $ r=I certified Fee Postmark E3 Return Receipt Fee Here C3 (Endorsement Required) 0 Restricted Delivery Fee (Endorsement Required) 0 C3 Total Postage & Fees $ sA To i�sontC3 ......... N.YfIN C3 or a Complete fterft 1, 2, and 3. Also complete item 4 if Restricted Delivery is desin a Print your name and address or"th ;�er.. so that we can return the card to you. N Atta s card to the back of th�emallpiece, or of r o front if space permits. I Art . Articl d:res;;sed to: t r kv can C�dived bye (Pn'nfed haml D. Is delivery address different If YES, enter delivery addn 13 Agent 13 Addressee C. Date of Delivery 1? OYes 13 No 3. Service Tyr* A%A OPM A =er'led Mall* 13 Priority mail Express"` 1.110 0 Registered E3 Return RecelPt for Merchandise E3 Insured Mall E3 Collect on Delivery 14- Restricted Delivery? (Ext, Fe,) 0 Yes 2. Article Number - (1tftwf8r ftm Safte 191590 7010 1060 0001 1571 1032 PS Form 31311, July 2013 OWNIGO Retum Recelpt ---------- r-3 (Domestic -Mail. Only, No Insurance Coverage Provided) 0/Y •• defivelry information visit our website at WWW.Usps.come 0 U j Lr) Postage $ \ -A certified Fee r-9 M C3 Return Receipt Fee (Endorsement Required) PostMark re 0 r-3 Restricted Delivery Fee (Endorsement Required) OTotal Postage & Fees $ E3 Sen,176 ;okx COY- ----- P� or PO Box No. ----------------- &�.n +!rgQ* ------ PS 06rm 3800;,August 2006 ------- -------------- See Reverse for Instructions IN Complete items 1, 2, and 3. Also complete item 4 if Restricted Delivery is desired. 0 Print your name and address on the reverse so that we can return the card to you. X Attach this card to the back of the mailpiece, or on the front if space permits. 1. Article Addressed to: CO-Irrn e, A. Xiture X , 0 Agent ,4❑ Addressee B. Received by (Printed Name) Date I Delivery D. Is delivery address different from item I? El Yes " -, I If YES,eri.terdeliver].,qddress below: 0 No '9074 3. ServiceType ?!Fbertified Mail® 13 Priority Mail Express - 11 Registered E3 Return Receipt for Merchandise El Insured Mail 11 Collect on Delivery 4. Restricted Delivery? (Extra Fee) 0 Yes 2. Article Number --- - — (Transfer from service lab 7010 1060 0001 1571 1070 P§i0oril' 381'1, Vuly 2013 t Someistic R6tbrn Receipt ELIZABETH A. NEVILLE, MMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD November 19, 2014 Jason Aventura 1 101 Waverly Avenue Holtsville NY 11742 Dear Jason: Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 www. southoldtownny.gov Congratulations. At the regular Town Board meeting held on November 18, 2014, the Town Board accepted the bid of Aventura for the construction of a Fueling Station. A certified copy of the resolution is enclosed. The bid deposit will be returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk fans. ELIZABETH A. NEVILLE, MMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER o��gUFFO(,�coG Cz ti Z oy� OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD November 24, 2014 Dan American Environmental Assessment 188 Long Island Avenue Wyandanch, NY 11798 Dear Sir: Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 www.southoldtownny.gov At the regular Town Board meeting held on November 19 2014, the Town Board accepted the bid of Aventura Construction Corp. for the Construction of a Fueling Station at the Southold Town Highway Department. A certified copy of the resolution is enclosed. Your bid bond is being returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. ELIZABETH A. NEVILLE, MMC TOWN CLERK REGISTRAR, OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER KJB Industries 141 Center Drive Riverhead, NY 11901 Dear Sir: o ��gUFfO(�-coG o� y� N 2 y� • o�ir OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD November 24, 2014 Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 www.southoldtownny.gov At the regular Town Board meeting held on November 19 2014, the Town Board accepted the bid of Aventura Construction Corp. for the Construction of a Fueling Station at the Southold Town Highway Department. A certified copy of the resolution is enclosed. Your bid bond is being returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. ELIZABETH A. NEVILLE, MMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Island Pump & Tank 40 Doyle Court East Northport, NY 11731 Dear Sir: o��gUFfO(,�c� o� Gyp ca Z o*1 • O�� OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD November 24, 2014 Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 www.southoldtownny.gov At the regular Town Board meeting held on November 19 2014, the Town Board accepted the bid of Aventura Construction Corp. for the Construction of a Fueling Station at the Southold Town Highway Department. A certified copy of the resolution is enclosed. Your bid bond is being returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. ELIZABETH A. NEVILLE, MMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Papitto Construction Corp 867 Fair Street Carmel, NY 10512 Dear Sir: o��SUFFO(,rc�G Cz y Z OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD November 24, 2014 Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 www.southoldtownny.gov At the regular Town Board meeting held on November 19 2014, the Town Board accepted the bid of Aventura Construction Corp. for the Construction of a Fueling Station at the Southold Town Highway Department. A certified copy of the resolution is enclosed. Your bid bond is being returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. Southold Town Board - Letter Board Meeting of November 18, 2014 RESOLUTION 2014-913 ADOPTED Item # 5.22 DOC ID: 10233 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2014-913 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON NOVEMBER 18,2014: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Aventura in the sum of $948,850.00 ($933,850.00 plus Alter #1 - $12,000.00 and Alter #2 - $3,000.00 upon recommendation by the Town Engineer to construct a Fuel Dispensing Facility at the Southold town Highway all in accordance with plans; and be it further RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Supervisor Scott A. Russell to execute an Agreement between the Town of Southold and Aventura in the total amount of $948,850.00, subject to the approval of the Town Attorney. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Robert Ghosio, Councilman SECONDER: William P. Ruland, Councilman AYES: Ghosio, Dinizio Jr, Ruland, Doherty, Evans, Russell Generated November 19, 2014 Page 29 437 South Country Road • Brookhaven • New York • 1171.9 (631) 286-8668 • FAX (631) 286-6314 EUGENE F. DALY. P.E., P.T.O.E.-, PRESIDENT and C.E.O. RAYMOND G. DiBIASE, P.E., P.T.O.E.-, PTPTM, EXECUTIVE VICE PRESIDENT DANIEL P. JEDLICKA, P.L.S., VICE PRESIDENT Town of Southold 53095 Route 25 P.O. Box 1179 Southold, N.Y. 11971 L. K. McLean Associates, P. C. RECEIVED N0U 1 9 2014 Southold Town Clerk November 18, 2014 Attn: Michael Collins P.E., Office of the Town Engineer CONSULTING ENGINEERS Associates CHRISTOPHER F. DWYER ROBERT A. STEELE, P.E. JAMES L. DeKONING, P.E. STEVEN W. EISENBERG, P.E. ANDREW B. SPEISER EMY Re: Town of Southold: Southold Fueling Facility Letter Explaining Cost of Bid Responses Received Versus LKMA Estimate LKMA Project #: 13108.000 Dear Mr. Collins: As requested by the Town of Southold, our office has reviewed the five (5) bid responses received by the Town of Southold on November 13, 2014. Based upon the apparent low bidder's (Aventura) total bid amount of $933,850.00 our office's construction cost estimate of $648,000.00 was exceeded by $285,850.00. It appears that the two tank items (#6 and #7) accounts for $210,000 of the difference or 74%. Most of the fuel conveyance accessories (piping, sensors, proves and pumps) were assumed to be included in the tank cost package provided by the manufacturer to our office. Apparently that was not the case and the cost for those components as well as other items (fill boxes, etc..) were all added costs and not included in the estimated cost of the complete tank installation. Additionally, LKMA assumed a modest markup by the contractor of 15% for overhead and profit on the two (2) tank units. An appreciable cost was added by the bidders to purchase and handle the tank even though the installation is all above grade and requires minimal effort compared to below grade installations. The remaining difference (approximately 26%) between the engineer's estimate (budget) and the apparent low bidder's response was accounted for in the following items; • Item #9 "Top Soil & Seed" changed to Concrete Slabs - $10,000 Increase • Item #13 "Full Depth Asphalt" added - $6,000 Increase • Item #15 "Utility Building" came in $18,000 more than the same building built at the Brookhaven Landfill • Item #17 "New Gas Service & Gas Generator Unit" was $30,000 more than estimate • Item #18 "New Electric Service" came in $14,000 more than estimate The above referenced items account for the remaining cost difference costs between our engineer's estimate and the cost associated with the lowest responsible bidder. Based upon our • Founded in 1950 - LK&A L. K. McLean Associates, P. C. post -bid analysis, LKMA acknowledges the cost deficiencies that were not accounted for in the two tank items which accounts for the majority of the cost difference. We certify that these costs are legitimate and are not excessive in the low bidder's response. The remaining balance of the cost difference was either items that were modified/added after our estimate was finalized or items where we observed in increased cost from other similar projects bid recently on Long Island. If you have any questions regarding this post -bid explanation, please do not hesitate to contact this office. Very truly yours, Christopher F. Dwyer, Associate L.K. McLean Associates PC CFD:cfd CC: Town Clerk Copy. Superintendent of Highways, Vincent Orlando, Highway Department James Richter RA, Office of the Engineer LKMA File Copy LIKAIAL. K. McLean Associates, PC 437 South Country Road • Brookhaven • New York • 11719 CONSULTING ENGINEERS (631) 286-8668 FAX (631) 286-6314 Associates EUGENE F. DALY, P.E., P.T.O.E.T , PRESIDENT and C.E.O. CHRISTOPHER F. DWYER RAYMOND G. DiBIASE, P.E., P.T.O.E.-, PTPTM, EXECUTIVE VICE PRESIDENT ROBERT A. STEELE, P.E. DANIEL P. JEDLICKA, P.L.S., VICE PRESIDENT JAMES L. DeKONING, P.E. STEVEN W. EISENBERG, P.E. ANDREW B. SPEISER November 18, 2014 Town of Southold 53095 Route 25 P.O. Box 1179 o D Southold, N.Y. 11971 Attn: Michael Collins P.E., Office of the Town Engineer RECEIVED Re: Town of Southold: Southold Fueling Facility Asbestos Assessment Report — Horse Barn Demolition iy'.' ;' i 9 2014 LKMA Project #: 13108.000 Dear Mr. Collins: Southold Town Clerk As requested by the Town of Southold, our office conducted an inspection of the horse barn at the Southold Town Highway Maintenance Facility in Peconic. During the bid phase the issue of potential asbestos material present in the building structure, scheduled for demolition, was raised by prospective bidders. Attached you will find the Asbestos Assessment Report prepared by LKMA based upon our detailed inspection of the structure on November 10, 2014. The report indicates that no asbestos contained material exists in the building structure that is scheduled to be removed as part of the Southold Fueling Facility project. If you have any questions regarding this report prepared by our office, please do not hesitate to contact this office. Very truly yours, 12��- �-� )C' A,-? Christopher F. Dwyer, Associate L.K. McLean Associates PC CFD:cfd Enc.: Asbestos Assessment Report CC: Town Clerk Copy w/enc. Superintendent of Highways, Vincent Orlando, Highway Department w/enc. LKMA File Copy w/enc. • Founded in 1950 - 0 ASBESTOS ASSESSMENT REPORT • Southold Town Maintenance Garage • Peconic Lane, Town of Southold, Suffolk County r • • November 2014 • • RECEIVED Southold Town Clerk L11AAL. K. McLean Associates A C. 437 South Country Road, Brookhaven, N.Y., 11719 0 • U • Asbestos Assessment Report Southold Town Maintenance Garage Peconic Lane, Town of Southold, Suffolk County Table of Contents Paae • Executive Summary i 1.0 Introduction 1 2.0 Asbestos Survey 2 • 3.0 Laboratory Analysis 4 • Appendices A — Bulk ACM Sampling Log/Chain-of-Custody Forms B — Sample Legend C — Licenses and Accreditations D — Laboratory Analysis Data Sheets • • LKMA #13108.000 0 • C • i El • C7 • Executive Summary Structure Name/Address: Southold Town Maintenance Garage 269 Peconic Lane Peconic, Suffolk County, NY Owner's Name/Address: Town of Southold Michael Collins, P.E. —Town Engineer 53095 Route 25 P.O. Box 1179 Southold, NY 11971 Owner's Agent Name/Address: L.K. McLean Associates, PC Andrew B. Speiser — Associate 437 South Country Road Brookhaven, NY 11719 Surveying Firm: L.K. McLean Associates, PC 437 South Country Road Brookhaven, NY 11719 NYSDOL License #28593 (App. C) Project Number 13108.000 Name/Certification of Inspectors: Thomas Luck, NYSDOL Certification #06-14004 (App. C) Kevin Quinn, NYSDOL Certification #05-01744 (App. C) Survey Date(s): November 10, 2014 Analytical Laboratory Name: Enviroscience Laboratories, Inc. 2150 Smithtown Avenue Ronkonkoma, N.Y., 11779 Analytical Laboratory Certifications: ELAP #11681 (App. C) NVLAP Lab Code 200531-0 (App. C) Analytical Laboratory Data Sheets: Appendix D (33 bulk samples of 11 different homogenous materials were collected.) Asbestos Materials Present: NONE • • 1.0 INTRODUCTION This report pertains to an asbestos inspection of the Southold Town Maintenance Garage located on Peconic Lane in the Town of Southold, Suffolk County, New York. The subject building is targeted for demolition. • The inspection was conducted on November 10, 2014 by LKMA staff members (Thomas Luck — Certificate #06-14004, and Kevin Quinn — Certificate #05-01744, Appendix C) who are New York State Department of Labor (NYSDOL) certified asbestos inspectors. The scope of work for the investigation consisted of the following tasks: - Conduct a site visit and a visual inspection of the site to identify potential locations of Asbestos Containing Materials (ACM). - Collect bulk samples of suspect ACM from each homogenous area in accordance with standard industry protocols. • - Submit bulk samples to a New York State Department of Health (NYSDOH) or United States Environmental Protection Agency (USEPA) approved laboratory participating in the Environmental Laboratory Approval Program (ELAP). Analyze the samples using Polarized Light Microscopy (PLM) to determine the amount of asbestos present. Continue to analyze Non -Friable Organically Bound (NOB) samples of a homogeneous sample set using Transmission Electron Microscopy (TEM) until a positive ACM result (i.e., greater than 1 % • asbestos by weight) is confirmed or all NOB samples in the set are analyzed. Document the results of the investigation findings in a report which includes: a. A summary of the data collection techniques and laboratory analysis procedures used. • b. Identification of the location, type and quantities of ACM observed which contain greater than 1 % asbestos. c. Applicability of NYSDOL approved variances to 12 NYCRR Part 56 (ICR 56) and identification of which ACM can be removed under the variances. • 0 • 0 • • 2.0 ASBESTOS SURVEY This inspection consisted of a visual and invasive survey of the structure for suspect ACM. Building record plans were not available for review. In accordance with standard procedures, up to three bulk samples of suspect ACM were collected from each homogeneous material observed. A total of 33 bulk samples of 11 different homogeneous materials were collected from the structure for analysis. If needed, the laboratory was instructed to perform layered analysis on samples that could not be separated in the field. The sampling was conducted using protocol established by the USEPA and as required by NYSDOL's Industrial Code Rule 56. Utilizing amended water and a knife, chisel or pliers a small amount of suspect ACM was obtained and placed immediately into a zip -lock bag and sealed. The bag was then labeled and the sample information recorded on a sampling log/chain-of-custody form. All samples were "double -bagged" for shipment to the analytical laboratory. Sampling locations were recorded on a sampling location plan. A description of the suspect ACM sampled during the field survey is presented below: 0 • Caulking (CK) Three (3) samples of a firm, white, flexible caulking were collected. This material is present along both sides of the electrical conduit channels on the east side of the building. The non -friable material was in fair condition. • • Electrical Wire Wrapping (EW) Three (3) samples of a firm, black, bendable, woven electrical wire wrapping were collected. This material is present around the single electrical wire run from the exterior service connection on the west side of the building, through the attic, and down the • interior of the south wall into Work Area 2. The non -friable material was in fair condition. • Gasket (G) Three (3) samples of a soft, black, foam -like gasket were collected. This material is present around the edges of the exterior light fixture, underneath the roof overhang, on • the south side of the building. The non -friable material was in good condition. • • Insulation (IN) Three different insulation materials were observed from which a total of 9 samples were collected: IM — Three (3) samples of a soft, yellow, fiberglass -like insulation were collected. This material is present inside the exterior light fixture, underneath the roof overhang, on the south side of the building. The non -friable material was in good condition. IN2 — Three (3) samples of a soft, white, styrofoam -like insulation were collected. This • material is present underneath the vinyl siding on the building exterior. The non -friable material was in good condition. 0) 0 [7 • • IN3 — Two (2) samples of a firm, light blue, bendable, styrofoam -like insulation were collected. This material is present on the building interior at several locations along the south wall of Work Area 2. The non -friable material was in good condition. • Paint Sample (PS) Two different paint -like surface coating materials were observed from which a total of 6 samples were collected: PS1 — Three (3) samples of a thin, white, flaky paint were collected. This material is present around the outside surfaces of the electrical conduit/elbow fittings on the east/west sides of the building exterior. The non -friable material was in fair condition. PS2 — Three (3) samples of a thin, white, flaky paint were collected. This material is present on the wood surfaces of the garage door trim at the southeast corner of the building, and underneath the upper roof overhang. The non -friable material was in fair condition. • Roof Shingle (RS) Three (3) samples of a firm, black w/green speckled stone surface, bendable, 3 -tab asphalt roof shingle were collected. This material is present on all the roof surfaces of the building. The non -friable material was in good condition. • Tar Paper (TP) Three (3) samples of a firm, black, bendable, granular surface, sticky tar paper were collected. This material is present underneath the RS1 material, on all the roof surfaces of the building. The non -friable material was in good condition. • Vapor Barrier (VB) Three (3) samples of a firm, black, crumbly, paper -like vapor barrier were collected. This material is present underneath the older wood siding (under newer vinyl siding) on the building exterior. The non -friable material was in fair -good condition. The bulk ACM sampling log/chain-of-custody forms for the samples collected are presented in Appendix A. Samples collected were identified using an alpha/numeric descriptor. The system established uses a Site Identifier (i.e., building name), a code for type of material being sampled (see Asbestos Sample Legend in Appendix B) and the set for the number of homogenous types observed, and the number of samples from that homogenous type that was collected. For example: Sample ID number: SMG - RS1 - A Means: Southold Maintenance Garage — Roof Shingle (1St type) — first sample of set 3 • • 3.0 LABORATORY ANALYSIS 3.1 Analytical Procedures The bulk samples were delivered to Enviroscience Consultants, Inc. laboratories (Enviroscience), located at 2150 Smithtown Avenue, Ronkonkoma, New York. This laboratory is accredited by the New York State Environmental Laboratory Accreditation Program (ELAP #11681) and the National Voluntary Laboratory Accreditation Program (NVLAP # 200531-0). Accreditation certifications for the laboratory are provided in Appendix C. The samples were analyzed by Polarized Light Microscopy (PLM). Bulk sample analysis is accomplished by using a polarized light microscope equipped with dispersion staining as • described by the Interim Method for the Determination of Asbestos in Bulk Insulation, Federal Register/Volume 47, No. 103/May 27, 1987. The method of analysis involves the immersion of a suspect material in a solution of known refractive index and the subjection to illumination by polarized light. The resulting color displays enable mineral identification. According to ELAP guidelines, quantitative Transmission Electron Microscopy (TEM) analysis is the only method that can be used to determine if Non -friable Organically Bound (NOB) materials can be considered non -asbestos containing. Therefore, NOB samples determined to be inconclusive by PLM analysis must be verified through TEM analysis. Consequently, the laboratory was instructed to re -analyze the samples from each set of homogeneous NOB materials using TEM analysis, until a positive result for asbestos was found or all samples of the group were analyzed. • 3.2 Analytical Results A complete set of the laboratory analysis reports are included in Appendix D. The results indicated that none of the materials collected are positive for asbestos (i.e., greater than 1% asbestos by weight). • 11 • 4 0 n L-A LA LA 1-1 n u r1 • • • • 0 • 0 • • • L11AA L. K McLean Associates, P.C. Bulk ACM Sample Log 437 South Country Road, Brookhaven, N.Y. 11719 TEL. (631) 286-8668 FAX (631) 286-6314 Contract Project Site Inspectors Sampling Date Town of Southold Maintenance Garage T. Luck 11/is/2014 Site: K. Quinn SAMPLE I.D. LOCATION DESCRIPTION Photo ANALYSIS TURN @ (Floor, Room, Side, Height, Unit) (Type, Color, Size, Layer, Condition) Number (PLM, TEM) (Hours) Sn1G• SOUTH S115C Of gv1Lb1n►6 fX7-f,Je10,Q, yCLLOW 1n1SULA7-/OnJ See, Nati?/ Rw4h L1GJ+r CJX74tR, U"bfg Roof 6V0RfrANj; 600 CONd17J01 ) Ndx1-rR/HBL,E ------- ------ ------------------- SMO- ---------------------------------------------------------------- rl it --------------------------------------------------------------- 11 11 --------------------------------------- ------- ------- ----------------------------------------------------------------------------------- 9MG - 11 rt --------------------------------------------------------------- 11 r/ --------------------------------------- In►i-G ----------------------------------------------- ------------------------- Smc- ---------------------------------------------------------------- SOU7N SIDL 01(- 9u1LbW9P 9X7felOrC) --------------------------------------------------------------- 9LncK- GAsKEr 1GFtr QYfRWgAl& 00b CdNLJT/o�► , NON - PQ/ABLr ------------- ------------------ ------ ------- --------------------- SrnG- ------ ��1 r( ---------------------------------------------------I-t----------- 161 ------ ------- ------------------------- CMc- ---------------------------------------------------------------- �t Ir --------------------------------------------------------------- 1t JJ ------------- ------------------ Gl- G ------------------------- SMG- ---------------------------------------------------------------- 9XTER19k OF Gt41LbjnJG, --------------------------------------------------------------- W41Tf Ir1SUL.Arfoj ------------- ----------------- ------ ------- ItJ2-A SVnJ CORNE,e GOOD CONalr10N, NOnI-PR1A9tC Sample Chain -of -Custody Record Name (print) Signature: Date: Time: Released By TRO m A s W (!CK __ ----------------------- ------------------ Received By:_ -1 1 Y�- -- ---------------------------�---- ----- --------------------------------------------- __ �/_ - ------------------------------------ ---------- - -------------------------------------------------- --- f -J` /_ - -- - -- - - --- i_>l__ --- ----- Released By: ------------------------------------------- ----------------------------------------- ---------------------------------------------- ----------------------- --- ------------------ -------------- Received Byy:: Comments: 1. Analyze all samples until first positive stop. Delivery Method: Ra,n& LKMA No. 13108.000 Page 1 of 5 • 0 0 L11AA L. K. McLean Associates, P. C. Bulk ACM Sample Log 437 South Country Road, Brookhaven, N.Y. 11719 TEL. (631) 286-8668 FAX (631) 286-6314 Contract Project Site Inspectors Sampling Date Town of Southold Maintenance Garage T. Luck 111012 0 14 Site: K. Quinn SAMPLE I.D. LOCATION DESCRIPTION Photo ANALYSIS TURN @ (Floor, Room, Side, Height, Unit) (Type, Color, Size, Layer, Condition) Number (PLM, TEM) (Hours) Sry)& - EX7'ER►O1Z 0/ 6L41L6WC, WfSf Sl�f, W141Tf INSUL9i10A1 SeNate Rum T&)Z " 8 Nb>�ie NW CdRnl�,c G000 C6N61710N, tJoA, - F2rAt3a --------------------------------------- ----- - ------- ------------------------- SMG - 9fV% ---------------------------------------------------------------- k XTERIOR of --------------------------------------------------------------- T _N 2 -C N w C0 2N�,e ------------- ------------------ ------ -------1 ------------------------ S�0" ---------------------------------------------------------------- Xt�,2 r02 or 3V11 -b)' -J03 --------------------------------------------------------------- 9 AGC VAPok BR+2R1b C V$] A ------------------------- SW CO2NE2 - - --------------------------------------------------------- G006 C0N617'10A1, NDN - FKIABLE --------------------------------------------------------------- --------------------------------------- ? -------- S'rnG- SaILI>lAJ& WEsrS16 Vg, -8 N c ->r2 N W C01enlf' ------------------------- SMG' --------------------------------------------------------------- CGXTe,Civie 0(- 19WILbiAJ , k-------------------------------------------------------------- •• ------------- ----------------- ------ -------I \191 -C n10,e fX S) d 6 , m 16 A L£ ------ ------------- ------------------ ------ i I -------I ------------------------- 5MG- ---------------------------------------------------------------- ln1T-E2i0/Z dF B!�lLD��lir� WORK --------------------------------------------------------- LtGHt' QL6(l InISULArrO+J --// - X13 -0 lgkiol Z , SOKf{f wglt GOON CONdli1 "J NON ' f,21RBGf ------------------ -------------- ------------------------- SrnG " --------------------------------------------------- —---------- Il L,---------------------------------------------fir------------ ------------- 1�3�g V Sample Chain -of -Custody Record Name print Signature: Date: Time: Released By: -------------- Received By: -- _ THOMAS Vd• r;llGK ----- --- - ---`--------------------------------------- - ---- - - ------------------------------------------------------------------ SC-------- - -- -- --- ------------------------------- - ---------- 1( t0 ! - ----- '�---- ly'SS -- ly -�-- Released By: Released ------------------ ---------------------------------------------------------------------------------------------------------------------------------------------------- ------------------ -------------- Received By: Comments: 1. Analyze all samples until first positive stop. Delivery Method: Ha.vt& LKMA No. 13108.000 Page 9 of S 0 • • 0 • 0 i • • • • LKAIA L. K—WeLean Associates, P.C. Bulk ACM Sample Log 437 South Country Road, Brookhaven, N.Y. 11719 TEL. (631) 286-8668 FAX (631) 286-6314 Contract Project Site Inspectors Sampling Date Town of Southold Maintenance Garage T. Luck 11/10/2014 Site: K. Quinn SAMPLE I.D. LOCATION DESCRIPTION Photo ANALYSIS TURN @ (Floor, Room, Side, Height, Unit) (Type, Color, Size, Layer, Condition) Number (PLM, TEM) (Hours) SM6' ►.1kl iERlp(Z 0(- RUfLUVC, W42K w0Hr goC /NSULATrOAj Seel Nate 1Z TNS -C Aloft 2 , SourK w,961-. G006 CON,61TioI,), NON ' 1✓ieIABLC ----------------- ------ ------- ------------------------- SM6 ---------------------------------------------------------------- 9l(-rl +kIOK. 6f gig l LbI N6i LdINlkk ROO --------------------------------------------------------------- BLACK W IcR g-fj S`Dwl cu-c6xt (�f SH/NGGf ------------- 1) OVERNAr/6 , 46,44 SW Ca+eNE,e ---------------------------------------------------------------- �D CON AIT/d>\) , N&j - G,e+Af t'>r ------------- ------------------ ------- ------ ------------------------- SMC� --------------------------------------------------------------- ------------------------- SM6- --------------------------------------------------------------- eK-rfkWe eF 8UILWAJ6) UPfe2 -------------------------------------------------------------- ---------------------------------------- - - Rsl, -e ROor✓ , OWL 5:W CDkNrr2 ------------------ ------- ------ ------------------------- sMG- ---------------------------------------------------------------- rex7-6.C'01Z OF 8 &b/,v0, LoWE2 2ooF --------------------------------------------------------------- (gbecK TA2 Popeoe ------------- TP1 -A dVEKNk>u6, NLAR SW 0deAJf1Z G4(flS CoNn/na,J NOu P9144,64,E ----------------------------------------------- ------------------------- ---------------------------------------------------------------- --------------------------------------------------------------- it rp - 8 ------------------------ S+11G' ---------------------------------------------------------------- �XTE+Q10K D� gUJL1)1N0 a {!/iiEQ --------------------------------------------------------------- �' f , ------------- ------------------ ------- ------ XPi 'G 2ooF, sw COIZA44 Sample Chain -of -Custody Record Name(print) Signature: Date: 1 Time: Released By: Received B : Received -------------v_--- /y� _�_ W _ L u ----- ---- -------------------------------------------------- - -- - ----------------------------------------- ----------- - ------------------------------------------------------- _ I r to /y ------------ ------ -- - t -I_[ ��-<--- ___ - _ SS --�`�`5------ Released By: ------------------ ----------------------------------------------------------------------- ----------------------------------------------------------------------------- --------------------------------- -------------- Comments: Comments: 1. Analyze all samples until first positive stop. Delivery Method: }f a-vt,cL LKMA No. 13108.000 Page 3 of - LIMA L. K. McLean Associates, P c Bulk ACM Sample Log 437 South Country Road, Brookhaven, N.Y. 11719 TEL. (631) 286-8668 FAX (631) 286-6314 Contract I Project Site inspectors Sampling Date Town of Southold Maintenance Garage T. Luck 11/0 2014 Site: K. Quinn SAMPLE I.D. LOCATION DESCRIPTION Photo ANALYSIS TURN @ (Floor, Room, Side, Height, Unit) (Type, Color, Size, Layer, Condition) Number (PLM, TEM) (Hours) SM 6 - Of I9UILD1N6 , ft fCTRlCRL W k i TE CAgLK/N6 See�No e J2wbh C K 1 -A CUNbu/r NE*rR NE CcRAlice of ERsr W�ct FAiR CON61V0 .) NDN- rkiftsi E ------ ------ ------------------------- SMC, - ---------------------------------------------------------------- 9XT6R109 OF BUILblNc 9GBCTRrclrc --------------------------------------------------------------- --------------------------------- CKI -B , CONAulr ON (-ASr Wqt(, NfgX Alf CpAeA1_.0 ------ ------------ ---------------------------------------------------------------------------------------------------------------------------------------- 5;' - C-y-WeIoa O�(- ,gUlLtING 3 911CCT'Ricgc •t '' C KI 'G C9Nbulr OJ C-ASr WAS( , NRA2 919 CORAJf4 SMC- 597191X 0(' 13111LDI006C eLecrRtCgL WHIrE PR)Nr } PSI A -) CoNeu,r 0j war WALL) MefI2 Nfa/ Cd(r1VEC FAI,e CONA/TIOA) , A141q - AehggL[ C I ------------------------- ---------------------------------------------------------------- --------------------------------------------------------------- --------------------------------------------------------- ---- --------------------------------- t 9mc- 9mc- E-Y7:�RJo(Z OF giVOIAX) Ec fCrje1C,¢c PSi P, ------------------------- CONbulr 01,J wOsr wou. , NER,c Nw Cd04fc ---------------------------------------------------------------- --------------------------------------------------------------- --------------------------------------- ------ S(11c- e rcove of- BuiLb/N6, CLcCTjelnon WHIrE PHINY C COAIkU I r on) EAS?' W841 J A16RX S if CORNE,C �H'2 CON®1770 +J Nd.j - !✓RlAB� ------------------------- --------------------------------------------------------------- --------------------------------------------------------------- --------------------------------------- f------, SMG - EXT*Rion OP gl(I LDlNG GgK'g6' p602 W N/Ire PAiNr f Fig/1C CDN01770� NOni - J�CJAJ&!/ / Sample Chain -of -Custody Record Name print Signature: Date Time: Released By: �/ V1/. t I /,01./q 1 y -SS ----- 7----------- Received BY_--- -------------- - --- - - - - -------------------------------------------- ------ -- -- -------------------------------- ------ -- - ---- --------------------------------------------------------------- ---------- ------------------------------------------------------------------ ----- -- --f -��f'- ------------------ ------_.�-- Released By: -Released ------------------ ---------------------------------------------------------------------------------------------------------------------------------------------------- ------------------ -------------- Received By: Comments: 1. Analyze all samples until first positive stop. Delivery Method: Ha i& LKMA No. 13108.000 Page 1-1 of 15 0 w • • LKAIA L. K McLean Associates, RC Bulk ACM Sample Log 437 South Country Road, Brookhaven, N.Y. 11719 TEL. (631) 286-8668 FAX (631) 286-6314 Contract I Project Site Inspectors Sampling Date Town of Southold Maintenance Garage T. Luck 1140/2014 Site: K. Quinn SAMPLE I.D. LOCATION DESCRIPTION Photo ANALYSIS TURN @ (Floor, Room, Side, Height, Unit) (Type, Color, Size, Layer, Condition) Number (PLM, TEM) (Hours) �sMG' t✓ TERMOR OF 94IL-bi"C3 GARAC6 b60.< WHIrf 91911fr PS2-- s� Co-eN rc FRI--BL----- t~ArK CUNDrT/d--- Seel Nat? 2U 4, h, -------------—------- ---r ---------------------------------------------- - -JdN_ -- -- - ------------- ------------- ------------------ --------------' PS2-� ------- ---------------------------------------------------------------------------------------------------------------------------------------------------- sr�e I MTC-gidk 0(- OUILblaC) WofZIC &(.ACK ELECr>z1c W10. W2APPIrW ------------- ------------------ Caabu er --------------; EW1 -A A'2f» L , Saurk( W)9LL �AJ2 CO3Qb0T>J, NN df✓-- Rl3L� LAYGR�A A---- smc- jkj-f 1Z1d(4 dF 9UIL bl1 J6 ATV C, -- -- `t 1i --S r -w1 -g vI'j wfsr wfli,� ' SrnG- i) r' +k " C -W1- c -------- -- ---------l- - --- ---�-------y---------------------%-/---------'------------/-- ------ -------------------------------------------------------r-------- ------------------------------------------------ -------- ---- ------------- ----- -------------- --- ------- --------------Z----- ' ---- ----- ------- ---------- ------ ---- --------- ------'--- r / Sample Chain -of -Custody Record Name (print) Signature. Date: Time: Released By: _- Ngffi-IRS_W_ Lgjc - - -- - '------------------------------------ - ---------------------------------- -------------- y: ---- - Received -B- y -- ------------------ ---------------------------------------------------------------------- t1 I6 /+f ----- - - ---- -------------- ------------ - - Released By: -------------K--- ----------------------------------------------------------------------- ----------------------------------------------------------------------------- Received By: ------------------ -------------- Comments: 1. Analyze all samples until first positive stop. Delivery Method: fif crvtcL LKMA No. 13108.000 Page '5 of S' APPENDIX B Sample Legend • • C C • • • L • • • Sample I.D. Abbreviations Material Asbestos Sample Legend Building Inspections Description AD Adhesive - Various adhesive materials. ADP Adhesive with Paper - Paper and adhesive backing on ceramic tile. C Conduit - Electrical or Stormwater Pipes. CB Cove Base - Vinyl strip covering base of cabinets or at bottom of wall paneling. CBB Cement Backer Board - Cement board with woven mesh surface, usually under ceramic tiles. CK Caulking - Sealant around windows, storm window frames, doors, etc. CM Counter Material - Materials used as counter top. CP Chimney Pipe - Transite like pipe used as a flue pipe. CR Carpeting - Floor covering. CS Conduit Sealer - Conduit/duct sealer materials. CT Ceiling Tile - Acoustical ceiling tile. DC Duct Connection - Flexible duct connection on heating systems. DF Door Filler - Compressed, fibrous, internal structural support material of hollow core doors. DW Decorative Wallcovering - Materials used to form or texture wall surfaces. E Elbow Packing - Cementitious material packing on pipe elbows. EB Ebony Board - Black back board in electrical cabinets for mounting fuses. EBB Electrical Bus Bar - hard, black wiring block. EW Electric Wire Wrapping - Cloth type woven insulation cover on electrical wires. FL Flashing - Various non-metal materials used on a roof to flash chimneys, along edge of the roof, around vents, etc. FR Flat Roof System - Various layers of a flat roof component system. FT Floor Tile - Vinyl type. G Gasket - woven cloth gasketting. HS Heat Shield - Shielding and/or heat reflectors behind radiators. IN Insulation - Insulation materials. JF Joint Filler - In sidewalk and curb joints, etc. (a.k.a., Expansion mat'I). L Linoleum - Sheet flooring. LC Leveling Compound - Materials used to bridge uneven floor/wall surfaces. M Masonry - Fire Brick, Terrazzo, etc. MS Masonite Sheeting - Hard, thin, dark brown masonite sheet material. MM Masonry Mortar - Mortar. P Plaster - Plaster wall covering on lath. PM Packing Material - Cementitious packing material. PW Pipe Wrap - Pipe insulation, usually aircell. RS Roof Shingle - Asphalt roof shingle. S Siding - Siding materials. ST Stair Treads - Vinyl type stair tread guards. T Tar - Black, bituminous tar material. TA Tile Adhesive - Ceramic wall tile adhesive. TB Transite Board - Cementitious board as fire proofing. TP Tar Paper - Construction paper under roof shingle, side shingle. VB Vapor Barrier - Sheet material under wood flooring or siding. WB Wall Board - Sheetrock materials along with seam tape and spackle compound. WG Window Glazing - Compound holding window panes in frame of window. WM Water Proofing Membrane - Sheet material applied to a surface to act as a water proofing membrane. WP Wall Paper - Old wall papering. APPENDIX C • Licenses and Accreditations • LAN • • • Lim 0 0 • i� 0 • 0 U 0 New York State Vepa`rtm'shtvf Labor Division of;,13 y and Health License and Cettificatt3 Uttif State Campus, Building 12 r Albany NY 12240 as > 5. ASBESTOS HANDLING LICOISE Louis K. Mc Leah Associates, Engineers:& -Surveyors, FILE NUMBER 601x$48 P.C. LICENSE NUMBER: 2 03v"&' LICENSE CLASS: F2Etti71�� X " 7; 437 437 South'Country Road DATE OF ISSUE: 10124 1 d " EXPIRATION DATE: 11/3 Brookhaven; NY 11719 G Duly Authorized 'Representative— RaymondG DiBiase: This license has been issued in aced dance witk#plicable.provisions of Article30 of the Labor Law of 21ew fork State arid o the New'York State Codes, Rules w4.zRegulations {1 gNYCRR Par, 56) It is s'*ect to suspension or revocaC�'on-4a,. ' serious violation of'state federal or.3neal laws with re'and`to`'the:Gdndt%t` iau sbestos prolebt, or (2) dei nod'§ of responsibility in,, conduct of any job involving asbestos or asbestosrnaterial: ry 9 This license is valid onty+for the contractor named above and this license or a photocopy must =be�_prorsiti; ntly �pla edlk e asbestos project worksite. This license verifies thatall persons;empioyed,byxhe licensee on an asbes oS pro}ettt i State have been issued an°Asbestos Certificate, appropriate for the type of work they perform, by,604ew York tate 0 Department of Labor., droll :t r Eileen M. Franko, Director SH 432 (8/12) For the Commissioner of Labor 0 • 0 0 9 0 0 0 0 U, F, ANDREW B. SPEISER 5TA3jlF`NWYfl A ASBSS S F1C►l s EYES GRN HAIR BRO HGT 5' 11" A — Asbestos Handler B — Restricted Handler -Allied Trades C — Air Sampling Technician D — Inspector E — Management Planner IF FOUND RETURN TO: NYSDOL — L&C UNIT ROOM 161A BUILDING 12 STATE OFFICE CAMPUS ALBANY NY 12240 F — Operations and Maintenance G — Supervisor H — Project Monitor I — Project Designer n u r'] u :7 i • n THOMAS W. LUCK IF FOUND RETURN TO: BYES HAZ NYSDOL - L&C UNIT HAIR BRO ROOM 161A BUILDTNG 12 HGT 5' 11" STATE OFFICE CAMPUS ALBANY NY 12240 + A — Asbestos Handler B — Restricted Handler -Allied Trades C — Air Sampling Technician D — Inspector E — Management Planner 0 F — Operations and Maintenance G — Supervisor H — Project Monitor I — Project Designer • KEVIN B. QUINN • STATE OF NEW YORK - DEPARTMENT OF LABOR [' • ASBESTOS CERTIFICATE -- - ¢K K-B.-QUINN r1A55(E' PllkS) ff ATEC(01/15) D INSP(01/15) . -IPM (01/15) ` CERT# 3a; 01744Y DlylV . i 8 241 i ¢. MUST BE CARRIED ON-ASBESTOSPROJECTS • IIINIII YIIIIA�IIN�IINI III • IF FOUND RETURN TO: EYES BLU NYSDOL — L&C UNIT HAIR BRO ROOM 161A BUILDING 12 HGT 5' 08" STATE OFFICE CAMPUS ALBANY NY 12240 • • A — Asbestos Handler B — Restricted Handler -Allied Trades C — Air Sampling Technician D — Inspector E — Management Planner C F — Operations and Maintenance G — Supervisor H — Project Monitor I — Project Designer • s 4 • • • x. is ^;t • a DriMdt,� YY�r Ili • { • • Ca MEW YORK 4 TATE,DEPARTMENT OF HEALTH tlSOHWENL?ER ����7NSULTANTS;. INC: 4*A t j# Sit/TE 3 117,79 All approvecl.:ana/yfesars'`llsted be/ow< s CEPA 100.2 tlSOHWENL?ER ����7NSULTANTS;. INC: 4*A t j# Sit/TE 3 117,79 All approvecl.:ana/yfesars'`llsted be/ow< 'r z EPA 100.1 CEPA 100.2 x. is ^;t sit ,✓ bx 'r z n �. • ww/� ® National Voluntary • l� LaboratoryAccreditation Program 9 °?'aTss 01 SCOPE OF ACCREDITATION TO ISOAEC 17025:2005 • Euviroscience Consultants, Inc. 2150 Smithtown Ave. Suite 3 Ronkonkoma,. NY 11779 Mr. Edward Detweiler • Phone: 631-580-3191 Fax: 631-580-3195 E -Mail: edetweiler@envirohealth.org URL: http://www.envirohealth.org E • • • • AIRBORNE ASBESTOS FIBER ANALYSIS (TEM NVLAP LAB CODE 200531-0 NVLAP Code Designation /Description 18/A02 U.S. EPA's "Interim Transmission Electron Microscopy Analytical Methods -Mandatory and Nonmandatory -and Mandatory Section to Determine Completion of Response Actions" as found in 40 CFR, Part 763, Subpart E, Appendix A. 2014-10-01 through 2015-09-30 E>e dates t�- a. Q.- 4 For the National lnsWe of Standards and Technology 0 Page 1 of 1 NVLV-ops (m:v 2o05 -05-1e) United States Department of Commerce National Institute of Standards and Technology Certificate of Accreditation to ISO/IEC 17025:2005 NVL" LAB CODE: 200531-0 Enviroscience Consultants, Inc. Ronkonkoma, NY is accredited by the National Voluntary Laboratory Accreditation Program for specific services, listed on the Scope of Accreditation, for. AIRBORNE ASBESTOS FIBER ANALYSIS This laboratory is accredited in accordance with the recognized International Standard ISOAEC 17025:2005. This accreditation demonstrates technical competence for a defined scope and the operation of a laboratory quality management system (refer to joint ISO-ILAC-IAF Communique dated January 2009). 2014-10-01 through 2015-09-30 Effective dates 00 OF o'g. "Vvl s� *s For the National Institute of Standards and Technology ,rM of WLAP-01 C (REV. 2009-01-28) • 11 00 OP MM ® National Voluntary 4 0 UV� Q Laboratory Accreditation Program 'p►�?n Ot� SCOPE OF ACCREDITATION TO ISO/IEC 17025:2005 • Enviroscience Consultants, Inc. 2150 Smithtown Ave. Suite 3 Ronkonkoma, NY 11779 Mr. Edward Detweiler 1 Phone: 631-580-3191 Fax: 631-580-3195 E -Mail: edetweiler@envirohealth.org URL: http://www.envirohealth.org C, C • • • C BULK ASBESTOS FIBER ANALYSIS (PLN) NVLAP Code Designation /Description NVLAP LAB CODE 200531-0 18/A01 EPA 600/M4-82-020: Interim Method for the Determination of Asbestos in Bulk Insulation Samples 18/A03 EPA 600/R-93/116: Method for the Determination of Asbestos in Bulk Building Materials 201410-01 through 2015-09-30 Effective dates 4'�- . Q4JQ For the National Institute of Standards and Technology Page 1 of 1 WLAP-ops (REV. moa-ta) United States Department of Commerce National Institute of Standards and Technology 0 Certificate of Accreditation to ISO/IEC 17025:2005 NVL" LAB CODE: 200531-0 Enviroscience Consultants, Inc. Ronkonkoma, NY is accredited by the National Voluntary Laboratory Accreditation Program for specific services, listed on the Scope of Accreditation, for. BULK ASBESTOS FIBER ANALYSIS This laboratory is accredited in accordance with the recognized Intemadonal Standard ISOAEC 17025:2005. This accreditation demonstrates technical competence for a defined scope and the operation of a laboratory quality management system (refer to joint ISO-ILAC-1AF Communique dated January 2009). op 201410-01 through 2015-09-30 e •. Effective dates 44 � � For the National Institute of Standards and Technology rgs NVLAP-01C (REV. 2009.01-28) APPENDIX D Laboratory Analysis Data Sheets • ! • • • • • 0 • • • ENVIROSCIENCE CONSUL.TANTS9 INC. 2150 SMITHTOWN AVB. t RONKONKOMA, NY 11779 + PHONE (631) 880-3191 + FAX (631) 580-3195 ELAP # 11681; NVLAP Lab Code 200531-0 ASBESTOS BULK SAMPLE RESULTS CLIENT: LK McLean Associates, PC SAMPLE DATE: 11/10/2014 PROJECT NAME: Town of Southold Maintenance Garage (13108.00) DATE RECEIVED: 11/10/2014 A exterior, light fixture AREA: 10.0% cellulose JOB #: 11824 SAMPLER: T. Luck / K. Quinn PAGE #: 1 of 6 CUSTODY #: 12254 Sample # Yellow Description Color Location 5.0% binders Result % Asbestos -type % Non -asbestos Fibers -type % Matrix-type SMG-INI- Insulation; good condition; non -friable Yellow South side of building None Detected 85.0% fiberglass 5.0170 binders A exterior, light fixture 10.0% cellulose under roof overhang SMG-IN1- Insulation; good condition; non -friable Yellow South side of building None Detected 85.0% fiberglass 5.0% binders B exterior, light fixture 10.0% cellulose under roof overhang SMG-INI- Insulation; good condition; non -friable Yellow South side of building None Detected 85.0% fiberglass 5.0% binders C exterior, light fixture 10.0% cellulose under roof overhang SMG -GI -A Gasket; good condition; non -friable Black South side of building None Detected by TEM None Detected 59.2% organics and exterior, light fixture carbonates under roof overhang 40.8% silicates and opaques SMG -GI -B Gasket; good condition; non -friable Black South side of building None Detected by TEM None Detected 60.9% organics and exterior, light fixture carbonates under roof overhang 39.1% silicates and opaques SMG -GI -C Gasket; good condition; non -friable Black South side of building None Detected by TEM None Detected 61.6% organics and exterior, light fixture carbonates under roof overhang 38.4% silicates and opaques ACM: Asbestos Containing Materials contain more than 1% asbestos (shown in bold type). This method (ELAP 198.6) does not remove vermiculite and may underestimate the level of asbestos present in a sample containing greater than 10% vermiculite. Trace - Asbestos found is 1 % or less; not considered ACM. None Detected - No asbestos found in samples using polarized light microscopy (PLM). None Detected by TEM - No asbestos found in samples using transmission electron microscopy (TEM) and polarized light microscopy (PLM) was found to be negative. Negative by Weight — After matrix reduction, the remainder is less than I% and, therefore, cannot fulfill the definition of asbestos containing material. Inconclusive - No asbestos found in non -friable organically bound samples using polarized light microscopy (PLM). Method: EPA 600/M4-82/20, ELAP Item 198.6 This report may not be reproduced without the express permission of Enviroscience. This report cannot be used to claim endorsement of products by NVLAP or Analyzed by: Date Analyzed: 11/12/2014 • • • • • • • • • • • ENVIROSCIENCE CONSULTANTS,, INC. 2150 SMITHTOWN AYE. 9 RONKONKOMA, NY 11779 * PHONE (63 1) 580-8191 9 FAx (691) 580-9195 ELAP # 11681; NVLAP Lab Code 200531-0 ASBESTOS BULK SAMPLE RESULTS CLIENT: LK McLean Associates, PC SAMPLE DATE: 11/10/2014 PROJECT NAME: Town of Southold Maintenance Garage (13108.00) DATE RECEIVED: 11/10/2014 1.4% silicates and opaques AREA: Exterior of building, None Detected by TEM JOB #: 11824 SAMPLER: T. Luck / K. Quinn PAGE #: 2 of 6 CUSTODY #: 12254 Sample # Exterior of building, None Detected by TEM Description Color Location carbonates Result % Asbestos -type % Non -asbestos Fibers -type % Matrix-type SMG-IN2- Insulation; good condition; non -friable White Exterior of building, SW None Detected None Detected 100% Styrofoam A corner SMG-IN2- Insulation; good condition; non -friable White Exterior of building, None Detected None Detected 100% Styrofoam B west side, near NW corner SMG-IN2- Insulation; good condition; non -friable White Exterior of building, NW None Detected None Detected 100% Styrofoam C corner SMG-VB1- Vapor barrier; good condition; non- Black Exterior of building, SW None Detected by TEM None Detected 98.6% organics and A friable corner carbonates 1.4% silicates and opaques SMG -V B 1- Vapor barrier; good condition; non- Black Exterior of building, None Detected by TEM None Detected 88.9% organics and B friable west side, near NW carbonates corner 11.1% silicates and opaques SMG-VB1- Vapor barrier; good condition; non- Black Exterior of building, None Detected by TEM None Detected 97.5% organics and C friable north side, middle carbonates 2.5% silicates and opaques ACM: Asbestos Containing Materials contain more than I % asbestos (shown in bold type). This method (ELAP 198.6) does not remove vermiculite and may underestimate the level of asbestos present in a sample containing greater than 10 % vermiculite. Trace - Asbestos found is I % or less; not considered ACM. None Detected - No asbestos found in samples using polarized light microscopy (PLM). None Detected by TEM - No asbestos found in samples using transmission electron microscopy (TEM) and polarized light microscopy (PLM) was found to be negative. Negative by Weight — After matrix reduction, the remainder is less than 1 % and, therefore, cannot fulfill the definition of asbestos containing material. Inconclusive - No asbestos found in non -friable organically bound samples using polarized light microscopy (PLM). Method: EPA 600/M4-82/20, ELAP Item 198.6 This report may not be reproduced without the express permission of Enviroscience. This report cannot be used to claim endorsement of products by NVLAP or Analyzed by: Date Analyzed: 11/12/2014 ENVIROSCIENCE CONSULTANTS., INC. 2150 SMITHTOWN AVE. t RONKONKOMA, NY 11779 t PHONE (691) 580-3191 t FAx (63 1) 580-9195 ELAP # 11681; NVLAP Lab Code 200531-0 ASBESTOS BULK SAMPLE RESULTS CLIENT: LK McLean Associates, PC SAMPLE DATE: 11/10/2014 PROJECT NAME: Town of Southold Maintenance Garage (13108.00) DATE RECEIVED: 11/10/2014 Interior of building, None Detected None Detected 100% Styrofoam B AREA: work area 2, south wall JOB #: 11824 SAMPLER: T. Luck / K. Quinn PAGE #: 3 of 6 CUSTODY #: 12254 Sample # carbonates Description Color Location 8.9% silicates and opaques Result % Asbestos -type % Non -asbestos Fibers -type % Matrix-type SMG-IN3- A Insulation; good condition; non -friable Lt. blue Interior of building, None Detected work area 2, south wall None Detected 100% Styrofoam SMG-IN3- Insulation; good condition; non -friable Lt. blue Interior of building, None Detected None Detected 100% Styrofoam B work area 2, south wall 26.6% silicates and opaques SMG-IN3- Insulation; good condition; non -friable Lt. blue Interior of building, None Detected None Detected 100% Styrofoam C condition; non -friable work area 2, south wall carbonates SMG -RSI- Green stone surface roof shingle; good Black Exterior of building, None Detected by TEM 17.8% fiberglass 55.6% organics and A condition; non -friable lower roof overhang, carbonates near SW corner 26.6% silicates and opaques SMG -RSI- Green stone surface roof shingle; good Black Exterior of building, None Detected by TEM 5.9% fiberglass 85.2% organics and B condition; non -friable lower roof overhang, carbonates near SW corner 8.9% silicates and opaques SMG -RSI- Green stone surface roof shingle; good Black Exterior of building, None Detected by TEM 14.3% fiberglass 64.3% organics and C condition; non -friable upper roof, near SW carbonates corner 21.4% silicates and opaques ACM: Asbestos Containing Materials contain more than 1 % asbestos (shown in bold type). This method (ELAP 198.6) does not remove vermiculite and may underestimate the level of asbestos present in a sample containing greater than 10% vermiculite. Trace - Asbestos found is I % or less; not considered ACM. None Detected - No asbestos found in samples using polarized light microscopy (PLM). None Detected by TEM - No asbestos found in samples using transmission electron microscopy (TEM) and polarized light microscopy (PLM) was found to be negative. Negative by Weight — After matrix reduction, the remainder is less than I % and, therefore, cannot fulfill the definition of asbestos containing material. Inconclusive - No asbestos found in non -friable organically bound samples using polarized light microscopy (PLM). Method: EPA 600/M4-82/20, ELAP Item 198.6 This report may not be reproduced without the express permission of Enviroscience. This report cannot be used to claim endorsement of products by NVLAP or Analyzed by: Date Analyzed: 11/12/2014 ENVIROSCIENCE CONSULTANTS INC. 2150 SMITHTOWN AVE. f RONKONKOMA, NY 11779 + PHONE (631) 580-3191 + FAX (631) 580-9195 ELAP # 11681; NVLAP Lab Code 200531-0 ASBESTOS BULK SAMPLE RESULTS CLIENT: LK McLean Associates, PC SAMPLE DATE: 11/10/2014 PROJECT NAME: Town of Southold Maintenance Garage (13108.00) DATE RECEIVED: 11/10/2014 A lower roof overhang, AREA: JOB #: 11824 SAMPLER: T. Luck / K. Quinn PAGE #: 4 of 6 CUSTODY #: 12254 Sample # Black Description Color Location 55.5% organics and Result % Asbestos -type % Non -asbestos Fibers -type % Matrix-type SMG -TPI- Tar paper; good condition; non -friable Black Exterior of building, None Detected by TEM 19.6% fiberglass 60.8% organics and A lower roof overhang, carbonates near SW corner 19.6% silicates and opaques SMG -TPI- Tar paper; good condition; non -friable Black Exterior of building, None Detected by TEM 22.2% fiberglass 55.5% organics and B lower roof overhang, carbonates near SW corner 22.3% silicates and opaques SMG -TPI- Tar paper; good condition; non -friable Black Exterior of building, None Detected by TEM 17.7% fiberglass 64.6% organics and C upper roof, near SW carbonates corner 17.7% silicates and opaques SMG-CK1- Caulking; fair condition; non -friable White Exterior of building, None Detected by TEM None Detected 92.7% organics and A electrical conduit near carbonates NE corner of east wall 7.3% silicates and opaques SMG-CK1- Caulking; fair condition; non -friable White Exterior of building, None Detected by TEM None Detected 92.0% organics and B electrical conduit on east carbonates wall, near NE corner 8.0% silicates and opaques SMG-CKI- Caulking; fair condition; non -friable White Exterior of building. None Detected by TEM None Detected 96.7% organics and C electrical conduit on east carbonates wall, near SE corner 3.3% silicates and opaques ACM: Asbestos Containing Materials contain more than 1% asbestos (shown in bold type). This method (ELAP 198.6) does not remove vermiculite and may underestimate the level of asbestos present in a sample containing greater than 10% vermiculite. Trace - Asbestos found is I % or less; not considered ACM. None Detected - No asbestos found in samples using polarized light microscopy (PLM). None Detected by TEM - No asbestos found in samples using transmission electron microscopy (TEM) and polarized light microscopy (PLM) was found to be negative. Negative by Weight — After matrix reduction, the remainder is less than 1% and, therefore, cannot fulfill the definition of asbestos containing material. Inconclusive - No asbestos found in non -friable organically bound samples using polarized light microscopy (PLM). Method: EPA 600/M4-82120, ELAP Item 198.6 This report may not be reproduced without the express permission of Enviroscience. This report cannot be used to claim endorsement of products by NVLAP or Analyzed by: Date Analyzed: 11/12/2014 ENVIROSCIENCE CONSULTANTS., INC. 2150 SMITHTOWN AVE. • RONKONKOMA, NY 11779 t PHONE (691) 580-9191 + FAx (691) 580-9195 ELAP # 11681; NVLAP Lab Code 200531-0 ASBESTOS BULK SAMPLE RESULTS CLIENT: LK McLean Associates, PC SAMPLE DATE: 11/10/2014 PROJECT NAME: Town of Southold Maintenance Garage (13108.00) DATE RECEIVED: 11/10/2014 B electrical conduit on AREA: JOB #: 11824 SAMPLER: T. Luck / K. Quinn PAGE #: 5 of 6 CUSTODY #: 12254 Sample # Description Color Location Result % Asbestos -type % Non -asbestos Fibers -type % Matrix-type SMG -PSI- Paint; fair condition; non -friable White Exterior of building, None Detected by TEM 5.8% talc 41.9% organics and A electrical conduit on carbonates west wall, near NW 52.3% silicates and opaques corner SMG -PSI- Paint; fair condition; non -friable White Exterior of building, None Detected by TEM 5.3% talc 46.9% organics and B electrical conduit on carbonates west wall, near NW 47.8% silicates and opaques corner SMG -PSI- Paint; fair condition; non -friable White Exterior of building, None Detected by TEM 4.9% talc 50.9% organics and C electrical conduit on east carbonates wall, near SE corner 44.2% silicates and opaques SMG-PS2- Paint; fair condition; non -friable White Exterior of building, None Detected by TEM 2.3% talc 53.3% organics and A garage door at SE corner carbonates 44.4% silicates and opaques SMG-PS2- Paint; fair condition; non -friable White Exterior of building, None Detected by TEM 2.4% talc 51.2% organics and B garage door at SE corner carbonates 46.4% silicates and opaques ACM: Asbestos Containing Materials contain more than 1 % asbestos (shown in bold type). This method (ELAP 198.6) does not remove vermiculite and may underestimate the level of asbestos present in a sample containing greater than 10% vermiculite. Trace - Asbestos found is I % or less; not considered ACM. None Detected - No asbestos found in samples using polarized fight microscopy (PLM). None Detected by TEM - No asbestos found in samples using transmission electron microscopy (TEM) and polarized light microscopy (PLM) was found to be negative. Negative by Weight — After matrix reduction, the remainder is less than I % and, therefore, cannot fulfill the definition of asbestos containing material. Inconclusive - No asbestos found in non -friable organically bound samples using polarized light microscopy (PLM). Method: EPA 600/M4-82/20, ELAP Item 198.6 This report may not be reproduced without the express permission of Enviroscience. This report cannot be used to claim endorsement of products by NVLAP or Analyzed by: Date Analyzed: 11/12/2014 • • • • • • • • • • • ENVIROSCIENCE CONSULTANTSg INC. 2150 SMITWTOWN AVB. t RONKONKOMA, NY 11779 t PHONE (631) 580-3191 t RAX (631) 580-3195 ELAP # 11681; NVLAP Lab Code 200531-0 ASBESTOS BULK SAMPLE RESULTS CLIENT: LK McLean Associates, PC SAMPLE DATE: 11/10/2014 PROJECT NAME: Town of Southold Maintenance Garage (13108.00) DATE RECEIVED: 11/10/2014 AREA: JOB #: 11824 SAMPLER: T. Luck / K. Quinn PAGE #: 6 of 6 CUSTODY #: 12254 Sample # Description Color Location Result % Asbestos -type % Non -asbestos Fibers -type % Matrix-type SMG-PS2- Paint; fair condition; non -friable White Exterior of building, None Detected by TEM 2.5% talc 50.8% organics and C garage door at SE corner carbonates 46.7% silicates and opaques SMG-EW1- Electrical wire wrapping; fair Black Interior of building, None Detected 85.0% cellulose 15.0% binders A condition; non -friable work area 1, south wall SMG -EW 1- Electrical wire wrapping; fair Black Interior of building, attic None Detected 85.0% cellulose 15.0% binders B condition; non -friable on west wall SMG-EW1- Electrical wire wrapping; fair Black Interior of building, attic None Detected 85.0% cellulose 15.0% binders C condition; non -friable on west wall ACM: Asbestos Containing Materials contain more than 1 % asbestos (shown in bold type). This method (ELAP 198.6) does not remove vermiculite and may underestimate the level of asbestos present in a sample containing greater than 10% vermiculite. Trace - Asbestos found is I % or less; not considered ACM. None Detected - No asbestos found in samples using polarized light microscopy (PLM). None Detected by TEM - No asbestos found in samples using transmission electron microscopy (TEM) and polarized light microscopy (PLM) was found to be negative. Negative by Weight — After matrix reduction, the remainder is less than 1 % and, therefore, cannot fulfill the definition of asbestos containing material. Inconclusive - No asbestos found in non -friable organically bound samples using polarized light microscopy (PLM). Method: EPA 600/M4-82/20, ELAP Item 198.6 This report may not be reproduced without the express permission of Enviroscience. This report cannot be used to claim endorsement of products by NVLAP or Analyzed by: Date Analyzed: 11/12/2014 ELIZABETH A. NEVILLE, MMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Five (5) bids received Aventura 1101 Waverly Avenue Holtsville NY 11742 Jason 631/654-0660 o�oS�FFot,��o� o- ti = o*1 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING 2014 Fuel Dispensinjj Facility Bid Opening 11/13/14 2:00 P.M. Total 933,850.00 American Environmental Assessment 1,535,265.00 188 Long Island Avenue Wyandanch, NY 11798 Dan 631/586-2000 KJB Industries 141 Center Drive Riverhead, NY 11901 Island Pump & Tank 40 Doyle Court East Northport, NY 11731 631/462-2226 1,491,149.00 1,076,250.00 Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 www.southoldtownny.gov Alt 1 12,000.00 18,000.00 11,200.00 18,000.00 Papitto Construction Corp 1,246,500.00 24,000.00 867 Fair Street Carmel, NY 10512 845/878-2550 Alt 2 3,000.00 6,300.00 5,000.00 5,500.00 8,000.00 1. Company Name: Contact Name: Address: 2. Company Name: Contact Name: _ Address: _ ob PakN s'a d,o d'c/ d� 3. Company Name: Contact Name - Address: FUEL DISPENSING FACILITY Phone: Cell: Fax: '.f Email: s ,c s, d+ '� Phone: Cell: �s � Fax: Email: Los 'dG, tips a0% eg�K- Phone: �a �s Cell: Fax: ^�Cda 0 -Email: . ,Iry cam^ 4. Company N- Contact Name. >t FaX�63�igs�e� Cr'NSTRUCTION CONSULTA JOEL ITZKOWITZ ccPresident 1 Cell (516) 526-3829 joel®ccliinc.com NRC //�C / l Phone: Cell: 01' J Fax: L 1 36 EAST 2ND STREET • RIVERHEAD, NY 11901 (631) 727-6604 • FAX (631) 727-6605 • www.cciiinc.com 6. Company Name: d Ve rd Contact Name: CONSTRUCTI ly CORP. Address: Corporate Office 1101 Waverly Avenue Holtsville NY 11742 P: 631-654-0660 • F: 631-654-0990 Email: W ' �UA moue cc o 4) ivor{f-Itipr- ZAI Phone: oZ77 Cell: S51 to 50-(0 26 ;Lc? Fax' 1 a77 6 (D OS Robert Bayliss ,�^'0 1 Cw CL I, (h C i �� rbayliss@aventuracorp.com Florida Office 3323 Belvedere Road Building 506 _ 11 West Palm Beach FL 33406 7. Company Name: .1- 5 faiv www.aVenturacorp.com inS aventuraco m Beach F til: p.com Contact Name: Af y-0 --.-;�'`jc) Address: 4Mike (2:�+ Fax: �LtJQ CSY4h,Qb i� ? Email: yY► G i) 'S law ID (AL kAp a �-- . Cbyn. , Qj Company Name: Contact Name: Address: �. Company Name: Contact Name: Address: to. Company Name: Contact Name: Address: �. Company Name: Contact Name: Address: �i. Company Name: Contact Name: Address: 13. Company Name: Contact Name: Address: 14. Company Name: Contact Name: Address: FUEL DISPENSING FACILITY Phone:_ Cell: Fax: _ PAUL HATCHER Email: Project Manager 'hon - AMERICAN ENVIRONMENTAL Celle _ contr ASSESSMENT CORP. acttng •Lab Services • 188 Long Island Avenue waste Removal Fax: WYandanch, New York 11798 (631) 586-2000 Email: email: Phatcher��ncan-envlron631) 586-9605 — --_ mental, net —Phone:— Cell: hone:Cell: Fax: Email: Phone:_ Cell: Fax: Email: Phone:_ Cell: Fax: Email: Phone: Cell: Fax: Email: Phone: Cell: Fax: Email: November 3, 2014 Papitto Construction Co., Inc. 867 Fair Street Carmel, New York 10512 (845) 878-2550 Phone (845) 878-2555 Fax Town Of Southold Town Clerks Office 53095 Main Road Southold, NY 11971 RE: Bid Specifications for Southold Fuel Dispensing Facility Dear Sir: As per our conversation today November 3, 2014 enclosed please find our check for $25.00 as payment for the above solicitation. As discussed due to timing can you please send overnight to: Mr Vincent Papitto Papitto Construction Co., Inc. 867 Fair Street Carmel, NY 10512 Fedex Number 1123-6149-9 for delivery next day upon receipt of this check. N A (' �s We greatly appreciate you expediting this request. Very ruly your , .t'i�JG��L- � � Victoria I Norris Manager RENO 8458782550 FAp=O CONSTRUCnON CO 867 FAIR ST CARMEL NY 10512 6.-5L rc-� JE SHIP TO: /1 / �y14 VILLAGE CLERK 631 765 1560 t TOWN OF SOUTHHOLD a In z TOWN CLERKS OFFICE/BID SPECIFICATIO s C-51 Y 53095 MAIN ROAD SOUTHOLD NY 11971 m a _^ °. NY 117 0.08' r. t •0 UPS 2ND DAY AIR TRACKING #: 1Z 05A 2R9 02 9065 8180 2 dl II�a��I�III��B�I�p Aplll p� XOL 14.09.11 NV45 57.OA 10/2014 J o �. r OiO�N Iq 1►� 411101 sNlxli�Y 31"B Ad09 Sl ft Nfl►i3V 9Nr r — R.J. INDUSTRIES, INC.�� 75 EAST BETHPAGE ROAD - P.O. BOX 349 - PLAINVIEW, NY 11603-0349 i� q s-14 -1 -7 4-9 r A ✓ 14935 DATE INVOICE NO. DESCRIPTION INVOICE AMOUNT DEDUCTION BALANCE 11-05-14 110514 Southold Fuel Dispe 25.00 25.00 HEC 11-05-14 14935 TOTALS 25.00 25.00 NUHREECK Document A310 TM - 2010 Conforms with The American Institute of Architects AIA Document 310 CONTRACTOR: (,varve, leg(l.clalus and addre v) Aventura Construction Corp. 1101 Waverly Avenue Holtsville NY 11742 OWNER: (vane, legal states and address) Town of Southold 53095 Main Road, PO Box 1179 Southold NY 11971 SURETY: (Mante, legal stalrrs and principal place r fhrrcine s) Endurance American Insurance Company 750 Third Avenue, 2nd Floor New York NY 10017 Mailing Address for Notices BOND AMOUNT: $ 5% Five Percent of Amount Bid PROJECT: (.name, localion or address and Project number... if ant j Fuel Dispensing Facility for the Town of Southold Highway Dept. Peconic, NY This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. The Contractor and Surety arc bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract %with the Owner in accordance with the tenns of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and othemvise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the dif2erence, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to peribmi flue work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and ellect. The Surely hereby waives any notice of alt agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver ol'notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time fcr acceptance ol' bidsspecilied in the bid documents, and the Owner and Contractor shall obtain the Surety's consent lir an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conllicting %%lith said statutory or legal requirement shall be deemed deleted hereon and provisions coul'onning to such statutory or other legal requirement shall be deemed incorporated herein. When so lumished, the intent is that this Bond shall be constmed as a statutory bond and not as a common law bond. Signed and scaled this 5th day of November, 2014. Aventura Construction Corp. (Plincipal) (Seal) dk'ft ►ess) r Fie) Endurance American Insurance Company (,Sur') (Title) Deborah L. Severin , Attorney -in -Fact S-00541AS 8110 t ACKNOWLEDGMENT OF PRINCIPAL IF A CORPORATION STATE OF NEW YORK } ss: COUNTY OFS,J(— } On this l�� day of /is�sz,�-- &, . 2014, before me personally appeared resides at to me known, who, being by me duly sworn, did depose and say that he/she , that he/she is the of the corporation described in and which executed the foregoing instrument; and that he/she signed his/her name thereto by order of the Board of Directors of said corpora 'on. J. Robert Rodriguez ---------------------------------------------- Notary Public State of New York Notary Public No. 01 R062127471nty Qualified n Suff O�i' My Commission Expire ACKNOWLEDGMENT OF SURETY STATE OF NEW YORK } SS: COUNTY OF NASSAU 1 On November 5. 2014 before me personally came Deborah L. Severin to me known who, being by me duly sworn, did depose and say that he/she resides at 255 Executive Drive, Plainview, New York 11803, that he/she is the Attorney -In -Fact of Endurance American Insurance Company the corporation described in and which executed the foregoing instrument; and that he/she signed his/her name thereto by order of the Board of Directors of said corporation. ---------------- Ki- - - -/V4 ----------------------- Notary Public Peter Henry Notary Public State of NY No.01HE4784829 Qualified in Nassau County Commission Expires January 31, 2018 ENDURANCE AMERICAN INSURANCE COMPANY BID0115001749 Seal Number: t POWER OF ATTORNEY X ww a1I94en 6' these (Presents, that ENDURANCE AMERICAN INSURANCE COMPANY, a Delaware corporation (the "Corporation"), with offices at 750 Third Avenue, New York, New York 10017, has made, constituted and appointed and by these presents, does make, constitute and appoint ROBERT FINNELL, FERN PERRY, DEBORAH L. SEVERIN, JANICE R. FISCINA, JENNIFER LAURA JOHNSTON-OGEKA, ROSANNE CALLAHAN, PETER HENRY its true and lawful Attomey(s)-in-fact, at PLAINVIEW in the State of NY and each of them to have full power to act without the other or others, to make, execute, seal and deliver for and on its behalf bonds, undertakings or obligations in surety or co -surety with others, also to execute and deliver on its behalf renewals, extensions, agreements, waivers, consents or stipulations relating to such aforesaid bonds, undertakings or obligations provided, however, that no single bond or undertaking so made, executed and delivered shall obligate the Corporation for any portion of the penal sum thereof in excess of the sum of SEVEN MILLION FIVE HUNDRED THOUSAND Dollars ($7,500,000.00). Such bonds and undertakings for said purposes, when duly executed by said attomey(s)-in-fact, shall be binding upon the Corporation as fully and to the same extent as if signed by the President of the Corporation under its corporate seal attested by its Corporate Secretary.42 This appointment is made under and by authority of certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the 21st day of July, 2011, a copy of which appears below under the heading entitled "Certificate". 42 This Power of Attorney is signed and sealed by facsimile under and by authority of the following resolution adopted by the Board of Directors of the Corporation by unanimous written consent on the 218, day of July, 2011 and said resolution has not since been revoked, amended or repealed: ng powers of attorney pursuant to certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the signature of such directors and officers and the seal of the Corporation may be affixed to any such power of attorney Vreto by facsimile, and any such power of attorney or certificate bearing such facsimile signature or seal shall be valid and binding jNture with respect to any bond or undertaking to which it is attached. This Po ' Attom spire and N Outhority hereunder shall terminate without notice at 12:01 a.m. (Standard Timer where said adomey(s}in-fact is authorized to act.) OCTOB TH1201 IN WITNE F12 ¢o40 4�n has caused these presents to be duty signed and its corporate seal to be hereunto affixed and attested this 14TH day of OCTOBER, 2014 at New York, New York. '°�.1 _ (Corporate Sea(j , ENDURANCE AMERICAN INSURANCE COMPANY AT ATTEST...........................:......... f:...... i............................................ By ...................................... - '......................................................... Alfred N. Wright, Senior Vice President Ronald Diggs, Vice President STATE OF NEW YORK ss: MANHATTAN COUNTY OF NEW YORK On the 14TH day of OCTOBER, 2014 before me personally came RONALD DIGGS to me known, who being by me duly swom, did depose and say that (s)he resides in HELLERTOWN, PENNSYLVANIA, t (s�g isp ICE PRESIDENT of ENDURANCE AMERICAN INSURANCE COMPANY, the corporation described in and which executed the above instrument; that (s)he knows the seal of sai atid'd;' g?l affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that (s)he signed his (her) name thereto by like order.__— (Notarial Seal) ........... _ Ante Licari, Notary Public - My Commission Expires: October 29, 2015 CERTIFICATE STATE OFJNk"WYOf4K ¢ -' ,sV". MANHATTAN COUNTY OFNEWORK <.. ],Doug Worman,'th6iChief Executive Officer of ENDURANCE AMERICAN INSURANCE COMPANY, a Delaware Corporation (the "Corporation"), hereby certify: 1. That the original power of attorney of which the foregoing is a copy was duly executed on behalf of the Corporation and has not since been revoked, amended or modified; that the undersigned has compared the foregoing copy thereof with the original power of attorney, and that the same is a true and correct copy of the original power of attorney and of the whole thereof; 2. The following are resolutions which were adopted by the Board of Directors of the Corporation by unanimous written consent on the 21 st day of July, 2011 and said resolutions have not since been revoked, amended or modified: 'RESOLVED, that each of the individuals named below is authorized to make, execute, seal and deliver for and on behalf of the Corporation any and all bonds, undertakings or obligations in surety or co -surety, with others and to execute and deliver for and on behalf of the Corporation renewals, extensions, agreements, waivers, consents or stipulations relating to such aforesaid bonds, undertakings or obligations: ALFRED N. WRIGHT, RONALD DIGGS And RESOLVED FURTHEf2,.tttal eai Prof the individuals named above is authorized to appoint attomeys-in-fact for the purpose of making, executing, sealing and delivering bonds, undertakings or obligations irLSnd on behalf of the Corporation. 3. The urtde(stgfieo further certifies that the above resolutions are We and correct copies of the resolutions as so r corded and of the whole thereof. IN WITN�s1)tave hereunto set my hand and affixed the corporate seat this r,' day of ��, 20 � �. 3. (Corporate Se*( �. Doug Worman, Chief Executive Officer of U.S. Insurance Any reproductions are void. Is ENDURANCE AMERICAN INSURANCE COMPANY Balance Sheet - Statutory - Basis December 31, 2013 Assets: Bonds $ 277,960,234 Common stocks 92,821,239 Cash 81,252,414 Receivable for securities 10.473,849 Total, cash and invested assets 462,507,736 Agents' balances 639,892,014 Reinsurance recoverable on loss and loss adjustment expense payments 204,937,779 Funds held by or deposited with reinsures companies 4,455,680 Investment income due and accrued 1,277,293 Receivables from parent and affiliates 718.976 Total admitted assets S 1,313,789A78 Liabilities: Loss and loss adjustment expenses S 220,360,070 Reinsurance payable on paid loss and loss adjustment expenses 403,424,215 Unearned premiums 78,153,735 Ceded reinsurance premiums payable 324,020,849 Funds held by company under reinsurance treaties 5,604,760 Provision for reinsurance 3,027,000 Payable to parent, subsidiary and affiliates 6,119,752 Payable for securities 22,619,701 Other liabilities 2.972,307 Total liabilities 1,066,302,389 Capital and surplus: Common capital stock 6,000,000 Gross paid in and contributed surplus 531,153,297 Unassigned funds (surplus) (289.666.208) Total capital and surplus 247,487,089 Total liabilities, capital and surplus S 1313.789A78 I, Stan Osofsky, Treasurer of Endurance American Insurance Company (the "Company") do hereby certify that to the best of my knowledge and belief, the foregoing is a Rill and true Statutory Statement of Admitted Assets, Liabilities, Capital and Surplus of the Company as of December 31, 2013 prepared in conformity with accounting practices prescribed or permitted by the State of Delaware Department of Insurance. The foregoing statement should not be taken as a complete statement of financial condition of the Company. Such a statement is available upon request at the Company's office located at 333 Westchester Avenue, White Plains, NY 10604. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of the Company at New York, New York. ,qt'art Osofsi�y _a�- - Subscribed and sworn to before me this day of��1� LICAFN Notary Puto 8ta of New Wtk No. 01 U611776502 QualifiedTerm EErea Octlober�29, 22015 Document A310 TM - 2010 Conforms with The American Institute of Architects AIA Document 310 CONTRACTOR: ('b'ame, legal stalux and addr ats) American Environmental Assessment Corp 188 Long Island Avenue Wyandanch, NY 11798 OWNER: (,'Facie, legal stattrs and address) Town of Southold 53095 Main Street Southold, NY 11971 SURETY: (Xame, legal sta/us acrd principal place r fbusiuev) U.S. Specialty Insurance Company 600 Lexington Avenue, 22nd Floor New York, NY 10022 Mailing Address for Notices 600 Lexington Ave New York, NY 10022 BOND AMOUNT: $ 5% Five Percent of Amount Bid PROJECT: (,'Vamp. location or address. and Project number.. if arm j Replacement of Town Fuel Dispensing Facility This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their Imcirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond arc such shat if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or --within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the teens of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the dit3erence, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perlirrnm the wort: covered by said bid, then this obligation shall he null and void, otherwise to remain in full fire and ellect. The Surety hereby waives any notice ol'an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiverol'notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time lbr acceptance of bids Vecilied in the bid documents, and the Owner and Contractor shall obtain the Surety's consent tier an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the tenn Contractor in this Bond shall be deemed to be Subcontractor and the tcrnm Owner shall be deenmcd to be Contractor. When this Bond has been liumished to comply with a statutory or other legal requirement in the location orlhe Project, any provision in this Bund conflicting %%ilh said Statutory or legal requirement shall be deemed deleted herelronn and provisions contbrnting to such statutory or other legal requirement shall be deemed incorporated herein. When so I4mislred, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and scaled this 10th day of November, 2014. (Il itness) S•0054/AS 8110 American Environmental Assessment Corp. (P»ucipal) (Seal) i (Title) U.S. Specia4 nsuranc ompany (Surel))l Z /j (Seal) By: Individual Acknowledgment State of New York County of _ On this day of , 2014 , before me personally came to me known, and known to me to be the individual in and who executed the foregoing instrument, and acknowledged to me that he/she executed the same. My commission expires Notary Public ---------------------------------------------------------------------------------------------------------------------------------------- Corporation Acknowledgment State of ) � County ofd J Q;�a �� On the day of "1 o j before me personally came �, tLrkI g,, - to me known; who being by me duly sworn, did depose and say that he/sAe/they reside(s) in 1 LW0bd Or. that he/she/they is (are) the o the c,., C r . , the corporation described in and which executed the above instrument; that he/she/they know(s) the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of the board of directors of said corporation, and that he/she/they signed his/her/their name(s) thereto by like authority. Michelle Benjamin Notary Public, State of New York No. 01 BE6216593 Qualified in Suffolk County My commission expires Commission Expires 01/19/20A *Iotary Public ----------------------------------------------------------------------------------------------------------------------------------------- Surety Acknowledgment State of New York County of Nassau On the 10 day of November. 2014personally came KimASpinello to me known, who being by me duly sworn did depose and say that he/she is an Attorney -in -Fact of U.S. Specialtv 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 standing resolution thereof. TARA LAVERDIERFE Notary Public. State of Now York My commission expire Rapistration*01LA8076587 0 Qu��t ' n aasau pu�y Nota Commisson Expires June 24.201 4 aumortty or me ronoxing; resotunons aoopteo oy tae tsoaras or pirecvozs or the ►mpante . He kResalvec( that the President, any Vice -President, any Assistant Vice -President, any Secretaryor,any Ass ent pretary shall j power and"authority to appoint any one or more suitable persons as Attoi ney(s)4n-Pact io rc r rit and act £or'and on IPofth ( pro�tsacuts �"� he :executed° the same in his authorized capacity, and that by his sig natu which the persons) acted, executed the instrument. v -yam !Rge7to me that ity-upon behalf of U.S. SPECIALTY INSURANCE COMPANY STATUTORY STATEMENT OF ADMITTED ASSETS, LIABILITIES, CAPITAL AND SURPLUS (1) December 31, 2013 Admitted Assets Liabilities and Capital and Surplus Investments: Liabilities: Fixed Maturities, at amortized cost 1,610,979,131 Unpaid loss and loss adjustment expense 974,999,583 Common stocks 153,621,416 Commission payable 10,962,910 Cash and short term investments 6,072,697 Accrued expenses 4,449,770 Receivable for securities 19,379 Taxes, licenses, and fees 2,723,093 Total cash and Invested assets: 1,770,692,623 Federal income tax 2,802,073 Unearned premiums 266,077,282 Advance premium 11,473,367 Dividends to policyholders 157,480 Ceded reinsurance balance payable 57,928,358 Funds held under reinsurance treaties 12,956,012 Amounts withheld or retained for others 64,945 Provision for reinsurance 141,342 Accrued interest income 17,944,263 Payable to parent, subsidiaries and affiliates 2,592,504 Premium receivable 79,891,095 Payable for securities 952,845 Recoverable from reinsurers 13,093,456 Total liabilities 11348,281,564 Net deferred tax asset 38,476,641 Furniture and equipment 576,851 Capital and Surplus: Receivable from parent, subsidiaries and affiliates 7,914,554 Capital Stock 4,200,000 Additional paid -in and contributed capital 187,586,442 Unassigned surplus 388,521,477 157,896,860 580,307,919 Total admitted assets 1,928,589,483 Total liabilities and capital and surplus 1,928,589,483 (1) - In accordance with the statutory financial statements as filed on March 1, 2014. I, Stephen P. MacDonough, Chief Financial Officer of U.S. Specialty Insurance Company, hereby certify that to the best of my knowledge and belief, the foregoing is a full and true Statutory Statement of Admitted Assets, Liabilities and Capital and Surplus of the Company as of December 31, 2013, prepared in conformity with accounting practices prescribed or permitted by the Texas Department of Insurance. The foregoing statement should not be taken as a complete statement of financial condition of the Company. Such a statement is available upon written request at the Company's home office located at 13403 Northwest Freeway, Houston, Texas 77040. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of the Corporation at Houston, Texas, Stephen P. MacDonough Chief Financial Officer Colonial Surety Company Administrative Office 50 Chestnut Ridge Road Montvale, NJ 07645 201-573-8788 BID BOND Approved by The American Institute of Architects A.I.A. Document No. A-310 (Feb.1970 Edition) KNOW ALL PERSONS BY THESE PRESENTS, that we, KJB INDUSTRIES INC., Riverhead, NY as Principal, hereinafter called the Principal, and COLONIAL SURETY COMPANY, a corporation duly organized under the laws of the Commonwealth of Pennsylvania, as Surety, hereinafter called the Surety, are held and firmly bound unto TOWN OF SOUTHOLD, Southold, NY as Obligee, hereinafter called the Obligee, in the sum of 5% of amount bid not to exceed $86200 for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for FUEL DISPENSING FACILITY NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obyion shall be null and void, otherwise to remain in full force and effect. Signed and seblo this 13f16 day of'November 2014. / KJB INDU TRIES INC. Witness: G'Z��-��/./ , `z!ia ✓C ROB T P NCHA (PrincipaUTitle) (seal) COLONIAL SURETY COMPANY f , Witness: B T PANCHAK Anthony J. Cimasko (Attorney-in-fact) (Seal) COLONIAL SURETY COMPANY Duncannon, Pennsylvania Administrative Office: 50 Chestnut Ridge Road, Montvale, New Jersey 07645 GENERAL POWER OF ATTORNEY Know all Men by These Presents, That COLONIAL SURETY COMPANY, a corporation duly organized and existing under the laws of the Commonwealth of Pennsylvania and having an administrative office in Montvale, Bergen County, NJ does by these presents make, constitute and appoint Anthony J. Cimasko Riverhead NY Wayne Nunziata or Anthony J. Cimasko or Audie B. Murphy of Montvale and the State of New Jersey its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver. Any and All Bonds and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the cor- porate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of the Colonial Surety Company at a meeting held on the 25th day of July, 1950. "Be it Resolved, that the President, any Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: "Section L Attorney -in -Fact Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "in Witness Whereof, Colonial Surety Company has caused these presents to be signed by its President and its corporate seal to be hereto affixed the 27th day of April , A.D., 2011. oc\a\ gurety c,0 -*N State of New Jersey y p Incorporated ::3 SS.: County of Bergen 1930 On this 27th day of COLONIAL SURETY COMPANY By _ w Wayne Nunziata, President in the year 2011, before me Theresa Spinelli , a notary public, personally appeared Wayne Nunziata , personally known to me to be the person who executed the within instrument as President on behalf of the corporation therein named and acknowledged to me that the corporation executed it. eg, THERESA SPINELLI A Notary Public of New Jersey 4 ' , My Commission Expires September 9, 2015 Theresa Spinelli Notary Public I, the undersigned Secretary of Colonial Surety Company, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in force and effect. And I do hereby further certify that the Certification of this Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolution adopted by the Board of Directors of the Colonial Surety Company at a meeting duly called and held on the 30th of January 1968, and that said resolution has not been amended or repealed: RESOLVED, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seal of Corporation, may be affixed or printed by facsimile to any certificate to a Power of Attorney of this Corporation, and that such printed facsimile sig- nature and seal shall be valid and binding upon this Corporation." GIVEN under my hand and the seal of said Company, at Montvale, New Jersey this 13th day of November 2014 Original printed with Blue and Black ink. For verification of the authenticity of this Power of Attorney you may call (201) 573-8788 and ask - for the Power of Attorney clerk. Please refer to the above named individual(s) and details of the bond to which the power is attached. Audie B. urph Secretary Form S-100-101 (Rev 1/11) COLONIAL SURETY COMPANY Duncannon, Pennsylvania - Inc 1930 -- FINANCIAL STATEMENT—DECEMBER 31, 2013 ASSETS 'Stocks and Bonds .................... $ Cash in Office & Banks .................. Accrued Interest & Dividends .............. Premiums & Agents Balances Receivable .... Other Assets .......................... .................................... Total Admitted Assets ............... LIABILITIES & SURPLUS 36,011,345 Reserve for Unearned Premiums. .......... $ 6,412,720 6,620,065 Claim Reserves .......................... 11,953,951 304,340 Other Liabilities ......................... 1,218,133 483,038 Collateral Held .......................... 1,008,361 3,146,007 Capital Stock ........................... 3,000,000 Surplus ................................ 22,971,630 46,564,795 Total Liabilities & Surplus .............. 46,564,795 'Bonds and stocks are valued on basis approved by National Association of Insurance Commissioners. STATE OF NEW JERSEY ss.: COUNTY OF BERGEN I, Wayne Nunziata, President of COLONIAL SURETY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the Financial Statement of said Company, as of December 31, 2013. IN WITNESS WHEREOF, I have signed this statement at Montvale, New Jersey, this 24th day of March, 2014. / purely o � pIncorporated 0 —•— `C � 1930 � A �nsyti�a Theresa Spinelli A Notary Public of New Jersey My Commission Expires September 9, 2015 Wayne Nunziata President r � Theresa Spinelli Notary Public Document A310 TM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (Maine, legal siatire and adds esti) (Maine, legal staters mrd pri►tciperl place r f hrrrines�) Island Pump and Tank Corp. Hudson Insurance Company 40 Doyle Ct. The Cornerstone at Chester, 360 Route 24 This document has important East Northport, NY 11731 Chester, NJ 07930 legal consequences. Consultation Mailing Address for Notices with an attorney is encouraged with respect to its completion or modification. OWNER: (.'Fame. legal stales mrd addmsss) Town of Southold 53095 Main Road, PO Box 1179 Southold, NY 11971 BOND AMOUNT: $ 5% Five Percent of Amount Bid PROJECT: (Xame, location or address mrd Project iai ber.. if nil} Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. Remove and Install Existing Fuel Storage Tanks, Fuel Dispensing Facility, Southold, NY, LKMA Project # 13108.00 The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their hairs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond arc such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the, jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material. furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perlbrm the work: covered by said bid, then this obligation shall be null and void, otherwise to remain in full liarce and ell'ect. The Surety hereby waives any notice (Wan agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver ol'notice by lite Surety shall not apply to any extension exceeding sixty (60) days in lite aggregate beyond the time liar acceptance ul'bids specified in the bid documents; and the Owner and Contractor shall obtain the Surety's consent loran extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, ilia tern Contractor in this Bond shall be deemed to be Subcontractor and the icon Owncr shall be deemed to be Contractor. When (his Bond has been lumished to comply with a statutory or other legal requirement in the location ol'the Project, any provision in this Bond conllicting with said statutory or legal requirement shall be deemed deleted herelFom and provisions conlonning to such statutory or other legal requirement shall be deemed incorporated herein. When so lumished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and scaled this 6th day of November, 2014. lii'inr .• S-0054/AS 8/10 Island Pump and Tank Corp. (Principal) (Seal) —a (Dole) Hudson Insurance Company (Srrreh) (Seal) p (Tule) Rosanne Callahan Attorney -in -Fact ACKNOWLEDGMENT OF PRINCIPAL IF A CORPORATION STATE OF NEW YORK } ss: COUNTY OFS 4FOIII`} On this 12*1 day of Nwf.rAIC V . 2014, before me personally appeared j( knY Di FIN CYtA to me known, who, being by me duly sworn, did depose and say that he/she nullggyj the corporation described in and which executed the foregoing instrument; and that he/she signed his/her name thereto by order of the Board of Directors of said corporation. Jennifer C, �.cionpa(i N042ry Piu is --- OzC Notary Public �'Olt3ttn J1 Sc� 2e20I'S ACKNOWLEDGMENT OF SURETY STATE OF NEW YORK } ss: COUNTY OF NASSAU } Jennifer CaccioppppooG . . Public State Of New York No.01 CA6096440 A2�sifted in Suffolk Covltty "ommission Expires July 28, 20� On November 6. 2014 before me personally came Rosanne Callahan to me known who, being by me duly sworn, did depose and say that he/she resides at 255 Executive Drive, Plainview, New York 11803, that he/she is the Attorney -In -Fact of Hudson Insurance Company the corporation described in and which executed the foregoing instrument; and that he/she signed his/her name thereto by order of the Board of Directors of said corporation. KI, - ------------------ �y ---------------- Notary Public Peter Henry Notary Public State of NY No.01HE4784829 Qualified in Nassau County Commission Expires January 31, 2018 HUDSON itAN(:I ('0k0 1P y BID BOND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That HUDSON INSURANCE COMPANY, a corporation of the State of Delawarei with offices at 100 William Street, Now York, Now York, 10038, has made, constituted and appointed, and by these presents, does make, constitute and appoint Peter Illenry, Robert V. Finnell, Rosanne Callahan, Jennifer l,. Johnston-Opeka, Janice R. p'iscina, Deborah L. $everin, Fern Perry of the State of New York its true and lawful Attorney(s)-in-Fact, at New York City In the State of New York;, each of thein alone to have full power to act without the other or others, to make, execute and deliver on its behalf, as Surety, bid bonds for any and all purposes. Such bid bonds, when duly executed by said At1:orney(s)4;%-Fact, shall be binding upon sold Company as fully and to the same extent as If signed by the President ofsaid Company under its corporate seal attested by its Secretary, In Witness Whereof, HUDSON INSURANCE COMPANY has caused these presents to be, of its Executive Vice President thereunto " . ed,, on this: 1 Stday of June. 20 14 at New York, New York. i K Dina as a is, Corporate Secretary STATE. OF NEW YORK COUNTY OF NEW YORK SS. HUDSON INS�VRA� C8 COMPANY Christoplitr T. Suarez, Executive'Vice President On the 18th day of lune 12014, before me personally came Christop er T. Suarez to me known, who being by me duly §wom did depose and say that he is an Executive Vice President of HUDSON INSURANCE COMPANY, t 0 Com any described herein and which executed the above instrument, that he knows the seal of said Company, that the seal affixed to said instrument is the co oratt s al f aid C pony; that it was so affixed by order of the hoard of Directors of said Company 90�'W6�s igned his name thereto by like order. \1` RPHY �iy� �,,c,�ON ie1(/S�� .S y ANDY RPH (Notarial Seal).'��� aaa��� �� ?d� �f+ • !� Notary Public; Skate ew York o No. 01 MU006755. T Qualified in Nassa County Commission Expires 17 QUAL CERTIFICATION STATE OF NEW YORK �i��' Rare. COUNTY OF NEW YORK Swibillilll11tt1t��` The undersigned Dina Daskalakis hereby eertifles: THAT the original resolution, of which the following is a true and correct copy, was duly adopted by unanimous written consent of the Board of Directors of Hudson Insurance Company dated July 27", 2007, and has not since been revoked, amended or modified: "RESOLVED, that the President, the Executive Vice Presidents, the Senior Vice Presidents and the Viet Presidents shall have the authority and discretion, to appoint such agent or agents, or attorney or attorneys -In -fact, for the purpose of carrying on this Company's surety business, and to empower such agent or agents, or attorney or attorneys-in-tUct, to execute and deliver, under this Company's seal. or otherwise, bonds obligations, and recognizances, whether made by this Company as surety thereon or otherwise, indemnity contracts, contracts and certificates, and any and all other contracts and undertaking made in the course of this Company's surety business, and renewals, extensions, agreements, waivers, consents or stipulations regarding undertakings so made: and FURTHER RESOVLED, that the signature of any such Officer of the Company and the Company's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seal when so used whether heretofore or hereafter; being hereby adopted by the Company as the original signature of such officer and the original seat of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed." THAT the above and foregoing is a full, true and correct copy of Power of Attorney issued by said Company, and of the whole of the original and that the said Power of Attorney is still in full force and effect and has not been revoked, and furthermore that the Resolution of the Board of Directors, set forth in the said Power of Altomey is now in force. NO U A 6 2014 6014 ' isaw itncss the hand of the undersigned and the seal of said Company this da �j ZO ��. Dina Daskalakis, Corporate Secreta Fon n 1 8 2010 (v I) HUDSON INSURANCE COMPANY 814OXT FORM FINANCM T k-TEMF.NT AA OW OECEMB]3R 31, 2013 AUM Bonds Real estate Cash on hand and.on deposit Reivattrarxce Rdcal'�a�.l'A FIT recoverable.(innllyding not deti+rrsdtgpr a$5i> Aggregate wflta-ins lybr other than invested asses ppjbtxed. premiums, igents' balances; and, installments bookedbut de%rrgd and rtgt yot duo (including.earned'btttunbilled pronkh tts) Stocks Other Assets Lj B1L� ITIES di: SURPLUS. Losses Loss adjustment oxpemt Other expenses Unearned prenuum5• Ceded payaltla• Payable to parent, subsidiaries and bAlintog Commissions payable, contingent.oat�xissiolw autl ptlagr sitnilae cl}alt�as Other Liabilities Common capital stock Gross paid in and contributed, surplus Unassigned funds (surplus) Surplus as.regards policyholders STATE OF NEW YORX ) ss: COUNTY OF NEW YORK ) YQb,5033,�.�� len 17,&11,354 $ 8-12,04441 130,036,862 13,40,009 15,71,02$' . 25,0��,3��. 1'7d,134,�'�5 7,9$6,'785 25.609 41._4 �: 405.d9S.2� g7,51i0,Q00 2Q�,4$.0,0g7 112 988;3 �; 413.948.652 $ 919.044AII A 1, the undersigned Senior Vice President and Chief Financial Officer of Hudson Insurance Company hereby certify the foregoing to be a short form financial statement in the form of a balance sheet, showing the Cotnpany's assets and liabilities on a provisional basis, at the close of business on December 31, 2013. 1N TSST54ONY WHEREOF, l have set my hand and affixed the seal of the Company, this �L day of Apr% 2014. J Verbich Senior VA President and Chief Financial Officer `\`���,\►111* Subscribed and sworn to before me this� day of 2014 My commission expires / tiib1: (J(4- R tC 1ipn to MC62124A6 ae es ocwbw O -AIA Document,A31 -2010 TM Bid $and CONTRACTOR: (Nance, legal status and address) Papitto Construction Co., Inc. 867 Fair Street, Carmel ; NY 10512 OWNER: "(Name, legal status and address) Town of Slbuthold , 53095 Main Road,,,,. Southold, NY 11971 SURETY: (Name, legal status and principal place of business) Westchester Fire Insurance Company 33 Arch Street - 29th Floor, Boston, MA 02110 State of PA [5%] of Amount Bid "** This doeurnent has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification.- Any odification:Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. (Name,. Iacatron dr address,and Project number, if any) Southold of Dispensing Facility Rem64e1epffiftUST 'Th'e Contractout6dtSurety,are bound to the Owner in the amount set forth above, for the payment of which the Contractor and�Suretyibtndiih► inselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor withinithe time,specifieci n the bid documents, or within such timeperiod as maybe agreed to by.the Owner and Contrnctar, and the.Contractbe`either (1) enters into a contract with the Owner in accordance witti the terms of such bid,(and gives stick bond oi�bonds as may be specified in the bidding or Contract Documents; with a,surety admitted in=the "uiii dictiorF=ofthe`Projeet and otherwise acceptable to the Owner, for the faithful performance of such Contract and fotiithe prompi'payment of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the difference, not,to exceedAhe amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner mayiin good faith contract with another party to perfbnn the work covered by said bid, then this obhgaUon shaihbe t ulI and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice tiy�the Sutefyishall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance o rhi0's'peeified, in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond=is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be eemed incorporated herein. o furnished a intent is that this Bond shall be construed as a statutory bo and not as a common law bon . Signed nd sealed is 13th day of November 2014. Pa�itto ' nstructio o. c. /L v (Cont as a (Seal) ( 'tness) (Title) Westche F' In anc C (S:rretl (Seal) (Title) Diana Toledo; Attorney ' -Fact Inst. AIA Document A3101"— 2010 (rev. 1012010). Copyright ® 1963, 1970 and 2010 by The American Institute of Architects, All rights reserved. WARNING: This AIA,*D Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA' Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum eaten: possluie under the law. t Purchasers are permitted to reproduce ten (10) copies of this document when completed To report copyright violations of AiA Contract Documents, e-mail The American Institute of Architects' legal counsel, copyright®ala.org, Acuaora io i Bub 'dito": ii�tpte !"'atlw Q*vrvA". Baty 4" cy.... (2) o..!04 (3) tieh at*$ cw bebgifoi tho Cam (4) Efth-ifoo pWimm. *0 ?!,, w*&*r"vo.Yj0 omp3ww f6f,ot bowror#4o**y, u S type or clans of Writtea� Catattittt�ant (5) Th ofOM 'o, ow - cot. pe"'t FmnmlkE'"SH.VEp "*90141 Comp*. qod aitdt X"OWO " npt�pt* WEST E:sm 1171 k�TNS UR AN C'Z-* MPA "NEA ss... TcuLmIR , , m THE BACK OF THIS DOCUMENT LISTS VARIOUS SECURITY FEATURES 0 THAT WILL PROTECT AGAINST COPY COUNTERFEIT AND ALTERATION. 0 WESTCHESTER FIRE INSURANCE COMPANY - NAIC# 10030 FINANCIAL STATEMENT ADMITTED ASSETS BONDS SHORT - TERM INVESTMENTS STOCKS REAL ESTATE CASH ON HAND AND IN BANK PREMIUM IN COURSE OF COLLECTION* INTEREST ACCRUED OTHER ASSETS TOTAL ASSETS LIABILITIES RESERVE FOR UNEARNED PREMIUMS RESERVE FOR LOSSES RESERVE FOR TAXES FUNDS HELD UNDER REINSURANCE TREATIES OTHER LIABILITIES TOTAL LIABILITIES DECEMBER 31, 2013 $1,774,825,880 20,014,453 0 0 28,898,475 73,348,856 16,193,041 142,805,499 $2,056,086,204 $162,490,379 1,003,690,742 2,386,131 2,053,210 (21,105,132) 1,149,515,330 CAPITAL: 70,000 SHARES, $71.43 PAR VALUE 5,000,100 CAPITAL: PAID IN 295,331,592 AGGREGATE WRITE-INS FOR SPECIAL SURPLUS FUNDS 115,190,473 SURPLUS (UNASSIGNED) 491,048,709 SURPLUS TO POLICYHOLDERS 906,570,874 TOTAL $2,056,086,204 (*EXCLUDES PREMIUM MORE THAN 90 DAYS DUE.) STATE OF PENNSYLVANIA COUNTY OF PHILADELPHIA John P. Taylor, being duly sworn, says that he is Senior Vice President of Westchester Fire Insurance Company and that to the best of his knowledge and belief the foregoing is a true and correct statement of the said Company's financial condition as of the 31 st day of December, 2013. Sworn before this Senior V1 a President My p6 mission expires ry Notarial Seal Mane Wright, Notary Public of Philadelphia, Philadelphia County State of se. County of j n * M ,a On this day of —:. 19— before me personalt�j acme' H C i to me known,g and known to me to be the individual described in and who executed the foregoing instrument and acknowledged tome that he executed y the same. k My commission expires Notaty vb4tc State of IS. a. County of y On this- day of 19__,____..4efore me personallst came yl 4G to sr to me known and known to tnie H b to be a member of the firm of described In. and who executed the foregoing Instrument, and he thereupon acknowledged to me that he executed the same as and fpr the act and deed of said firm. My commission expires Notary Public � RENO CALDARELLA State of IIIA-) L NOTARY PUBLIC -STATE Of NEW YORK � � ss. No. O1 CA6179465 County of Quollfled In Putnama?,unty / /• my Commission Expires Dece iR 31, 2015 n this �` day of ia4` _1i'L�".:,I before me personalty came b a to Me known. t.; .0 who ./t�/yin�g/g by me duy sworn,diddepposeands. thath is the� the corporation described in and which executed the above instrument: that he knows the seal of said -corporation; that the seataffixed to said instrument is such Corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that he si'flned his name thereto by like order, My commission expires ,2 `3 r �2D►, �� �� Notary Public State of New York ss. county of Putnam 13th November 2014 On this day of ,. xfor# me personally came Diana Toledo to me known, who, being by the duty sworn, did depose and say that he is anattorney. in -fact of Westchester Fire Insurance Company the corporation described in and which executed the within instrument; that he knows the corporate seal of said corporation; that the seal affixed to the within instrument is such cotporate seal, and that he signed the saidinstrunsent andaffix*d the said reel as Attorney -in -Fact by authority of the Hoard of 17irectors of said corporation and by authority of this office under the Standing Resolutions thereof. My commission expires t u Rhe # 13 p_ N bTen r� n 0 Town of Southold . BIDDER'S QUALIFICATION STATEMENT 0 C 0 • 0 1* G • • 0 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 01 A Partnership or Entity FIRM NAME: An Individual PRINCIPAL PRINCIPAL OFFICERS: TITLE // NAME ADDRESS � �ll BACKGROUND 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? CFO % List trades that you organization normally performs below: f 3. Have you ever failed to complete any work awarded to you?.A 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. • „/ u0 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Proj ect Owner Architect Contract Percent Scheduled Name Telephone # Telephone # Amount Complete Completion 0 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 • • J • • QS -2 s 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 • • • • • • 0 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? I 10. Bank References: 11. Trade Association Membership: self ca--4� 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? `'' t7 QS -3 C 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 �� ) ae., being duly sworn deposes and says that he is the of contractor and that answers to the going questions and all statements therein contained are true and correct. 0 at person who signed bid) Sworn to before me this day of/ 201 t`f_ Notary Public Commission Expiration Date: iNo. �— lic State of New York 1 R06212747 Qualified in SyV,,20�un My Commission Expire i • • QS -4 • 0 AVENTURA CONSTRUCTION CORP. AND SUBSIDIARIES Consohdated Schedule of Contracts in Progress Far the year E�dADecemher 31. 2013 Total Gross Gross Costs and Billings in Gross Profit Profit Total Estimated Excess of Total Total Profit Recognized Recognized Total Estimated Total Earnings in Costs and Contract Estimated Estimated Earned to in Prior in Current Costs Coats to Percentage Revenue Billings Excess of Estimated Project Name/Location Job ff Price Cost Gross Profit Date Periods Period to Date Complete Complete Earned to Date Billings Earnings Peter Cooper Village 1086 $ 247,490 $ 211,068 $ 36,422 $ 32,026 $ 407 $ 31,619 $ 185,593 $ 25,475 87.93% $ 217,619 $ 247,490 $ - $ 29,871 Airport Plazas, JFK SITE 1092 5,028,687 4,626,109 402,578 354,655 112,262 242,393 4,075,416 550,693 88.10% 4,430,072 4,824,785 - 394,713 PMG- East Hanover, NJ 1103 271,260 227,835 43,425 42,627 14,825 27,802 223,650 4,185 98.16% 266,278 271,260 - 4,982 PMG- Manalapan, NJ 1104 294,475 239,876 54,599 53,415 335 53,080 234,676 5,200 97.83% 288,091 294,475 - 6,384 Cumb Farms- Bay Shore Site Dev 1106 1,219,682 1,167,778 51,904 7,511 - 7,511 168,985 998,793 14.47% 176,496 151,040 25,456 - Airport Plazas, JFK Building 1107 3,736,999 3,460,421 276,578 261,181 - 261,181 3,267,793 192,628 94.43% 3,528,975 3,703,682 - 174,707 Comb. Farms- Brooklyn(Divestm 1109 200,741 165,842 34,899 33,846 - 33,846 160,842 5,000 96.99% 194,689 200,741 - 6,052 Suffolk Transportation- Coram 1110 377,408 308,741 68,667 68,445 - 68,445 307,741 999 99.68% 376,186 377,408 - 1,222 NYPD Academy- College Point 1111 295,000 283,750 11,250 1,882 - 1,882 47,471 236,279 16.73% 49,353 55,000 - 5,647 Cumb Farms- Ozone Park Divestm 1113 116,912 66,232 50,680 50,298 - 50,298 65,732 500 99.25% 116,029 116,912 - 883 Hampton Jitney Calverton 1114 418,660 331,475 87,185 31,049 - 31,049 118,048 213,427 35.61% 149,097 350,550 - 201,453 PMG- East Piscataway, NJ 1116 34,760 36,395 (1,635) (1,311) - (1,311) 29,195 7,200 80.22% 27,883 34,760 - 6,877 Wendy's Store #10466 1118 396,904 367,843 29,061 27,584 - 27,584 349,148 18,696 94.92% 376,732 225,054 151,678 - 7-11 Center Moriches 1121 239,718 235,389 4,329 4,324 - 4,324 235,132 257 99.89% 239,457 239,718 - 261 Cumb Farms- Roslyn Retaining W 1123 23,800 16,034 7,766 7,397 - 7,397 15,272 762 95.25% 22,669 23,800 - 1,131 LiRo-Holbrook Tank Removal 1124 53,895 44,039 9,856 9,660 - 9,660 43,164 875 98.01% 52,824 53,895 - 1,071 Qdoba-JFK1126 304,908 270,733 34,175 395 - 395 3,127 267,606 1.15% 3,521 - 3,521 - A -Hold- Stop & Shop Fueling Fa 1127 764,325 647,952 116,373 103,269 - 103,269 574,987 72,965 88.74% 678,256 764,325 - 86,069 Comb Farms- Rego Park Divestme 1129 86,987 77,751 9,236 7,018 - 7,018 59,077 18,673 75.98% 66,095 44,380 21,715 - Suffolk Trans-Moffit Blvd Omnt 1130 18,608 14,990 3,618 1,799 - 1,799 7,452 7,538 49.71% 9,251 9,304 - 53 Exxon Mobil- Holmdel, NJ 1131 305,000 268,556 36,444 30,063 - 30,063 221,532 47,024 82.49% 251,595 210,000 41,595 - PMG-9519 Tank Replacement 1133 255,251 212,709 42,542 - - - - 212,709 0.00% - - - - Airport Plazas, Tesla 1137 110,000 86,500 23,500 20,222 - 20,222 74,434 12,066 86.05% 94,656 110,000 - 15,344 Rotterdam CNG Dispenser Upgr 1138 42,467 30,400 12,067 10,312 - 10,312 25,978 4,422 85.46% 36,290 42,467 - 6,177 Utica CNG Dispenser Upgr 1139 56,733 43,156 13,577 8,355 - 8,355 26,557 16,599 61.54% 34,911 55,979 - 21,068 AARCO-1985 Marcus 1140 273,452 232,074 41,378 14 - 14 81 231,993 0.03% 96 25,000 - 24,904 STV BOE Remediation 1141 95,493 80,362 15,131 3,691 - 3,691 19,603 60,763 24.39% 23,291 - 23,291 - Shell Northern Blvd 1142 799,529 723,608 75,921 1,977 - 1,977 18,840 704,768 2.609/6 20,817 79,953 - 59,136 CF Flatbush Ave 1143 81,400 56,725 24,675 17,549 - 17,549 40,342 16,383 71.12% 57,891 - 57,891 - Millwood Canopy Repair 1145 160,000 201,137 (41,137) (11,262) - (11,262) 55,066 146,070 27.38% 43,804 78,431 - 34,627 Chase Biscayne & 209 116 1,682,831 1,715,206 (32,375) (32,342) 9,830 (42,172) 1,713,412 1,794 99.90°/ 1,681,071 1,682,831 - 1,760 Murphy Sandestin 120 867,980 888,159 (20,179) (20,163) - (20,163) 887,490 669 99.92% 867,327 839,597 27,730 - Murphy Cornelia GA 121 829,956 641,107 188,849 183,796 - 183,796 623,954 17,153 97.321/6 807,750 829,956 - 22,206 7-11 Forest City Road, Orlando 124 790,479 703,646 86,833 83,686 - 83,686 678,142 25,504 96.38% 761,828 790,479 - 28,651 Airport Plaza 126 2,566,703 2,311,068 255,635 177,857 - 177,857 1,607,919 703,149 69.57% 1,785,776 2,149,039 - 363,263 Cumberland Farms- Boca Raton 127 1,602,031 1,467,804 134,227 121,735 121,735 1,331,204 136,600 90.69% 1,452,939 1,592,650 - 139,711 $ 24,650,524 $ 22,462,470 $ 2,188,054 $ 1,692,560 $ 137,659 $ 1,554,901 $ 17,497,055 $ 4,965,417 $ 19,189,615 $ 20,474,961 $ 352,877 $ 1,638,223 0 0 Itemized Proposal for: Hiahway De artment - Sadkold Fuel Diwensina Facility Town of Southold Highway Department • Bid Date: November 13, 2014 LKMA #: 13108.000 ITEM NO. ESTIMATED DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY .(Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS Gene I CondiOons Mobilizatio for a.�.�.0 �ucs cam- LS Dollarf Cents 2 1 Site Preparation �c .c ��►� for f : >K-�7�`i la�.�3LS / 760 00 Dollars Cents "T D�litt'ops and Remov s,QlQj �Y Qrr% 3�, � O� 3 1 f for do cam.✓ /LS Dollars Cents 4 1 nGa Exv�tion & Grading Tw �.r.► a c(�( for /LS Dollars Cents 5 44 �r Co ncr to Filled Bollards for,— %. tiu /EA O a Dollars Cents 6 1 Complete II stallatio of A vegrou 8,000 Gallon as T nk for EA Dollars Dollars Cents 7 1 Co late tns$allation of Ati veground ,000 Gallon D' sal ank T �� f X% C9O 17 eve) for Dollars Cents 8 1� / F IF a arO e'7e%ra✓� 7-nop�y f T / ! for a.,� t, a:- cmft'�s /LS Dollars Cents PF -1A i itemized Proposal for: Highway De artment - §Mold Fuel Dispensing Facility qW Town of Southold Highway Department � r � • Bid Date: November 13,204 LKAAA #: 13108.000 ITEM NO. ESTIMATED DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS 9 1,800 Concrete Slabs � �L� for Ce�o�C ��b �'+�� /SF Dollars Cents 10 200 Concrete Curb cR S 040� O for / �i 7`h��Ca.•s �•ee t�c7�lLF Dollars Cents 11 3,100 Concrete j� QO /Pavement for �5 �/SF Dollars Cents 12 700 Full Depth RCA Pavement �/SF for / l�t�'CG O(otfo^_c Gs.RczSC �fifl Dollars Cents 13 600 Full Depth Asphalt Pavement � � for -� .vim► /SF Dollars Cents 1 Dispe�ser Island /i - A7W 7j © x.3/ 7 CZ -->14 for t yvO e_kofs /LS Dollars Cents 1 Utility 8 Ildi o ncrete fo ati �15 Jp7� � for /LS Dollars Cents �--9oncrete Sod.nd W II & Fqoting� 16 1 ford/LS Dollars Cents PF -2A I • Itemized Proposal for: Hiahway De artment - Sid0hold Fuel Dispensina Facility qW Town of Southold Highway Department Bid Date: November 13, 2014 LKMA g:13108.000 ITEM NO: ESTIMATED DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS ` CENTS 17 1 New Gs Servicv & 250 KW Na to for/LS Dollars Cents 18 1 Nva Electric Service �E1c-rr"� 5`Dpxr' '�-�d�"'S for m[_ -uT� �/� /LS ;7l/©oc:> Dollars Cents 19 1`Z®®�Vrc._T� ire Suppression�}�ignage // L l..s7V for eGc.�r� ill® �t� /LS �j Oao �� c2 rye 77` � Dollars Cents 20 3 Aband mentof nito Wells ��7�,�e,,�t t� 4 ca,� ! .'S �� ©O for G:%�G✓S a a �C� G r-,�+'—/EA Dollars Cents TOTAL BID Rams (Add All Items) Dollars Cents (Numerically) WRITTEN IN WORDS NOTE: The Town of Southold reserves the right to increase, decrease, or eliminate in its entirety any or all items prior to or after award of the bid. 1,000 Galion Yank Removal. and SCDHS ALT 1 4 Ps ' for /tstl? Gee.- /EA Dollars _ Cents 2,500 Gallon Tank Removal, and SCDHS ALT 2 1 for ,dO- env /EA Dollars Cents PF -3A aventurd CdNSTRtJCTION CdRi�. CONSTRUCTION MANAGEMENMENT•CONSULTING • GENERAL CONTRACTING Client Referral List W.F. McCoy Petroleum Albie McCoy- Owner (631) 537-0265 Project description: $1.5 MM, 3/4 acre site in Bridgehampton NY. Project includes new 3,000 sf 2 -story convenience store, 4 MPD fueling system, overhead canopy and associated site work. NJ George Abi Zeid- President (516) 513-0155 (x333) Project description: $4.3MM, 1.5 acre site in Newark NJ. Project includes new 14,000 sf, 2 -story convenience store including 2 -bay car wash, 8 MPD fueling system, CNG fueling system, overhead canopy and associated site work. Due to existing soil conditions this project required over 10,000 if of steel pipe piles to be installed to support structural components. 1101 WAVERLY AVENUE HOLTSVILLE, NY 11742 631.654.0660 631.654.0990 a Ve ntu rd CONSTRUCTION CORP. CONSTRUCTION MANAGEMENMENT•CONSULTING • GENERAL CONTRACTING Dave O'Toole- Project Coordinator (860) 227-4037 Aventura performed several Demolish / Re -build and Tank Field Replacement projects throughout Long Island, NYC and New Jersey for this client totaling 5.5 million cieorge AVI Lett- Fresadent (516) 513-0155 (x333) Project description: $IOMM, 7 acre site at JFK International Airport. Project included new 20,000 sf plaza building including car wash, repair shop and multiple food offerings. Site includes 10 MPD fueling system, 2 High Speed Diesel Truck fueling islands, CNG fueling system, (2) overhead canopies and associated site work. Adjacent property is being developed into an environmentally friendly "no idle Truck stop" with electrical connections for cargo vehicles providing air conditioning/heat, internet connection, WI -FI, etc. Suffolk Transportation Facility; Bay Shore NY 1101 WAVERLY AVENUE HOLTSVILLE, NY 11742 631.654.0660 631.654.0990 a Ve ntu [a CONSTRUCTION CORP. CONSTRUCTION MANAGEMENMENT•CONSULTING • GENERAL CONTRACTING Greg Lent —Facilities Manager (631) 680-4607 Project description: $1,000,000 development of new fuel dispensing systems at three separate facilities. Systems consisted of new Underground Storage Tanks, 8 dispensing positions, control kiosks and fire suppression systems. Projects were extremely time sensitive due to the fact that this client is the sole provider of bus transportation for the Suffolk County School Systems. All projects were completed ahead of schedule. Eric Meyn- Bohler Engineering- 631-738-1200 Project description: $1MM 7 -Eleven Service Station located on .75 acres in East Farmingdale New York. Project includes 2,950 square foot convenience store. The accompanying service station provides 6 fueling positions with a protective overhead canopy. Constructed all site work, including drainage and sanitary systems, site pavement and landscaping. 1101 WAVERLY AVENUE HOLTSVILLE, NY 11742 631.654.0660 631.654.0990 aventura CONSTRUCTION CORP. CONSTRUCTION MANAGEMENMENT•CONSULTING • GENERAL CONTRACTING Andy Garcia - Project Manager 973-904-0213 Project description: $330,000 development of new fuel dispensing system. Fueling station was constructed in the parking lot adjacent to a new Stop & Shop Market. System consisted of new Underground Storage Tank, 10 dispensing positions, overhead canopy and control kiosk Cumberland Farms - Bayshore Cumberland Farms - James Scholes 508-270-4469 Aventura Construction Corporation developed various locations on Long Island and Metro New York for this client ranging from complete demolition and re -builds, tank installation, tank top upgrades, etc. Bayshore Mobil, Aventura is currently under construction on this $1.3MM project consisting of %2 acre site development, 2,100 sq. ft. convenient store, 12 -position canopy covered gas station. Site work consists of retaining walls, drainage and sanitary systems, site pavement and landscaping. 1101 WAVERLY AVENUE , HOLTSVILLE, NY 11742 - 631.654.0660 631.654.0990 aventurd CONSTRUCTION MANAGEMENMENT • CONSULTING • GENERAL CONTRACTING List of Services The following is a partial list of services represents the capabilities of Aventura Construction Corp. Petroleum Construction Services Gilbarco Certified Technicians Veeder-Root Certified Technicians Omntec Certified Technicians Pneumercator Certified Technicians Red Jacket Service Technicians FE Petro Service Technicians Xerxes Certified Tank Installers Ameron Certified Pipe Installers Smith Certified Pipe Installers Fuel System Piping and Repairs Dispenser Installation Start Up and Repairs Leak Detection System Installation and Repairs Contaminated Liquids Collection and Disposal Contaminated Solids Collection and Disposal Drilling Services General Contractinz Services New Building Construction Building Renovations Demolition and Site Construction Underground Utility Construction Fuel Tank Installation and Testing 1101 Waverly Avenue ■ Holtsville ■ NY 11742 It 631. 654. 0660 ■ 631 .654.0990 aventura CONSTRUCTION CORP. Aventura Construction Corporation Equipment List Service Van Trade Equipment Heavy Equipment Work Truck Vehicle Description 2012 - Mercedes Sprinter 2013 - Mercedes Sprinter Ventro HT 25KX Boom 2009 Air Compressor 2013 Trailer Hydraulic Breaker 2001 FORKLIFT 2007 16' Trailer (Equipment) 2000 Flat Bed 2006 Case Excavator 2007 Case Skid Steer 2007 Case Backhoe Loader Backhoe Takeuchi Excavator Takeuchi TL240 Track Loader 2009 GMC 2012 Ford F550 2008 Hino 2007 F450 Ford F350 2012 Ford F250 2008 Tundra 2002 Pick Up Job# 1092 - Airport Plazas, JFK SITE 1106 - Cumb Farms- Bay Shore Site Dev 1111- NYPD Academy- College Point 1114 - Hampton Jitney Calverton_ 1126 - Qdoba-JFK 1140 - AARCO-1985 Marcus 1142 - Shell Northern Blvd 1148 - Taco Bell Shirley 1149 - Cumb Farms Manchester 1150 - Sunoco -Port Jeff 1151 - Tank Savage -Mt. Kisko 1152 - BJ's-Howell, NJ 1153 - Lynbrook UFSD- UST Replacement 1154 - Bay Park Work in Progress Current Contract 5,147,758.68 1,409,473.38 295,000.00 418,660.00 342,007.06 273,452.00 1,027,612.16 2,067,062.06 670,699.00 16,395.00 836,000.00 137,200.00 819,644.00 Complete Most recent completed jobs Job# 1104 - PMG- Manalapan,-NJ 1118 - Wendy's Store #10466 1122 - Sunoco- EC5047 Cropsey * 1127 - A -Hold- Stop & Shop Fueling Fa 1129 - Cumb Farms- Rego Park Divestme 1137 - Airport Plazas, Tesla * 1141- SN BOE Remediation 1143 - CF Flatbush Ave 1145 - Millwood Canopy Repair 1107 - Airport Plaza, JFK Building Current Contract $ 294,475.00 $ 445,672.31 $ 513,151.33 $ 807,300.75 $ 86,987.00 $ 115,062.50 $ 95,493.00 $ 150,800.00 $ 80,000.00 $ 3,795,260.61 Confidontial EXPERIENCE: aventura CONSTRUCTION CORA. Frank DeMeyer 50 Wyndham Lane Holbrook, New York (631)738-9345 Email: frank @aventuraconstructioncorp.com January 2001- Present Founded Aventura Construction Services. Grew company to $10million in revenue within the first 5 years focusing on the niche petroleum market. Continually internalized trades by utilizing effective management systems thereby continually improving the cost effectiveness and control over quality for our clients. Prior Work Experience THE TYREE ORGANIZATION, LTD. 5/00-1/01 Division Manager, NY/NJ Business Unit Northeast • Responsible for the overall management of the NY/NJ Headquarters of The Tyree Organization. Consisted of 5 Departments, approximately 200 employees and a $60million annual budget. 6/99-5/00 Regional Manager, Construction Department' (New York, New Jersey) • Same position as described below except covering a larger geographical area including New Jersey and Pennsylvania. Department now consists of 30+ employees and will perform approximately $25million worth of Design and Construction work within the petroleum market. 5/96-6/99 Manager, Construction Department (New York) • Maintain complete operational and financial control of a 20 person Department performing approximately $18million of environmental, building and site contracting work annually. Public and private projects range in size from $250k to $6million. • Establish annual business plan, operating budget and deliver results accordingly via effective management of estimators, project managers, superintendents and administrators. • Consistent track record of success achieving sales and profits in excess of expectations. Documented Sales and Gross Profit growth of $10.7million and $1.6million respectively. 3/94-5/96 "A" Project Manager (Mobil General Contracting) • Complete operational and financial control of a 10 person Department performing approximately $6million of environmental, building and site contracting work for Mobil Oil Corporation. • Oversee the engineering, design and permitting of numerous projects to ensure projects progress in accordance with customer expectations. • Consistently outperformed other, Departments as evidenced by high customer approval ratings and achievement of desired profits. • Received "Employee of the Quarter" award for the third quarter in 1994. 2/94-3/94 Project Manager (Mobil General Contracting) • With no formal training, quickly established leadership abilities rooted in competent management of the first two projects completed. Achieved high profits and completed ahead of schedule. Confidential ABSOLUTE CONCRETE CORPORATION, New York, NY 1991-1994 Vice President -Operations • Expanded business from concrete work to small general contracting projects. • Executed the performance of public works from bid to final completion. Solicited, negotiated and purchased subcontracts. Managed the construction and completed all administrative requirements of the city of New York. • Utilize knowledge of construction law to protect against contract violations by asserting company positions in correspondence with general contractors and subcontractors. • Managed the resolution of a lawsuit through the American Arbitration Association. Compiled pertinent data and used it to formulate a damage claim. Personally presented and defended the claim for damages through approximately 80 hours of direct testimony and cross-examination. • Manage the construction of ongoing projects ranging in size from $100,000 to $1,700,000. Specifically use job site visits and other means of communication for scheduling, monitoring and problem solving with Field Superintendents, subcontractors and general contractors. Recognize and effectively negotiate change order work with general contractors. • Negotiate contracts with general contractors and develop contracts with subcontractors. • Expedite all submittals and procure materials required by contract specifications. _ 1988-1991 Field Superintendent • Schedule, coordinate and supervise the construction of concrete projects. Process payment requisitions. • Maintain written and verbal communication of project details and progress with general contractors. Develop files to properly document and track job operations. ADDITIONAL EXPERIENCE: 1983-1987 Financed educational costs through summer employment, surveying on various large, construction projects. EDUCATION: 1990- 1991 St. John's University Non -Matriculated courses completed in Accounting, Business Law and Finance. 1986-1988 State University of New York at Buffalo, New York Bachelor of Science, Civil Engineering 1983- 1986 State University of New York at Farmingdale, New York Engineering Science COMPUTER SHILLS: Advanced computer knowledge in Word, Excel, CPM scheduling, Access, PowerPoint, Primavera, PalmVH, Accounting, Act!, Publishing and Internet and other miscellaneous Windows applications. LICENSES/CERTIFICATIONS: Personal and professional references will be furnished upon request. Joe Pepe 48 Eastwood Road Miller Place, NY 11764 Cell: (516) 779-6224 Email: jpepe@aventuraconstructioncorp.com EXPERIENCE: aventurd CONSTRUCTION CORP. 2001 -PRESENT Vice President • 13 years with company. Throughout those years responsibilities have included Project Management, Estimating and Site Management • Responsible for project management & future business development • Comprehensive understanding of construction methods, building systems and local codes Prior Work Experience: 1994-2001 JDP BUILDERS Founder/Owner Miller place, NY • Owner/Operator of a General Building Contracting company specializing in new home construction. • Custom Home Developer • Manage entire job process including Estimating, Sales, Contracts, Project Coordination and assist in building for high quality production • Interview and Coordinate all Subcontractors 1991 -2001 ISLAND CONSTRUCTION Site Supervisor/Builder, Carle Place, NY • Onsite Supervisor • Enhanced profitably by finishing jobs ahead of scheduled time • Train and motivate employees to be efficient and productive • Trustworthy and reliable in handling all responsibilities on the job site 1988-1991 GRANDVIEW EXTERIORS Carpenter North Babylon, NY • Received frequent raises based on fast learning. Proved to be a self starter • Initial job experience in the building industry. Installing siding and windows • Worked side by side with owner doing commercial and residential renovations • Train and motivate employees to be efficient and productive. EDUCATION: 1991 Suffolk Community College, Brentwood, NY Drafting Courses 1987 Wilson Technical School, Dix Hills, NY, 1986 St John the Baptist High School TRAINING AND CERTIFICATIONS: • OSHA 29CFR 1926-1OHR COTC • ExxonMobil LPS • Homeland Safety Inc. • API Worksafe • Containment Solutions • Heartsaver EAD - First Aid • HazTek INC. M DONALD S. FASTUCA 14 Narcissus Drive Syosset, NY 11791 Mobile: 516-369-6163 Home: 516-364-2820 Email: dfastuca(a,aventuraconstructioncorp.com EXPERIENCE: aventU10816 OONSTRd CT10N CORP. 2008- Present Construction Project Manager • Responsible for constructing — from scoping and bidding, through construction and project closeout - Exxon Mobil's retail marketing projects in New York, New England and North Carolina. Completed 17 construction projects in 2008 including 2 demolish & rebuild projects and 1 piping upgrade for Exxon Mobil Aviation. Prior Work Experience: CB Richard Ellis and Trammell Crow Company 2001 — 2009 Construction Project Manager Syosset, NY • Responsible for constructing — from scoping and bidding, through construction and project closeout — Exxon Mobil's retail marketing projects in New York, New England and North Carolina. • Completed 17 construction projects in 2008 including 2 demolish & rebuild projects and 1 piping upgrade for Exxon Mobil Aviation. • Most recent project completed in December 2008 on Long Island, NY. Completed 17% ahead of schedule. Texaco and Equiva Services (Texaco/ Shell/Saudi LLP) 1998 —2000 Project Manager Jericho, NY • Responsible for permitting and constructing Shell and Texaco retail marketing projects in New York City and Long Island. • Responsible for constructing distribution marketing projects for Shell and Texaco in New York and New England. 1991-1997 Plant Manager Lawrence, NY • Responsible for directing all daily operations and long term planning for Texaco's 27 acre petroleum storage and loading facility located in Long Island, NY. • Managed a 110% increase in production while decreasing operating costs by 6%. • 1988-1990 Project Engineer Moorestown, NJ • Responsible for constructing Texaco retail marketing projects in Pennsylvania and New Jersey. • Responsible for constructing distribution marketing projects for Texaco in Pennsylvania and New Jersey. 1980-1987 Drilling Supervisor and Petroleum Engineer New Orleans, LA • Coordinated and directed all district drilling and production engineering activities for Texaco in their Gulf of Mexico offshore operations. • Responsible for drilling and production engineering for Texaco's most productive oil field in the Gulf of Mexico. EDUCATION: Bachelor of Science - Chemical Engineering (1980) Carnegie Mellon University, Pittsburgh, PA Training and Certifications: • Exxon Mobil LPS • API Work safe • Heart saver EAD - First Aid A Jason Smolansky 40-211 West 4th St. Patchogue, NY 11772 Home 631-627-6620 Cell 631-834-7792 jsmolansky@aventuracorp.com Work Experience: aventura CON®TRUCTION CORP. May 2014 -Present Chief Estimator Responsible for estimating a wide spectrum of municipal, public, and private projects ranging from >$50K to $15 million, focused on the petroleum, aviation fueling, fast paced retail, & fast food industries. Active in post award project negotiations including: material and equipment, subcontractor contracts, and quality assurance. Additionally responsible for: - Review and interpretation of contract documents, including drawings and technical specifications. - Review of projects for required equipment and machinery and their availability. - Estimate projects from start to completion. - Reviewing, creating, & controlling of shop drawings, submittals, etc. for project quality control AGL Contracting, LTD Project Manager/Estimator Aventura Construction Corp. Estimator LoDuca Associates, Inc. Assistant Project Manager/Estimator Representative Projects include: September 2013 -May 2014 February 2012 -September 2013 May 2008 -February 2012 • LIRR Contract No. 6001 Rehabilitation of Seaford Station Platform- $7,818,226.00 Project involved the demolition & replacement of the elevated station precast concrete platform, canopy, escalator replacement & elevator addition. To minimize disruption, this project was done with a single track outage & flagging, there were no accidents. • LIRR Contract No. 6024 Central Islip MTA Police Headquarters- $9,242,572.00 New construction of 24,000 square foot headquarters for MTA Police. Project completed within budget and on schedule. • MTA NVCTA C-52062 Security Enhancements- St. George, Staten Island- $1,709,000.00 Duct banks & concrete pads for new CCTV system at 19 stations. • LIRR Contract No. 5662-2-13 Escalator Replacement at Merrick, Bellmore, & Massapequa Park Stations - $3,533,544.00 Escalator replacements at three stations, with associated concrete pits & foundations, masonry machine rooms, new storefront & railings. Jason Smolansky 4 • National Grid Groundwater Treatment Plant- Bay Shore, NY- $2,655,765.00 Site development and construction of new groundwater treatment building. Coordinated with National Grid to work with and around contractor on site treating groundwater. • Long Island MacArthur Airport- New Glycol Pre -Treatment System- $3,183,183.00 Site development and construction of gravel bed and related piping to filter and treat water runoff from the de- icing of planes in the winter time. Previous Experience includes: Home Depot- Selden, NY- Department Supervisor May'07-May'08 Supervised associates in Gardening Department, ensuring department was well kept, in stock, and associates were well versed in products. Met with Store Manager to ensure sales goals were being met. Gabrielli Trucks- Medford, NY- Diesel Technician Nov.'06-May'07 Class B Technician. Comprehensive Class 8 truck diagnosis and repair. Metal fabrication and welding. Responsible for hydraulic system installation on new trucks sold. LoDuca Associates, Inc. - Shop & Warehouse Manager Jan. '03 -Nov. '06 Responsible for the maintenance and repair of trucks, heavy equipment, and tools, supplying material to ongoing projects, and welding and metal fabrication. Some light carpentry and painting. Education Suffolk County Community College, Selden, New York Eastern Suffolk BOCES, Islip Technical Center- Multiple Courses including Automotive Technology, Blueprint Reading & AutoCad Bayport - Blue Point High School, Bayport, New York Computer Skills: Microsoft Office Suite Programs, Microsoft Project, Adobe Acrobat Professional, On Center Software On Screen Takeoff, Sage 100 Contractor, Sage Timberline References available upon request td£k1y'� P RESHIP ALLIANCE Signatory Contractor Aventura Construction Corp 1101 Waverly Ave Holtsville, NY 11741 February 20, 2014 Re. NYSDOL Apprentice Training Program Craft Laborer: 18514 Operating Engineer (Heavy Equipment): 18318 Carpenter: 12037 To Whom It May Concern: Please be advised that the above noted contractor was accepted as a signatory employer to the Empire State Merit Apprenticeship Alliance, Inc. NYS registered Skilled Construction Craft Laborer, Carpenter and Operating Engineer (heavy equipment) apprenticeship program (note ATPS referenced above), effective 2/20/2014. The Empire State Merit Apprenticeship Alliance, inc. apprenticeship standards were reviewed, approved and registered in accordance with NYS. Labor Law Article 23 and the NYS Department of Labor regulations, effective October 16, 2007 and November 2, 2011 respectively. The Alliance holds all signatories to the standards of the Program Registration Agreements and requires that each signatory contractor execute a NYSDOL (Form 701) Ancillary Group Sponror Agreement, in full compliance with NYS Labor Law, art. 23, Section 811.1, Part 601. In order to comply with the requirements set forth by the Board of Trustees, Alliance signatory contractors must also submit a "Statement of Assurances" affirming that the firm will: o Support the diversified training and work experience as defined in Appendix A. On the Job Training Outline, required of the apprenticeship so as to result in normal advancement of the apprentice. o Employ craft workers at the trade so as to ensure safe and quality training at all times in full compliance with the apprentice journeymen standard ratios as established by the NYSDOL in 1995. o Provide competent supervision of worksite training whereas the apprentice(s) will be within "ear shot" and visible to the journey worker(s) at all times. o Employ the apprentice in a manner that will not conflict with our approved apprenticeship standards. • Not recruit any apprentice for employment at the journey worker level prior to the apprentice's completion or graduation of the defined apprenticeship program. o Adopt the Alliance benefits administrator as the sole benefits administrator of apprentice benefits, including but not limited to health, dental, training, holiday, vacation, supplemental unemployment and pension. e Maintain and document evidence of an effective Safety and Health Program, as required by and In compliance with OSHA. The Alliance Is truly committed to our mission to provide Industry leading, registered apprenticeship training programs In full compliance with state and federal regulations. Please direct any Inquiries regarding the status of signatory employers to Penelope M. Hazer, President, Empire State Merit Apprenticeship Alliance, Inc. via email to: pmhazer@MeritApprenticesh!pAlliance.org. Authorized by: Penelope M. Hazer, President PMHazer(@MeritApprenticeshipAlliance.org SBowman(@MeritApprenticeshipAlllance.org Phone: 315.440.8989 Phone: 315.480.7696 6369 Collamer Drive, East Syracuse, New York 13057 www.MerltAWrenticeshrpAlliance orra Det (4 Irl4L NEW New York State Department of Labor Andrew M. Cuomo, Governor Colleen C. Gardner, Commissioner November 2, 2011 Ms. Penelope M. Hazer President Empire State Merit Apprenticeship Alliance, Inc. 6369 Collamer Drive East Syracuse, New York 13057 Trade: Operating Engineer (Heavy Equipment) Approval Effective Date: November 2, 2011 Dear Ms. Hazer: I am pleased to inform you that the Apprenticeship Training Program application you submitted has been contingently approved with an effective date of November 2, 2011 pending the, successful completion of a' two year probationary.period. Factors considered for all program types during the probationary period include, but are not limited to: e The continuous enrollment of apprentice($); a Payment of wages as specified in the apprenticeship agreement; a Satisfactory documentation of task rotation; a Satisfactory documentation of participation in related instruction; a Provision of proper supervision at all times; a Provision of a safe work environment; a Compliance with the -terms and conditionslprovisions &s indicated on the Apprentice Training Program Registration Agreement (Form AT10);. a Compliance with Articles 8 and 9 of the Labor Law, the Workers' Compensation Law, and any other Federal or State laws governing the terms and conditions of employment; and a Compliance with the provisions of Article 23 of the Labor Law and 12 NYCRR Parts 600 and 601. Copies of these documents, as'well as the recent changes to Part 601 that were adopted on September 29, 2009, are enclosed and also may be found on the Apprenticeship Training website at: htto:llwww.iabor.slate.ny.ustapprenticeship/general/lawsandrens shun. Please be advised that the Regulations provide that all Apprenticeship Training Programs will undergo a recertification process at or about the time that the program completes its first training cycle following program certification and subsequently at least every five years. This will involve a complete review and approval of your program. Please also note that supervisors, or in the case of Group Joint and Group Non -Joint programs, your signatories' supervisors, must sign off on an apprentice's on-the-job training records that document task rotation and the skills acquired regularly. Paper records, such as "Blue Books", must be signed off by the Individual apprentice's supervisor at least. weekly; copies of which may be obtained by contacting your Apprenticeship Training Representative. Electronic on-the-job training records may be Apprenticeship Training - Building 12 - Room 459 W. Averell Harriman State Office Campus, Albany, NY 12240 (518) 457.6820 labor.state.ny.us acceptable, but must be individually approved by the Department and also must be signed by the apprentice's Immediate supervisor at least weekly. Enclosed is a copy of your Apprentice Training Program Registration Agreement and a Training Ootiine, which includes Appendix A - the Work Process and Appendix B - the Related Instruction requirements for the program. Please be advised that Apprenticeship Training Program field staff are available to provide you with technical assistance, as well as the regular monitoring of your program. Related Instruction is an integral part of each apprentice training program. You have the responsibility to ensure that your apprentices regularly attend Related Instruction classes as assigned (Appendix B). This training helps the apprentice to acquire the skills and knowledge necessary to become fully productive and efficient in their trade. Documentation of all Related Instruction classes, Including attendance and final marks, must be maintained by the sponsor. Prevailing wage rates for all workers on public work projects are established by the Department's Bureau of Public Work. The journeyworker wages, apprentice wages, benefits due, and apprentice/journeyworker ratios listed in the Apprentice Training Program Registration Agreement (AT -10) do not supersede the rates for a given trade or occupation as provided for in the appropriate prevailing wage rate schedule. However, at no time can an apprentice be paid less than the wage amount listed on the Apprentice Training Program Registration Agreement (AT -10). f=urthermore, the fact that a given type of work is Included in the work process for a given apprentice training program does not, Ipso facto, mean that such work is classified In that trade or occupation for purposes of complying with the state's prevailing wage statute. If a question arises with regard to the applicability of the prevailing rate to any project being worked on by apprentices in your program, or with regard to the appropriate wage/benefit rate for an apprentice on a given job site, please contact the Bureau of Public Work for clarification. Increasing the number of women and minorities who are awarded apprenticeships is a continuing goal of the Department. Assuring nondiscrimination in the state's apprenticeship programs requires vigilance on the part of all concerned. Your continued interest and support for the Apprenticeship Training Program is appreciated. Sincerely, Karen A. Coleman Acting Deputy Commissioner, Workforce Development Enclosures cc: Nick Hansiowe 1. 2. 3. 4. 5. 6. B. 11. 13. New York State Department of Labor Apprentice Training program Registration Agreement Revision ❑ (nature or change) State use Only AT sponsor no. 51979 ATP code 18-318 Effective date of AT program lt-fl if Name of sponsor: Empire State Merit Apprenticehsip Alliance, Ine. Mailing address: 6369 Collamer Drive Hasti Syracuse NY 13057 Onondaga Actual address: Node (number & street) (ply) (state) (zip code) (county) • (number & street) (dty) (state) (zip code) (county) Telephone no.: (315) 440-8989 None — E—mail: (telephone #) (ext. #) (fax#) TradefOocupation: Operating Engineer (Heavy Equipment)' pmhazer@meritapprenticeshipallianee. erg No. employees: 1 'No. apprentices: . joumeyworkers: 1¢7 7. Ratio:1:1, 1:5 cnon-standard) ❑ ISC code: 9. DDOT�ootid: 8.59-683.010 10. Length of program: 36 months Apprentice probationary ped tion 12. Work process: Standard or Revised ❑ Minimum )oumeyworkerrate: $ 20 • per hour 14. Effective date of wages: 7/15/2010 15.. Apprentice wage progression for each period - In months (M) or hours (H) 1 2 3 4 5 6 7 8 9 10 H ME]Mp H M13 140 ME] M❑ ME] M❑ MO MET HC3 HC3 Ht7 H0 HE3 H❑ 2000 20 0 5 6* i (, -W,V,-- 16. The sponsor agrees to comply with the provisions on this side and on the reverse side of this agreement. 17.CL1_ !�! !t!�' c -- V/5/00/1 1 s. ^ AIA-" 1 / Signature of oficial sponsor representative Date gnature of un on representative Date Penelope M. Hazer, President Print name and 11!18 Print name, title, and union name 19. Signature New York Statb)_eW��flment of Labor AT 10 (07-10) Approved• AUG 0 9 2011 Continge BJP®n Passing pro batrQff �t_: �.: � _. � rtlill,iifil t tr. E, z C NOVA 0,2 nil Date Alfie✓Eb /Vol/ z, 21p/r STATE OF NEW YORK DEPARTMENT F LABOR REPOVED MAY 16 2011 APPENDIX A APPRENTICE TRAINING CENTRAL OFFICE OPERATING ENGINEER HEAVY EQUIPMENT) D.Q.T. CODE. 859.683-010 0*NET CODE 47-2073.02 This training outline is a minimum standard for Work Processes and Related Instruction. Changes in technology and regulations may result in the need for additional on-the-job or classroom training. A. WORK PROCESSES Approximate Hours Welding and Cutting (optional) 400 1. Safety 2. Don protective clothing and equipment 3. Basic operation and care of various types of welding equipment 4. Basic operation and care of various types of cutting equipment Crawler and Wheel-Tyge, Cones, Derricks 770 Piledrivers. Bridge and'Gantgy Cranes 1. Identify names and uses of various cranes and derricks 2. Read plans and instructions; read grade stakes 3. Operate using the controls, their importance in proper operation, and movement of the machine for the safety of other employees, work proper distance front overhead power lines, and other equipment working.near the machine 4. Calculate the proper loads that the machine and cables will safely handle 5. Acquire experience in regular operations 6. Give and receive proper hand signals 7. Assist in the programming of LMI's and computer aided accessories for safe and proper set-up and crane operation 8. Identify names and uses ofpiledriving equipment ATP 18-318 (02/2011) Apprentice Training Section Page I Operating Engineer(Heav Equipment) — continued Approximate Hours C: Motor Crane Drivine 80 l . Drive a truck crane and place it for most convenient operation of the crane. D. Rollers and Other Types of Compacting_ Machines 650 1. Check; read, and set grade stakes and read plans for cuts and fills (if applicable) 2. Learn uses of various types of rollers (flat wheel, sheep foot, pnetimatic) and other compacting equipment (self-propelled and towed rollers) 3. Follow procedures for compacting various types of materials 4. Safe operation and care of various types of rollers E. Graders 750 1. Check, read and set grade stakes (if applicable); read plani 2. Learn functions of various types of graders 3. Safe operation of graders (including such applications as fine grading, back sloping, mixing and laying oil); safe operation of elevating graders; assist in installing and using differcnt'types of laser guidance systems and/or global positioning attachments F. Bulldozer 750 1. Check, read and set grade stakes (if applicable); read plans 2. Learn functions of dozers 3. Safe operation of dozers, from pioneer and rough excavation to finish work G. Tractors Loaders Hi Lifts Trenching Machines 650 1. Safe operation of wheel -type tractors ATP 18-318 (0212011) Apprentice Training Section Page 2 Operating Engineer (Heap yEquipment) -- continued Avoroximate Hours G. Tractors, Loaders, Hi Lifts, Trenching Machines — continued (including fork lifts, lumber carriers, etc.) 2. Safe operation of tractor -type front end loaders, skip loaders and hi lifts 3. Read grade stakes for trenching operations 4. Safe operation of various types and sizes of trenching machines H. Shovel and Backhoe 750 1. Learn names and uses of various types of shovels, backhoes and attachments 2. Read grade stakes; read prints and instructions 3. - Care and preventive maintenance for shovels and baekhoes; proper oils and greases; minor adjustments. Assist in changing teeth 4. Safe operation of shovels and baekhoes; leans controls, their importance in safe and proper operation, and movement of machine for safety of other employees, dig underground utilities, work the proper distance from overhead power lines, and other equipment -working near machine I. Miscellaneous Equipment -900 Choose at least thr ee fi•orn below. 1, Safe operation of all types of pumps; adjust and service 2. Safe operation and maintenance of all pumping machines (gueh as pump trete machine, concrete pump, gunite machine) . 3. Safe installation, operation and maintenance of well point systems 4. Well drilling*; a. safe set-up, operation and maintenance of all well drilling machines during operation b. safe installation, operation and maintenance of well casings (cement or steel) c. safe operation of all types of pumps; safe and appropriate use/operation of all auxiliary equipment d. safe and proper handling of samples and treatment, when necessary ATP 18-318 (0212011) Apprentice Training Section Page 3 Operating Engineer (Heap � Equipment) — continued e. safe dismantling of equipment and casing removal 5. Safe operation, adjusting and servicing of all types of mechanical heaters 6. Safe operation of all types of electrical generating plants 7. Safe operation of all types of air compressors; safe and appropriate use/operation of all auxiliary equipment 8. Safe operation of gutter pavers, curb pavers, vibrators, concrete saws, pavement breakers and similar types of equipment 9. Safe operation And also familiarization with control of mixing time apparatus 10. Safe operation of concrete/stone/asphalt spreaders, screed, and finishing machines; adjust, service and make minor repairs J. Handling Hazardous Materials, (optional) Approximate Hours 300 Total Hours 6,000 Apprenticeship workprocesses are applicable only to training curriculaforapprenlices in approved programs. Apprenticeship workprocesses have no impact on classification deterwrinations under Article 8 or- 9 afthe Labor Law. Fin -guidance r egarCling classf icatlon for•purposes of Article 8 or 9 ofthe LaborLaw, please refer to httv: Uwunv.labor : state. nv. us/tC or-erprotection/hublicit oriVl'Dls/Art icle8l AOS.ydf *The business, signatory, employer or other entity who owns and operates the well drilling equipment must be registered annually with the New York State Department of Environmental Conservation. In addition, the supervisor, who would be supervising apprentices, must be present on-site during well drilling construction or repair and must be exam certified through the National Groundwater Association. ATP 18-318 (0212011) Apprentice Training Section Page 4 Safety APPENDIX B OPERATING ENGINEER (HEAVY EQUIPMENT) RELATED INSTRUCTION OSHA I0 -hour construction course OSHA rules, regulations, standards applicable to the trade Drug and alcohol awareness Hearing awareness and loss prevention Awareness of, and safety in working around, hazardous materials likely to be encountered in the trade First aid/CPR -- minimum 6.5 hours every 3 years Handling hazardous materials (•egrured if Wo)-kPr-ocess "J" on Appendix is selected) 40 -hour Hazmat.certifrcation course Annual. re -certification (8 -hour refresher course and safety review) Asbestos Safety: If apprentice will do giS handling of asbestos: Successfully complete a course approved by the New York State Department of Health for "Asbestos Handler" and obtain, and keep current, an "Asbestos Handler (Worker)" certificate from the New York State Department of Labor If apprentice will do no handling of asbestos: Asbestos Awareness — minimum 4 hours (see attachment) Trade Theory and Science Use of grade instruments and plans (if applicable) Transit and hand level Theodolite Leveling rods Measurement instruments Stakes Commercial Driver's License preparation Testing requirements Inspection stipulations Driving course Rigging Chart reading Crane set-up Cable specs Soil compaction Fuels and lubricants Fuels, oils, grease and equipment Grease truck and tools New York State Education Department Page 5 Operating Engineer (HeayXEquip neat) Related Instruction — continued Trade Theory and Science — continued Basic and advanced equipment skills (technical training and seat time) Forklift Bulldozer Loader Compactor Crane Backhoe Grader Forklift certification (machine -specific) Well drilling machines (required if Work Process "1-4 on Appmrdix A is selected) Hydraulics Theory System changes Maintenance Mechanical system Basic hydraulics Basic electrical Power trains Welding (required if Work Process "A " on Appendix is selected) Oxygen and acetylene welding Electrical welding Cutting Interpersonal Workplace Skills Industrial and labor relations History and background (6 hours, 15t year) Current laws and practices (14 hours, 2"a year) Sexual harassment prevention training -- ininimutn 3 hours Diversity Other Related Courses as Necessary A minimum of 144 hours of Related Instruction is required for each apprentice for each year. New York State Education Department Page 6 ATTACHMENT TO APPENDIX B Asbestos Awareness This course must be delivered by one of the following: 1, A provider currently approved by the New York State Department of Health to deliver asbestos safety training. 2. A person holding a current Asbestos Handler certificate from the New York State Department of Labor in the title of: Inspector, Supervisor, Project Monitor, Management Planner, or Project Designer. 3. Anyone otherwise approved by the New York State Education Department. Minimum course contents must include the following: 1, Definition of asbestos 2. Types and physical characteristics 3. Uses and applications 4. Health effects: Asbestos-related diseases Risks to families Cigarette smoking Lack of safe exposure level 5. Employer -specific procedures to follow in case of potential exposure, including making a supervisor or building owner immediately aware of any suspected incidental asbestos disturbance so that proper containment and abatement procedures can be initiated promptly. Notwithstanding the above course requirement, employers are advised that they must also be in compliance with New.York State Department of Labor Industrial Code Rule 56 at all times. Employers are further advised, and must advise all apprentices, that completion of the above course requirement does not authorize any person to remove, encapsulate, enclose, repair, disturb, or abate in any manner, any friable or non -friable asbestos, asbestos containing material, presumed asbestos containing material, or suspect miscellaneous asbestos containing material.. New York State Education Department Page 7 Eliot Spitzer, Governor NYS Department of Labor %6r York Put us to work for you Ms. Penelope M. Hazer President Empire State Merit Apprenticeship Alliance 6369 Collamer Drive East Syracuse, New York 13057 Dear MS. Hazer: October 17, 2007 Sponsor Code: TBA Trade: Skilled Construction Craft Laborer_ Effective Date: October 16, 2007 County: Statewide I am pleased to inform you that the apprentice selection and training standards you submitted have been reviewed, approved and registered in accordance with Article 23 of the Labor Law and the Department's Apprentice Training regulations. Copies of the approved standards will be forwarded under separate cover with a copy of this letter. Related instruction is an integral part of apprentice training. You have the responsibility to ensure that your apprentices regularly attend and successfully complete related instruction classes (Appendix B), receive on -the -job -training as set forth in Appendix A, and maintain appropriate records to enable the Department of Labor to monitor your program's performance. This combined training and record keeping insures that the apprentices acquire -the skills and knowledge necessary to become fully productive and efficient. This approval applies only to the list of participating employers attached hereto and made a part hereof. If you wish to add participating employers, you must submit AT 9's (Sponsor Information sheets) and they must be reviewed and approved. As you are no doubt aware, no new participating employers can be added while the moratorium announced on August 28, 2007 is in effect. Approval of your application is not within the scope of the moratorium because its submission was complete prior to close of business August 24, 2007. As we have discussed during the pendency of your application, because the Empire State Merit Apprenticeship Alliance is in essence an association, non-compliance with the operating standards by any one of the approved participating employers could place the entire program in jeopardy. Because your program is approved on a statewide basis, it will be administered centrally and monitored locally. Your central administration contact person is Dan Coveny. All transactions should be directed to Mr. Coveny, who will coordinate processing and dissemination to appropriate staff. Phone: (518) 457-6820 Fax: (518) 457-7154 W. Averell Harriman State Office Campus, Building 12, Room 436 Albany, NY 12240 www.labor.state.ny.us NYS Department of .Labor rkforce Eliot Spitzer, Governor eW York Ko_ k Put us to work for you Increasing the number of women and minorities in apprenticeships is a continuing goal of the Department. As part of that effort, assuring nondiscrimination in apprenticeships Is a continuing responsibility of sponsors. Prevailing Wage rates for -public work projects are set by designated government agencies. The wages listed in the apprenticeship program do not supersede or replace those determinations. Your Interest in and support for the apprenticeship training program is appreciated. Department staff is available upon request to assist in every aspect of your apprenticeship program. I�truly yours, Christine J. Timber, Director, Apprenticeship Training Unit CJT: cjt cc: Dan Coveny M. Sheehan -Nolan (DEOD) Phone: (518) 457-6820 Fax: (518) 457-7154 W. Averell Harriman State Office Campus, Building 12, Room 436 Albany, NY 12240 www.la bor.sta te. ny.0 s APPROVED PARTICIPATING EMPLOYERS EMPIRE STATE MERIT APPRENTICESHIP ALLIANCE AS OF I0-16-2007 Arold Paving Company Inc. Burns Brothers Concrete Construction Corp GDH Construction, Inc. Gorman Brothers, Inc. Javen Construction Co., Inc. Meyer Contracting Corp, Milherst Construction, Inc. Parsons -McKenna Construction Co., Inc. STATE OF NEW YORK DEPARTMENT OF LABOR APRBNQIX A SKILLED CO s 710 CRAFT LA13ORER D.O.T. Code 369.463-580 O*NET Code 47-2061.00 Vtodifled for Emp ire State Merit AD renticeshi Alliance 2-13-07 A Skilled Construction Craft Laborer works in support of other skilled crafts in performing any combination of duties involving highway or building construction, environmental restoration, tunnel and shaft construction and demolition projects. They utilize specified training and knowledge of craft skills and handling of hazardous materials. Hand and power tools are used throughout their duties including clearing and preparing sites, rights-of-way, and foundations for cementitious and asphaltic products and structures. Frequent transfer between these and related areas require workers with diverse experience and ability to work without close supervision. This training outline contains the minimum elements necessary to become a skilled worker in this occupation. Technologies and regulations frequently change. When this happens, additional on-the-job skills or related instruction may be required. The training Work Processes outlined below are in a support capacity primarily to be performed in conjunction with other skilled trades and in keeping with prevailing area practices consistent with the Laborers Craft. Nothing in this outline shall be construed as authorization or intent to produce a skilled worker for any trade other than the Skilled Construction Craft Laborer. . wORK PROCESSES Approximate Hours A. Operation and Care of Tools andEuien410 1. Safe use and maintenance of all tools and equipment. 2. Effect of temperature on use of power tools and equipment. 3. Repairing small gas engines. $. SitelPro'ect Pr aration and lbr—titenance, 834 I. Obtaining information from blueprints, plans and specifications in support of other skilled crafts. 2. Clearing site debris, falling, and bucking. 3. 8rection, Transportation, dismantling and stockpiling of scaffolding and work platforms. ATP 13-514 (07/3006) Apprentice Training Section Page 1 Skilled Construction Crag aborer — continued l3. Site/Projeet preparation and Mai tenance —continued 4. Assisting with layout and staking protocols as they relate to grading and compacion of embankments subgr•ades and structural foundations. 5. Loading materials for transport; transporting and stocking materials. Rigging and signaling. 6. Controlling vehicular traffic moving through construction projects by placing traffic constrol signs and markers or barricades according to plans, directing traffice and pedestrians through the site using hand and flag signals and informing drivers and pedestrians to detour routes. 7. 'Trenching and site evacuation safety. 8. Conducting cutting/burning operations where appropriate, 9. Recognition of hazardous materials. 10. Cleaning site area. 11. Signaling operators of heavy equipment 12. -Project documentation. C• Heavy HiQhwav Construction 1 Utili Sewer and Pressure Pipe Construction a. Preparing subgrade by hand digging trenches; erecting braces, sheeting and shoring systems to support sides of trenches, where appropriate. b. Checking utility piping alignment and elevation, where appropriate. c. Laying pipe and culvert and/or placing pipe culvert foundation. Positioning, joining, aligning and assuring proper seals to welds/culvert sections. Applying tar coatings. d. Installing/sealing culverts -erecting braces to support trenches e. Building, locating and.installing all types ofpre_cast catch basins and manholes, depending on type of job. f Setting up and conducting hydrostatic and Pneumatic tests in installations such as sewer lines, 'where appropriate. Maintaining and removing testing apparatus and systems. g. Performing backfill and compaction operations, using manual or power -tool methods. h. Erecting variety of temporary protective fencing, such as snow fencing. i. r�laintaining "as built" notes and locations ATP 18-5I4 (07/2006) Apprentice Training Section Page 2 ApnroMimate Hours 1,500 - 2,400 550-800 Ski tled Cortstraetion Cram Laborer — continued 2. Aspal# a. Breaking and removing asphalt surfacing. b. Laying out, mixing, pouring and spreading asphalt for highway or road construction. Raking and Shoveling materials. c. Performing compaction operations, using power tamper or hand compaction. d. Operating road asphalt paver screed. e. Filling expansion joints with asphalt. f. Laying out and marking edge of highway pavement. g. Knowing applications of such pavement marking materials as reflective glass beads and bituminous adhesives. h. Inspecting materials certification. i. Loading marking materials into machines; adjusting gauges and valves. j. Ensuring conformity of design and materials to bueprints, plans, specifications. k. Operating pavement marking machines and equipment according to job. 3. Concrete and Concrete SuRRgrt H. Mixing concrete by hand and with power mixers. b. Testing consistency of concrete samples (Slump test) C. Assembling and maintaining concrete pumps and hoses. d. Performing concrete placement operations with Pumps buckets, motorized buggies and manual buggies e. Smoothing freshly placed concrete. f. Protecting concrete, blanketing, canvassing in floor, preparation and use of heather types (coke, propane, kerosene, electric) g. Removing, transporting, stacking and maintaining forms. h. Striking, cutting, coring and choping concrete. i. installing expansion joint materials and assisting and placing waterproofing materials. j• Applying gunnite and shoterete operations. k. Performing concrete shotblasting operations. r 4. FTipltwav S_ inns A. 'Assisting the other skilled trades such as Iron Workers in preparation, materials handling and clean-up activities associated with installation of highway sips. b. Laying out and marking, as designated. ATP 18-514 (0712006) Apprentice Training Section Page 3 Aouroximate Hours 400-550 200 - 550 W Skilled Construction Craft Laborer — continued C. Heavy HiA ay Construction — continued NJ 7. A c. Operating such machines as air hammer and power vibrator. d. Using materials efficiently. e. Ensuring conformity of design and materials to blueprints, plans and specifications i. Guard Rails a. Assisting in preparation, materials handling=and clean-up activities associated with installation of guard rails. b. Inspecting materials certification. c. Laying out or assisting with layout and marking. d. Bolting rail to post, using such tools as impact or torque wrench. e. Removing guard rails (demolition). f: Ensuring conformity of design and materials to blueprints, plans and specifications. Assisting in Drilling and Blasting Operations (All work with explosives must be done under the direct supervision of a licensed blaster/powder handler). a. Operating hydraulic and pneumatic drill equipment. b. Boring and drilling holes, both vertical and horizontal. c. Laying out drill pattern. Tunnel and Shaft Work a. Performing appropriate work related to the construction of shafts, tunnels, caissons and cofferdams. b. Performing all work in normal and compressed air construction, using hand and/or power equipment. c. Operating wagon drills. d. Maintaining air compression equipment in compressed air tunnels. Landscaping a. Laying out and erecting fencing (snow type fencing) for protection. b. Laying out and installing pathways. c. Placing topsoil to finish grade, using such hand tools as shovel or rake. d. Installing, maintaining and using watering equipment. e. Preparing planting beds. E Planting, cultivating and maintaining all type of horticultural materials. ATP 18-514 (07.2006) Apprentice Training Section Page 4 Approximate Hours 50-150 50-75 50-75 100 Skilled Construction Craft Laborer-- continued 'C. E. Heavy Hidway_Construction — continued g. Mowing, pruning, seeding, mulching, sodding and landscaping. h. Applying fertilizers, pesticides, fungicides, herbicides and other such materials; maintaining safety and clean-up precautions. i. Washing and sweeping pathways. BuildinConsttuction 1. General (Work Processes listed in Section "C" above will not be repeated here. althoutrh mann of them are alsorequired to Building Construction . a. Performing hand excavation operations. b. Operating and maintaining small equipment. c. Installing and maintaining weather protection . devices such as concrete blankets. d. Project documentation 2. UtilitLConstruction a. Performing and maintaing protective fencing installation 3. Masoruy a. Erecting, maintaining, removing, transporting elevated work platforms. b. Stocking and Transporting such masonry materials as mortar and group. c. Mixing motar/grout by hand and with power mixers d. Sandblasting according to job. e. Cleaning tools, equipment, materials and work area. Handling Hazardous Materials 1. Identifying hazardous materials. 2. Determining proper course of action, e.g. -- removal or encapsulation, including Petro -Chemical Abatement. 3. Developing, implementing and maintaining safety plans. 4. Using respiratory and other safety devices. S. Clearing and preparing sites; including installing roads, utilities. (Excluding operation of heavy equipment). 6. Building storage, handling and movement areas including dry wells, trenches, dikes, etc. 7. Opening and sampling drums. 8. Identifying and inventorying storage containers. ATP 18-514 (OW -7006) Apprentice Training Section Page 5 Approximate Hours 976-1476 40-300 ' e Skilled Consiruction Craft Laborer— continued E. F. G. Handling Hazardous _M terials — continued 9. Labeling containers. 10. Moving and overpacking drums in all ways. 11. Unloading and draining contents; removing drums. 12. Opening, testing, unloading, cleaning, -decontaminating tanks and other storage vessels. 13. Using and removing all type of materials to clean spills. 14. Cleaning and decontaminating culverts and other structures. 15. Decontaminating equipment, tools, personnel. 16. Cleaning and packaging equipment. 17. Properly transporting and disposing of hazardous materials. 18. Restoring and reclaiming site, including revegetation. General Environmental Abatement I. Determining proper course of action. 2. Erecting variety of protective fencing, 3. Preparing, installing and maintaining project security systems; installing project enclosure and means of entry/exit. Posting work and support areas. 4. Using and maintaining air monitoring equipment. 5. Using, inspecting and maintaining respirators and respiratory supplies. 6. Erecting, maintaining, removing and transporting scaffolding, staging and work platforms. 7. !dandling, erecting and• dismantling all equipment, materials and supplies used before, during and after abatement and clean-up operations. 8. Signaling equipment and personnel movement. 9. Decontaminating equipment, tools, personnel. 10. Recording data and maintaining records. Completing paperwork associated with the job. Asbestos Abatement All tasks to be performed according to current NYS Asbestos Code, J. Sealing off fixtures and stationary objects. �2; Building, installing and maintaining decontamination unitA� 3. Building walkways connecting work area with . decontamination unit or showers. ATP 18-514 (07/2006) Apprentice Training Section Page 6 Approximate !=lours 150-250 16 Skilled Construet'on Craft Laborer — continued G. H 1. Asbestos Abatement — continued 4, Operating and maintaining power equipment such as negative air machines and HEPA vacs. 5. Operating and maintaining all supplied air and other respiratory systems. 6. Obtaining and processing samples. 7. Removing asbestos -containing material by all methods. 8. Using surfactants and encapsulants. 9. Performing glovebag procedures. 10. Bagging, double -bagging and handling all asbestos - containing materials. 11. Performing final cleaning. 12. Transporting all asbestos -containing materials (on worksite only). Lead Abatement In Demolition All tasks to be performed in compliance with current ISYS Lead Codes, 1. Sealing off fixtures and stationary objects. 2. Maintaining and operating all supplied air and other respiratory systems. I Building, installing and maintaining decontamination units. 4. Operating and maintaining power equipment. 5. Obtaining and processing samples. 6. Removing lead -containing materials by appropriate methods. 7. Using surfactants and encapsulants. S. Performing glovebag procedures. 9. Applying, removing and cleaning up removal agents. 10. Bagging, double -bagging and handling all lead - containing materials from removal to disposal. 11. Dismantling and restoring area. 12. Performing final cleaning of all surfaces. Radiation Remediation (Optional} All tasks to be performed according to NYS DOL Health and _Environmental Conservation Codes, Rules and Regulations. 1.Operating and maintaining power equipment such as negative _ aiz rnaghines and NEPA vacs. 2. Inspecting and operating portable sampling vacuum units. I Operating and maintaining all supplied air and other respiratory systems. 4. Obtaining samples for hazard identification and waste characterization. ATP 18-514 (0712006) .apprentice Training Section Page 7 Approximate Hours 16 8 Skilled Construction Craft Laborer — continued �• Radiation RemediationO banal — continued 5. overpacking radioactive. waste. 6. Packing loin -level radioactive waste for off-site shipment. 7. Moving and handling radioactive waste containers. 8. Dismantling and restoring area. Approximate HQurs *Total Hours 4,000 *The training Mork Processes outlined shall be in keeping with prevailing area practices and in keeping with tasks normally associated with the Laborer Craft *VVhen area practice prevents performance of all or part of a Work Process, the hours should be devoted to further mastery of the remaining Work Processes. *When ranges of hours are indicated, you may fall anywhere within the range, however, your "Total Hours" must add to at least a mmi lmum of 4,000 hours. 0 ATP I8-514 (0712006) Apprentice Training Section Page 8 APPS—NQ IX B SKILLED CONSTRUCTIOi\i CRAFT ABORER RELATED IN TRUCTIO Safety General (minimum 24 hours, Ist year) Use of Personal Safety Clothing and Devices Protection of Skin and Eyes from Solar Rays Precautions in Working at a Construction Site, with Hbavy Equipment and Moving. Vehicles Awareness of Drug and Alcohol Policies and Procedures Precautions in Working with and Repairing Mechanical Devices Precautions in Working at Heights, Ladder and Scaffold Safety, Full Body Harness Precautions in Working with Chemicals Awareness ofPossible Exposure to Environmental Chemicals All Applicable OSHA and EPA Regulations Informed of Hazard Communication and Right -to -Know OSHA Standards First Aid (minimum 6.5 hours every 3 years) CPR (yearly renewal required) Hagardous MaterialsHandling Asbestos Safety If apprentice will do anY handling of asbestos: Successfully complete a course approved by the New York State Departrnent of Health for "Asbestos Handler" and obtain, and keep current, an "A bestos Handler (Worker)" certificate from the New York State Department of Labor If apprentice will do no handling of asbestos: Asbestos Awareness -- minimum 4 hours (see attachment) Basic Blasting Principles Lead Safety Awareness Lead Abatement (if Laborers perform Work Process "H" in area ofjurisdiction), Haz4rdous Waste Worker (If Work Process "E" is within Laborers' jurisdiction). RadiaNgti Remediation (Phis course is required if Work Process "i" is within Laborers' •.local jurisdiction). Underground Storage Tank Removal (If Work Process "E" is within Laborers' local Confined Spage Safety jurisdiction. Mad Basic Arithmetic Applying Simple iYlatiu Formulas (Trade Applications) Basic Geometry (Trade Applications) Trade itMeasurement Estimating (costs, materials, time) 140w York State Education Deparunent Page 9 Skilled Con ction Craft Laborer Related Instruction — continued Blueprints Fundamentals of Blueprint, Pian and Specification Reading Simple Sketching TradeW Theory Craft Orientation Industrial and. Labor Relations (20 hours) History and Background (6 hours, 1St year) Current Laws and Practices (14 hours, 2nd year) Basic Mechanics Foreperson (or Supervision) Basics Trade_Prac�ice General Construction Environmental Site Preparation Signaling Operators of Construction Equipment Line and Grade Layout Techniques Basic Concrete Work Basic Asphalt Work Pipe Laying Related to Laborer Craft Culvert Installation Hydrostatic and Pneumatic Testing Related to Laborer Craft Mason Tending Air Monitoring as it applies to Laborer Crafts Sexual Harassment )?rev rationgin (minimum 3 hours) Commercial Driver's License with Hazardous Mate "aI Endorsemen (Optional) Other Related Courses as Necessary A Minimum of 144 Hours of Related instruction are Required for Each Apprentice for Each Year. New York state Education Department Page 10 New York State Department of Labor Andrew M. Cuomo, Governor Colleen. C. Gardner, Commissloner Ms. Penelope M. Hazer President Empire State Merit Apprenticeship Alliance, Inc. 6369 Collamer Drive East Syracuse, New York 13057 Dear Ms. Hazer: November 2, 2011 oni4iroar.. AT SPom Sae No . S 1 q 7 ,}TA G0D6 1-2--0,37 Trade: Carpenter Approval Effective Date: November 2, 2011 I am pleased to inform you that the Apprenticeship Training Program application you submitted has been contingently approved with an effective date of November 2, 2011 pehding the successful completion of two year probationary period. Factors considered for all program types during the probationary period include, but are not limited to: ® The continuous enrollment of apprentice(s); a . Payment.of wages as specified in the apprenticeship agreement; Satisfactory documentation of task rotation; o Satisfactory documentation of participation in related instruction; Provision of proper supervision at all times; ® Provision of a safe work environment; a Compliance with the terms and conditions/provisions as indicated on the Apprentice Training Program Registration Agreement (f=orm AT10); • Compliance with Articles 8 and 9 of the Labor Law, the Workers' Compensation Law, and any other Federal or State laws.governing the terms and conditions of employment; and 4 Compliance with the provisions of Article 23 of the Labor Law and 12 NYCRR Parts 600 and 601. Copies of these documents, as well as the recent changes to Part 601 that were adopted on September 29, 2009, are enclosed and also may be found on the Apprenticeship Training website at: http://www.labor.state.n'V.us/apnrenticesliin/general/lawsandregs slitni. Please be advised that the Regulations provide that all Apprenticeship Training Programs Will undergo a recertification process at or about the time that the program completes Its first training cycle following program certification and subsequently at least every five years. This will Involve a complete review and approval of your program, Please also note that supervisors, or in the case of Group Joint and Group Non -Joint programsi your signatories' supervisors, must sign off ori an apprentleo's on -the -.Job training records that document task rotation and the skills acquired regularly. Paper records, such as "Blue Books", must be signed off by the individual apprentice's supervisor at least weekly; copies of which may be obtained by contacting your Apprenticeship Training Representative. Electronic on -the -fob training records may be Apprenticeship Training -- Building 12 -- Room 459 W. Averell Harriman State Office Campus, Albany, NY 12240 (518) 457-6820 labor.state.ny.us acceptable, but must be Individually approved by the Department and also must be signed by the apprentice's Immediate supervisor at least weekly. Enclosed Is a copy of your Apprentice Training Program Registration Agreement and a Training Outline, which Includes Appendix A - the Work Process and Appendix B - the Related Instruction requirements for the program. Please be advised that Apprenticeship Training Program field staff are available to provide you with technical assistance, as well as the regular monitoring of your program. Related Instruction is an Integral part of each apprentice training program. You have the responsibility to ensure that your apprentices regularly attend Related Instruction classes as assigned (Appendix B). This training helps the apprentice to acquire the skills and knowledge necessary to become fully productive and efficient In their trade. Documentation of all Related instruction classes, including attendance and final marks, must be maintained by the sponsor. Prevailing wage rates for all workers on public work projects are established by the Department's Bureau of Public Work. The journeyworker wages, apprentice wages, benefits due, and apprentice4ou.rneyworker ratios listed in the Apprentice Training Program Registration Agreement (AT -10) do not supersede the rates for a given trade or occupation as provided for In the appropriate prevailing. wage rate schedule. However, at no time can an apprentice be paid less than the wage amount listed on the Apprentice Training Program Registration Agreement (AT -10). Furthermore, the fact that a given type of work is Included In the work process for a given apprentice training program does not, Ipso facto, mean that such work Is classified In that trade or occupation for purposes of complying with the state's prevailing wage statute. If a question arises with regard to the applicability of the prevailing rate to any project being worked on by apprentices In your program, or with regard to the appropriate wagelbenefit rate for an apprentice on a given job site, please contact the Bureau of Public Work for clarification. increasing the number of women and minorities who are awarded apprenticeships is a continuing goal of the Department. Assuring nondiscrimination in the state's apprenticeship programs requires vigilance on the part of all concerned. Your continued Interest and support for the Apprenticeship Training Program Is appreciated. Sincerely, Karen A. Coleman Acting Deputy Commissioner, Workforce Development Enclosures cc: Nick Hanslowe 1. 2. 3. 4. 5. 6. 8. 11. 13. 15. New York State Department of Labor Apprentice Training Program Registration Agreement Revision ❑ (nature of change) 09 1�1 At 4t - State Use Only AT sponsor no. 51979 ATP code 12-037 Effective date of AT program Name of sponsor. Empire State e Mrit A t 02- pp�renticeship , Mailing address: 6369 Collamer Drive, East Syracuse, New York 13057 Onondaga (number & street) (city) (state) (zip code) (county) Actual address: Same 89 9 street) (city) (state) (zip code) (county) Telephone no.: (315) 44�u 8 9 A9 (�O p E-mail: (telephone #) {ext mhazer@meritapprenticeshipalliance Trade/Occupation: Carpenter oxg No. employees: 1 No; apprentices: 3 No. oume 104 1:1 1:4 Pp j yworkers: 7. Ratio � (non-standard) Ej iSC code: 9. DttQTcode: 860-381.022 10.• Length of program: 3 ' 48 mond th Apprentice probationary peri:j rmoss • 12, Work process: Standard ® or Revised 0 Minimum joumeyworker rate: $20 peg hr 14. Effective date of wages: 7/15/2010 Apprentice wage progression for each period - in months (M) or hours (H) 1 2 3 4 5 6 7 8 9 10 MM Mq MCi HIM H HM M❑ "M MM H M© H E3 M0 H© MCi H D MU H -E3 M❑ H 2000 2000 2000 2000 50% 60% 70% 80% 16. The sponsor agrees to comply, with the provisions on this side and on the reverse side of this agreement. 17. PWloa./ 18. Signature of official sponsor representative Date Signature of union representative Date Penelope H. Hazer, President: Print name and title Print narrie, tMe, and union name 19. AT 10 (07.10) Approved Contingent AUG 0 9 2011 Upon Passing Pro bationAP'Fir-,N -tt%f-: TRAINING CEN RAL OFFICE Nov a= -all ./ ,' Date STATE OF NEW YORK DEPARTMENT OF LABOR APPENDIX A CARPENTER D.O.T. CODE 860.381.022 O*NET CODE 47.2031.01 rPPPo iIED NOV Z, Zot This training outline represents minimum standards for work processes and related instruction. Changes in technology and regulations may result in the Beed fok additional on-the-job or classroom instruction, WORK PROCESSES A. Tools and Materials 1. Care, cleaning, and safe use of tools, measuring devices and woodworking machinery 2. Identifying trade materials and their uses B. Form Building 1. Building and 'lacing straight concrete forms; irregular concrete forms; concrete forms for footings, stairways, floors, walls, and columns 2. Stripping and salvaging forms for reuse 3. Locating and erecting forms for ground -mounted solar collector systems (optional)* C. Rough Framing Framing floors, walls, roofs, stairs, scaffolding — on both house and heavy construction I . Laying out mud sills or plates for anchoring 2. Placing girders or beams 3. Installing sills 4. Placing and bracing girder posts 5. Installing and bridging floor joists 6. Laying out stairwell 7. Laying sub -floors 8. Laying,out story -poles 9. Constructing, installing and bracing wall frames 10. Trimming for openings 11. Framing and placing ceiling joists 12. Framing roofs, laying roof decking 13. Roof covering (if in keeping with area practices) 14. Building and erecting scaffolding 15. Using builder's level ATP 12-037 (07/2006) Apprentice Training Section Page 1 Approximate Hours 325-450 780-1,100 780 1,100 Ip11 �.tRp1NtN4 APpG N RPt-Off%G� Carpenter — continued D. Layout Batterboards, partitions, doors and windows, box -out in concrete walls, stairs and roofs Approximate Hours E. Outside FinislAig . I . Putting on insulation board or housewrap £or all types of walls 2. (if in keeping with area practices) 2. Laying out and installing door frames and jambs 3. Laying out and installing window frames 4. Fitting and sanding doors and windows 5. Applying exterior door and window trim and hardware 6. Applying insulation (if in keeping with area practices) 7. Cutting and installing water tables 8. Constructing and applying all types of cornice and soffit 9. Finishing gable ends 10. Constructing verge or bargeboards 11. Installing gutters (if in keeping with area practices) 12, Constructing and setting columns 13. Constructing and setting newels and railings 14. Constructing porches and entrance canopies .15. Applying outside wall coverings (in keeping with area practices) 16. Laying out, constructing, and setting louvers 17. Installing other exterior trim 18. Applying all hardware and fittings to outside of building F. Inside Finishing 1. Fitting, sanding, installing doors and windows 2. Applying interior door and window trim 3. Applying hardware and fittings to interior of building, doors and windows 4. Applying baseboards and moldings 5. Applying interior trim 6. Constructing and setting cupboards, cabinets and wardrobes 7. Constructing and setting stair work 8. Preparing sub -floor and applying finished wood floorings 9. Laying other types of finished flooring (in keeping with the carpenter craft and area practices) G. Acoustics and Drywall 1, Ceilings —,Laying out, cutting, assembling and installing materials and component parts: a. hangers, channels, furring and backing boards b. bars: main tees, cross tees, splines G. stiffeners and braces d. ceiling angles or moldings e. finish ceiling materials ATP 12-037 (0712006) Apprentice Training Section Page 2 325-450 520-800 650-900 650-900 Carpenter -- continued Approximate Hours G. Acoustics and Drywall — continued 2. Walls and Partitions -- Laying out, cutting, assembling, erecting, applying materials and component parts: a. floor and ceiling runners b. studs (wood and metal), stiffeners, bracing, fu-eblocking C. resilient and furring channels d. laying out, framing, enclosing vents, light wells, other openings C. wall angles and moldings f. soffit work g. drywall installation on metal framing h. studless and laminated installations i. thermal and sound insulation, if in keeping with area practices j. backing and finish materials k. fireproofing columns, beams and chases H. Welding and Cutting 300-500 1:. Welding as it applies to the trade 2. Conducting oxyacetylene cutting operations 3. Safety I. Plastics and Resilients 100-300 1. Knowing various types. of materials and their uses 2. Laying out, cutting, welding and installing J. Hazardous Materials (optional)' 70-100 1. Asbestos abatement 2. Handling and disposing of otlrer' hazardous materials K. Piledrivin dockbuilding_(optionab* ' 500-1000 1. Piledriving equipment: hammers, leads, rigging, motors and pumps 2. .Rigging and signaling 3. Driving of piles: wood, concrete, steel, etc 4. Coffdrdams and caissons S. • Bridge, dock and wharf construction 6. Welding 7. Diving. and diver tending L. Miscellaneous (if in keeping with area practices) 200-400 1. Rigging prid signaling 2. Ensuring conformity of design and materials to blueprints,. plans and specifications ATP 12-037 (07/2006) Apprentice Training Scetion Page 3 Carpenter — continued Approximate Hours L. Miscellaneous (if in keeping with area practices) — continued 3. Building walkways 4. Erecting shoring 5. Building sheds 6. Building weather protection devices and structures 7. Erecting fencing Total Hours 5,200 — 8,000 *If optional work processes are not selected, the Hours should he devoted to further mastery of the other required work processes. Appy ertticeshlp )votkprodesses are applicable only to !miring curricula for apprentices• in approved progtatns. Apprenticeship "Yo4 processes have no impact on classifrcatiolr detenninations under At -fide 8 or 9 of the Labor I.ay. Far guidance regarding classification forptntroses ofArlicle 8 or 9 of the Labor Lav, please refer to Irttp:Ilim ut.laborslatecuy.trs/tion;et��rc,tecliUnJrntblicirorl;/PDI%s/Ar6&8F pd. ATP 12-037 (07/2006) Apprentice Training Section Page 4 APPENDIX B CARPEN'T'ER RELA EED INSTRUCTION Safety & Health Accident Prevention, Fall arrest & Protection, Safety Hazards, State and Federal safety codes and regulations. Safety training as Required by Occupational Safety and Health Administration (OSHA) OSHA I0-1•Iour Construction Course if required for Public Work Drug and Alcohol Awareness First Aid — minimum 6.5 hours every 3 years Confined Space Safety Asbestos Safety: if apprentice will do a y handling of asbestos; Successfully complete a course approved by the New York State Department of Health for "Asbestos Handler" and obtain,. and keep current, an "Asbestos Handler (Worker)" certificate from the New York State Deparfinent of Labor If apprentice will do no handling of asbestos: Asbestos Awareness -- minimum 4 hours (see attachment) Hazardous Waste Worker (if Work Process "J" is elected) Math Review and Application of Basic Mathematics Estimating for the Trade Blueprints Elementary Blueprint Reading Advanced Blueprint Reading Freehand Sketching and Layouts Industrial and Labor Relations (20 hours) History and Background (6 hours, 151 year) Current Laws and Practices (14 hours, 2"d year) Sexual Harassment Prevention Training !minimum 3 hours) . Trade Science and Thcory Carpentry and the Other Skilled Construction Trades Tools and Materials.of the Trade State and Local Building Codes Foundations Rough Framing Exterior Finishes Interior Finishes Roof Framing Stair Building and Finishing Now York State Edueation Dcpariment Pago 5 Carpenter Related Instruct on -- continued Cabinetmaking Trade Scierrcc and Theme — continued Reinforced Concrete Form Construction Heavy Timber Construction and Framing Welding and Cutting Acoustics and Drywall Plastics and Resilients Use of Lasers in Construction (optional) Solar Collector Systems (optional) Piledriving Equipment and Materials (if Work Process "IC" is elected): Piledrivers Floating of water drivers Construction Rigging- anchors, lines, buoys, hammer line, pile line, jet rigging, lead riggging, deck winches, rigger leads, Hammers and leads (drop, steam, pneumatic, diesel) Hammer rigging Lead construction (stationary, swinging, pendulum, false, pile extractors) Tools- drilling and setting with long augers Piling Material- wood, treated wood, steel, tube And sheet, concrete, cutoffs Driving of material, driving to bearing, jetting Rigging- building sections, Strossed beams, knots; hitches and splices (manilla and wire), stiff legs, gin pole, shear legs, mobile cranes, righting capsized drivers Excavations and shoring Form Building Construction of cofferdams- steel sheet piling, wood construction, sealing of cofferdams, removal Construction of wood trestles- truss type, heavy framing Construction bridge -overpasses, abutments, sills, column, vertical curves and supers, beams (cast in place, pre -case, pre -stressed and post -stressed) Dock building (wood and concrete) Float and pontoon Welding and burning Construction of engines, jets and jet pumps A minimum of I44 hours of Related Instruction are required for each apprentice for each year. New York State Education Department Page 6 ATTACHMENT TO APPENDIX B Asbestos Awareness Thig course must be delivered by one of the following: 1. A provider currently approved by the New York State Deportment of Health to deliver asbestos safety training. 2. A person holding a current Asbestos Handler certificate from the New York State Department of Labor in the title of: Inspector, Supervisor, Project Monitor, Management Planner, or Project Designer. 3. Anyone otherwise approved by the New York State Education Department. Minimum course contents must include the following: I. Definition of asbestos 2. Types and physical characteristics 3. Uses and applications 4. Health effects: Asbestos-related diseases Risks to families Cigarette smoking Lack of safe exposure level S. Employer -specific procedures to follow in case of potential exposure, including making a supervisor or building'owner fir mediately aware Of any suspected incidental asbestos disturbance so that proper containment and abatement procedures can be initiated promptly. Notwithstanding the above course requirement, employers are advised that they must also be in compliance with New York State Departhnent of Labor Industrial Code Rule 56 at all times. Employers are further advised, and must advise all apprentices, that completion of the above course requirement does not authorize any person to remove, encapsulate, enclose, repair, disturb, or abate In any manner, any friable or non -friable asbestos, asbestos containing material, presumed asbestos containing material, or suspect miscellaneous asbestos containing material. Nov York state Education Department Page 7 ADDENDUM NO.1 TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK SOUTHOLD FUELING FACILITY TO: ALL Contractors FROM: L.K. McLean Associates, P.C. DATE: November 10, 2014 Acknowledge receipt of this Addendum No. 1 by filling out and signing the attached form. The signed Addendum shall be attached to the Form of Bid. Failure to do so may subject the bidder to disqualification. This addendum forms part of the Contract Documents and modifies them as follows: Addendum Number 1 Clarifications / Questions: Question 1: Specification page GC -7, item 11, calls for a temporary office trailer for use by the town. Please clarify if this trailer (and all services that go with it) will indeed be required. If indeed required, please provide a listing of all items to be furnished with the trailer. Response 1: No temporary office trailer will be used for this contract. If the contractor requires one for the own use it will be at no cost to the Owner. Question 2: Specification page GC -9, item 15, calls for temporary water and electric (for construction purposes) be supplied separately by the contractor. Please clarify if the contractor will be able to use on-site power and. water from the town facility. Response 2: The contractor shall be allowed to use on site electric and water for construction operations. Question 3: Specification division 13, page 37 of 42, calls for the fuel carrier piping and fittings to be double - walled fiberglass. However, the drawings (item #18 on drawing 6) call for the piping to be double -walled steel. Please clarify. Steel primary with a fiberglass secondary is commonly used. However, if you insist on a double -walled steel design, please provide additional details and/or provide a system manufacturer that should be used. Response 3: All undergrozozd carrier piping shall be double wall FRP. All above grade piping shall be double wall pipe with a steep primary and a FRP secondwy pipe. Sizes shall be as per plans. ADDENDUM NO. 1 - Page 1 of 6 ADDENDUM NO.1 Question 4: Please confirm that LKMA will secure the permits and pay all fees for the work (as may be required by Suffolk County and Town of Southold). Response 4: A kSCDHS permit to construct and Building Permit has been obtained The Contractor shall be responsible for coordination of and compliance with all permit(s) conditions. There are no fees anticipated at this point. The Owner will pay for the utility company fees (PSEG and National Grid). Question 5: Please confirm that the alternates for AST removals include the removal/disposal of the concrete slabs under each tank. Response 5: The AST removals shall include the removal of the concrete slabs. Question 6: The 2,500 AST tank system by the police station includes an existing fuel dispenser. Please clarify the disposition of that dispenser, piping, and accessories. Response 6: The Town will keep all FuelMaster terminals that are not reinstalled our the neuv system. Question 7: The written specifications state that the only acceptable manufacturer for the canopy will be Austin -Mohawk. Please clarify if that is the case or if other manufacturers will be acceptable. Response 7: The canopy shall be and or approved equal. Question 8: Please provide the gas header design, details. Response 8. Gas header design shall be as per National Grid Requirements. Question 9: Please confirm all utility accounts and utility company fees required for this project (gas and/or electric) will be paid directly by Town of Southold. Response 9; Electric - Contractor shall install concrete footing, vault, pad and bollards for PSEG transformer as per PSEG (LIPA) standards. PSEG to set transformer. Contractor shall perform primary and secondary connections. The contractor shall be responsible for all electric upork from the new pole mrd on site including all conduit, cable and riser. Town shall pay for the new pole and for PSEG to energize the site as well as to set the new transformer. Any fees or permits required for the electric work outside of PSEG's work shall be paid for by the contractor. See appendix A of the Specifications for more information. ADDENDUM NO. i - Page 2 of 6 ADDENDUM NO. I Gas — National grid will be responsible for bringing the nein gas service on site front the road to the gas header as shown on the plans (Paid for by the Town). The contractor shall be responsible to install the gas manifold and all required fittings as well as coordinate with National Grid. All trenching and restoration will be the Contractor's responsibility. The Contractor shall perform the site demolitions required by the electric service trench and allow National Grid time to install the gas main. The Contractor shall not install any scheduled surfaces until after the gas service line has been installed. Question 10: What will be the pressure (water column) of the new natural gas service? Response 10: The water column for the 250 KW generator shall be 7.0-11.0 H2O. Question 11: Please confirm the drainage from the canopy will be spilled on grade, not connected to an underground pre -cast structure. Response 11: The water frorn the roof canopy shall be spilled on grade. No tntderground drainage shall be included in this contract. Question 12: Please confirm the size of the proposed generator. Response 12: The generator shall be 250KW see attached specification. Question 13: Alternate #1 denotes a quantity of 4. If this alternate is accepted by the Town, will the total include all 4 units, or is it possible the town will select a different quantity? Response 13: If the Town accepts Alternate #1 it will include all 4 tanks. Question 14: It was stated that the underground electric to the existing fuel systems is to remain in place and operable during the project. As the exact locations of the underground electric lines are not currently known, how will the Town and engineer handle underground electric lines that may be in the way or damaged during the new work? Same goes for underground water, gas, drainage, septic, sanitary, & data-com lines. (Our bid price will include an underground utility mark -out at the start of the project.) Response 14: The Contractor shall torte otrt/mark out the tnrdergrotard utilities. The all mristing utilities must remain protected until any proposed utilities are in place and the services to the existing buildings have been changed ADDENDUM NO. 1 - Page 3 of 6 ADDENDUM NO.1 Question 15: Cost Item #2 indicates that silt fence is required, but it is not indicated on the demo plan. Approx. how many linear ft of silt fence is included/required and where? Response 15: The Contractor shall be responsible to provide all necessaty soil and erosion control meastays to eliminate any silt or sediment front going offsite or into any existing drainage areas. Question 16: Is there any asbestos survey for the shed to be demolished? If not, should we include the cost of this in our bid? Response 16: Any asbestos containing materials shall be abated by others prior to this contract ivork. Question 17: The walls for the new utility building are indicated as both 4" thick and 6" thick concrete. Please clarify. Response 17: The ivallsfor the Utility building shall be 6". Question 18: Specifications 13412 and 13413 (gas and diesel fill boxes) do not appear to be included in the bid package. Response 18. The Diesel and Gas fill boxes are called out on ch-mvings 6 & 7. See #16 on tine Tank Equipment list. It is also shown in detail on drmvings 11 & 12. Question 19: The tank details indicate a 10" thick concrete pad is required - should we assume 10" thick concrete throughout the site for Cost Item #11? Response 19: The concrete pavement shall be 10" thick. Question 20: For the generator pad, the drawing indicates a concrete pad is required — is that on top of the 4" concrete slab that will be poured in this area? Response 20: The concrete pad for the generator shall be as per the manufachtrers requirements as per drawing #5. ADDENDUM NO. 1 - Page 4 of 6 ADDENDUM NO.1 Question 21: Is the concrete portion of the electric/gas trench included in the 3,100 square feet of Concrete Pavement? That area is not marked on the Proposed Site Plan. Response 21: Yes. The concrete pavement for the utility trench is included in 3,100 SF of concrete pavement. Revisions / Insertions / Deletions: 1. Insert Specification Section 16231- Emergency Standby Generator. 2. Insert Specification Section 13412 / 13413 — Diesel & Gas Fill Boxes. 3. Commencement of Work — The Contractor is allowed to begin work as soon as their contract is fully executed. Delete any reference to the March 1, 2015 start date reference. The Contractor shall understand that the electrical service at the horse barn cannot be demolished until the new electrical service to the existing highway maintenance facility is established. The horse barn service feeds the maintenance building and the existing electrical tanks. The proper sequencing of this work is critical. 4. The automatic transfer switch shall be a 1,200 Amp. End of Addendum Number 1 ADDENDUM NO. 1 - Page 5 of 6 ADDENDUM NO.1 The undersigned hereby acknowledges receipt of the following Addenda: Addendum No. Dated 11-5-2014 Signature of person, firm or corporation making this Proposal: (Contractor) P.O. Address: PhoneNo.: 65GQ Dated: The full names and address of all persons interested in the Proposal or principals are as follows: Name Address ADDENDUM NO. 1 - Page 6 of 6 DIVISION 13 - SPECIAL CONSTRUCTION SECTION 13412 & 13413 — DIESEL & GAS FILL BOXES A. Fuel filling system B. Provide a grade level fuel transfer pumping system with spill containment; overfill prevention and automatic fill shutoff. This system shall be equal to a Simplex SMARTPUMP as supplied by Simplex, Inc., Springfield, IL. The SMARTPUMP shall be used for filling one aboveground Diesel storage tank and another unit for one aboveground GASOLINE storage tank. The SMARTPUMP is for use with class I or 11 liquids in a Class 1 hazardous environment. Gasoline unit shall have vapor recovery adapter. C. The SMARTPUMP shall be supplied installed outdoors upon a concrete pad at a location as specified elsewhere. The SMARTPUMP shall transfer fuel from a gravity tanker truck to the aboveground storage tanks via the pump system on -board the unit, as described below. The SMARTPUMP shall permit full draining of the truck delivery hose upon completion of fuel delivery. D. The SMARTPUMP shall include the following fittings and features: I . Steel, weatherproof, dual door lockable enclosure finished in white epoxy. 2. External stainless steel ground stud for attachment of delivery truck ground cable 3. 3 inch quick disconnect coupling for attachment of users delivery hose 4. Inlet shutoff manual valve 5. 20 gallon spill containment sump with drain to pump inlet 6. Outlet check valve 7. Outlet shutoff manual valve 8. 3 inch threaded fitting for attachment of outlet pipe to tank E. The SMARTPUMP shall include a motor driven high capacity fuel transfer pump as follows: 1. Pump: 300 GPM at 55 foot of head, 3600 RPM, cast iron, bronze fitted, carbon -ceramic / Viton mechanical shaft seal 2. Motor: Totally enclosed, fan cooled, Explosion -proof, 1.15 S.F., rigid base, 3600 RPM, 5 HP, () VAC, 3- phase F. The SMARTPUMP shall include an explosion -proof control system with overfill alarm and shutoff system as described below. The system shall require an external source of AC power, 208/230/460, 3-phase. The control system shall include: 1. Type 7 rainproof enclosure with bolted, gasketed access door. 2. Level sensor assembly with 90 & 95% point level sensors 3. High visibility red alarm light: 90% level; stop fill 4. High visibility red alarm light: 95% level; danger overfill Addendum No. 1 DIVISION 13 - Page 1 of 2 DIVISION 13 - SPECIAL CONSTRUCTION 5. High visibility red alarm light: tank leak (optional) 6. Auto pump shutoff at 90%; auto pump lockout at 95% and on detection of tank leak 7. Override circuit and 30 second timer to permit override. of 90% shutoff to allow pump -out of delivery hose or pump -out of spill containment. 95% and tank leak lockouts cannot be overridden. 8. 90 -dB audible alarm horn activated by 90%, 95% and tank leak conditions. Alarm silence push button. 9. Control power ON-OFF switch and power available indicator 10. Panel illumination lights and control switches of industrial, explosion -proof type 11. Main power key operated control switch 12. Transfer pump motor starter with overload relay 13. Control power transformer for 120 VAC operation of controls 14. Control power fuses 15. Remote alarm contacts G. The SMARTPUMP shall be constructed in a fully enclosed cabinet with lockable, double -door access, 20 -gallon spill containment sump area and manual hand pump for clean up. H. The SMARTPUMP system shall be supplied with manufacturer's 1 -year all -parts, all -labor field service warranty. I. The SMARTPUMP system shall be supplied with the services of a factory authorized or factory based field service technician to provide start-up services, including inspection, calibration and first operation. Startup and training shall be done by Critical Energy Services (973-296-8077). J. This system shall be a Simplex SMARTPUMP, model "SP3XP-182" for diesel unit and "SP-3GV- 182" for gasoline unit as manufactured by Simplex, Inc., 5300 Rising Moon Road, Springfield, IL 62711.217-483-1600. END OF SECTION 13412 & 13413 — DIESEL & GAS FILL BOXES Addendum No. 1 DIVISION 13 - Page 2 of 2 ADDENDUM NO.1 SECTION 16231- EMERGENCY STANDBY GENERATOR DESCRIPTION It is the intent of this specification to secure a stationary emergency generator system that has been tested during design verification, production and at the final job site. The generator set will be of the latest commercial design and will be complete with all the necessary accessories for complete installation as shown on the plans, drawings and specifications herein. The equipment supplied shall meet all the requirements of the National Electrical Code, along with all applicable local codes and regulations. It shall be a one -source responsibility for warranty, parts, and service through a local, representative with factory -trained serviceman. SUBMITTALS The submittal shall include prototype test certification and specification sheets showing all standard and optional accessories to be supplied, schematic wiring diagrams, dimensions drawings and interconnection diagrams identifying by terminal number, each required interconnection between the generator set, and the transfer switch. WORK INCLUDED Generator: Generac 250 KW, 3 Phase, Model SG250 Contact Rafael Valderrama, Generator Sales Engineer, General Power Limited, Inc. @ 888.769.3758 or rafael@genpowerusa.com. genpowerusa.com. Or approved equal. The generator set shall be UT -2200 Listed. Any generator sets not meeting UL2200 will be unacceptable. The generator shall be mounted on a concrete pad as shown on the contract drawings and as per manufacturer's requirements. Generator Enclosure Generator Enclosure shall be a Level 1 Sound Attenuation Enclosure as manufactured by Generac or approved equal. Automatic Transfer Switch: Automatic transfer switches not intended for continuous duty or repetitive load transfer switching are not acceptable. The transfer switch shall be in a NEMA 1 Enclosure. END OF SECTION 16231- EMERGENCY STANDBY GENERATOR Addendum No 1 DIVISION 16 - Page 1 of 1 AVENTURA CONSTRUCTION CORP. AND SUBSIDIARIES Consolidated Financial Statements December 31, 2013 JANOVER II( • A LIMITED LIABILITY COMPANY AVENTURA CONSTRUCTION CORP. AND SUBSIDIARIES Table of Contents Independent Accountants' Review Report dated April 1, 2014 Consolidated Financial Statements Consolidated Balance Sheet Page Consolidated Statement of Operations and Retained Earnings 2 Consolidated Statement of Cash Flows 3 Notes to Consolidated Financial Statements 4- 12 Consolidated Supplemental Information Consolidated Schedule of General and Administrative Expenses 13 Consolidated Schedule of Earnings from Contracts 14 Consolidated Schedule of Contracts Completed 15 Consolidated Schedule of Contracts in Progress 16 io, JANOVER LLC:.' CER IIFIEDPUBt IC'ACCO NIANTS Independent Accountants' Review Report To the Stockholder of Aventura Construction Corp. and Subsidiaries: We have reviewed the accompanying consolidated balance sheet of Aventura Construction Corp. and Subsidiaries as of December 31, 2013, and the related consolidated statements of operations and retained earnings and cash flows for the year then ended. A review includes primarily applying analytical procedures to management's financial data and making inquiries of Company management. A review is substantially less in scope than an audit, the objective of which is the expression of an opinion regarding the consolidated financial statements as a whole. Accordingly, we do not express such an opinion. Management is responsible for the preparation and fair presentation of the consolidated financial statements and in accordance with accounting principles generally accepted in the United States of America and for designing, implementing, and maintaining internal control relevant to the preparation and fair presentation of the consolidated financial statements. Our responsibility is to conduct the review in accordance with Statements on Standards for Accounting and Review Services issued by the American Institute of Certified Public Accountants. Those standards require us to perform procedures to obtain limited assurance that there are no material modifications that should be made to the consolidated financial statements. We believe that the results of our procedures provide a reasonable basis for our report. Based on our review, we are not aware of any material modifications that should be made to the accompanying consolidated financial statements in order for them to be in conformity with accounting principles generally accepted in the United States of America. Our review was made for the purpose of expressing a conclusion that there are no material modifications that should be made to the consolidated financial statements in order for them to be in conformity with accounting principles generally accepted in the United States of America. The information included in the accompanying consolidated supplemental schedules is presented for the purposes of additional analysis and is not a required part of the basic consolidated financial statements. Such information has been subjected to the inquiry and analytical procedures applied in the review of the basic consolidated financial statements, and we are not aware of any material modification that should be made to such information. ?,airden7City,"New York April 1, 2014 LOM, ISLAM) 100 Quentin Roo wMt Blvd- quite "�Io Orden Gtv, New York 11,530 • 1r1. 31(i. 42.6300 Fax: 316.312 ()(121 NEW YORK C11 Y 8031'hird Avenue, 10th floor Neta York, New York 10022 • lel: 212.792.6300 Fav 212 792,030 ANOVER • A LIMITED LIABILITY l OMPANY AVENTURA CONSTRUCTION CORP. AND SUBSIDIARIES Consolidated Balance Sheet December 31, 2013 Assets Current assets: Cash and cash equivalents Marketable securities Contracts receivable Costs and estimated earnings in excess of billings on uncompleted contracts Prepaid expenses and other current assets Total current assets Property and equipment, net of accumulated depreciation of $466,188 Liabilities and Stockholder's Equity Current liabilities: Accounts payable Current maturities of long-term debt Billings in excess of costs and estimated earnings on uncompleted contracts Accrued expenses and other current liabilities Deferred tax liability Income taxes payable Total current liabilities Long-term debt, net of current maturities Commitments and contingencies Stockholder's equity: Common stock - no par value; 200 shares authorized; 10 shares issued and outstanding Additional paid -in capital Retained earnings See independent accounianis'review report and notes to consolidaled financial suuements. $ 1,195,770 269,207 3,262,020 352,877 22,836 5,102,710 682,117 $ 5,784,827 $ 1,906,458 95,812 1,638,223 149,884 1,000 11,000 3,802,377 257,390 4,059,767 5,000 771,992 948,068 1,725,060 $ 5,784,827 AVENTURA CONSTRUCTION CORP AND SUBSIDIARIES Consolidated Statement of Operations and Retained Earnings For the Year Ended December 31, 2013 Contract revenue earned $ 25,974,224 Direct costs 23,919,716 Gross profit 2,054,508 Officer's salary 187,599 General and administrative expenses 1,413,123 1,600,722 Income from operations before other income (expense) and provision for (benefit from) income taxes 453,786 Other income (expense): Other income 51,496 Unrealized loss on marketable securities (28,592) Gain on sale of equipment 5,000 Interest and dividend income 10,010 Interest expense (18,246) 19,668 Income before provision for (benefit from) income taxes 473,454 Provision for (benefit from) income taxes: Current 14,580 Deferred (15,000) (420) Net income 473,874 Retained earnings - beginning of year 808,049 Distributions paid to stockholder (333,855) Retained earnings - end of year $ 948,068 See independent acconntants'review repots and notes to consolidated financial statements. 2 AVENTURA CONSTRUCTION CORP. AND SUBSIDIARIES Consolidated Statement of Cash Flows For the Year Ended December 31, 2013 Cash flows from operating activities: Net income $ 473,874 Adjustments to reconcile net income to net cash provided by operating activities: Depreciation 147,676 Unrealized loss on marketable securities 28,592 Deferred taxes (15,000) Gain on sale of equipment (5,000) Changes in operating assets and liabilities: Contracts receivable (780,621) Costs and estimated earnings in excess of billings on uncompleted contracts 25,466 Prepaid expenses and other current assets 19,384 Accounts payable 944,261 Billings in excess of costs and estimated earnings on uncompleted contracts 815,118 Accrued expenses and other current liabilities (48,469) Income taxes payable 9,034 Net cash provided by operating activities 1,614,315 Cash flows from investing activities: Reinvestment of dividends (9,710) Due from stockholder, net 10,832 Proceeds from sale of equipment 5,000 Purchases of equipment (265,052) Net cash used in investing activities (258,930) Cash flows from financing activities Distributions paid to stockholder (163,131) Line of credit, net (159,000) Long-term debt borrowings 4,270 Net cash used in financing activities (317,861) Net increase in cash and cash equivalents 1,037,524 Cash and cash equivalents - beginning of year 158,246 Cash and cash equivalents - end of year $ 1,195,770 Supplemental disclosure of cash flow information: Cash paid during the year for interest $ 18,246 Cash paid during the year for income taxes $ 5,546 Non -cash transaction: Conversion of due frotn stockholder to distributions $ 170,724 See independent accountants' review report and notes to consolidated financial statements. 3 AVENTURA CONSTRUCTION CORP. AND SUBSIDIARIES Notes to Consolidated Financial Statements December 31, 2013 1. Business Organization The consolidated financial statements include the following companies (collectively referred to as the "Company"). Aventura Construction Corp. ("ACC") is a general contractor engaged in various types of commercial construction, including office buildings and full service gas stations and was incorporated in the State of New York on June 7, 2007. Aventura Environmental Corp. ("AEC") is an environmental company that handles engineering solutions of both petroleum as well as compressed natural gas. Aventura Electrical Corp. ("AELC") is an electrical contractor. Delta Aventura Construction Corp. ("DACC") is engaged in various types of commercial construction in Florida and Alabama. 2. Summary of Significant Accounting Policies Principles of consolidation -- The consolidated financial statements have been prepared in. accordance with accounting principles generally accepted in the United States of America. All intercompany transactions have been eliminated in consolidation. Contract revenue recognition — The Company is on the accrual basis and utilizes the percentage of completion method for recognizing contract income for financial reporting and cash basis for income tax reporting. The basis on which such profits or losses are recorded, prior to completion, is to estimate costs and profits during the course of the work and to reflect in income that percentage of estimated total gross profit that incurred costs to date bear to estimated total costs, after giving effect to estimates of costs to complete based upon current information. Contract costs include all direct material and labor costs and those indirect costs related to contract performance, such as indirect labor, supplies, tools and repairs. Selling, general, and administrative costs are charged to expense as incurred. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. Changes in job performance, job conditions, and estimated profitability, including those arising from contract penalty provisions, and final contract settlements may result in revisions to costs and income and are recognized in the period in which the revisions are determined. Profit incentives are included in revenue when their realization is reasonably assured. An amount equal to contract costs attributable to claims is included in revenue when realization is probable and the amount can be reliably estimated. Current assets and liabilities — In accordance with industry practice, the Company includes in current assets and liabilities amounts realizable and/or payable under contracts, which may extend beyond one year. See independent accounlants'review report. 4 AVENTURA CONSTRUCTION CORP. AND SUBSIDIARIES Notes to Consolidated Financial Statements December 31, 2013 2. Summary of Significant Accounting Policies (continued) Costs in excess of amounts billed are classified earnings in excess of billings on uncompleted classified as current liabilities under billings in uncompleted contracts. as current assets under costs and estimated contracts. Billings in excess of costs are excess of costs and estimated earnings on Cash and cash equivalents — The Company considers cash and cash equivalents to include all cash and short-term, highly liquid investments that are readily convertible to known amounts of cash and have original maturities of three months or less and are stated at cost, which approximates fair value. Property and equipment, net — Property and equipment is stated at cost, net of accumulated depreciation. Depreciation is recorded on a straight-line basis over the estimated useful lives of the respective classes of assets. Repairs and maintenance are charged to operations as incurred and major improvements are capitalized. Upon sale or retirement of property and equipment, the related cost and accumulated depreciation are removed from the accounts and any gain or loss is reflected in operations. Allowance for doubtful accounts — Bad debts are provided for under the allowance method based upon analyses of open accounts and their expected collectibility. Management provides an allowance for doubtful accounts based on the Company's historical losses, specific customer circumstances, and general economic conditions. As a result of this policy, no allowance for doubtful accounts has been recorded as of December 31, 2013. Sales tmr -- Sales tax is assessed by a governmental authority on the purchase of goods and services. The Company collects sales tax for various states. Taxes are assessed on each job that falls within these jurisdictions and that do not fall under the criteria of being tax exempt, for example, government jobs. Current practice is that sales tax is reported on a net basis in the consolidated statement of operations and retained earnings. Valuation of investments — Investments in securities traded on national securities exchanges are stated at the last reported sales price on the day of valuation; other securities traded in the over - the counter market are stated at the last quoted bid price. The values assigned to these investments do not necessarily represent amounts which might ultimately be realized upon the sale or other disposition since such amounts depend on future circumstances and cannot reasonably be determined until the actual sale or liquidation occurs. Unrealized gains and losses resulting from changes in such valuations are reflected in income. See independent accountants ' review report. 5 AVENTURA CONSTRUCTION CORP. AND SUBSIDIARIES Notes to Consolidated Financial Statements December 31, 2013 2. Summary of Significant Accounting Policies (continued) Advertising costs — The Company expenses advertising cost as incurred. Such costs were $16,107 and $21,819 for the years ended December 31, 2013 and 2012, respectively. Income taxes — The Company elected, by consent of its stockholder, to be taxed under the provisions of Subchapter S of the Internal Revenue Code and applicable state statutes. Under these provisions, the Company does not pay Federal corporate income taxes on its taxable income. Instead, the stockholder is liable for individual Federal income taxes on the Company's taxable income. A provision has been made for income taxes in cities and states that do not recognize S Corporation status, or for those which levy an entity level income tax on S Corporations. Uncertain tax positions — The Company adopted the provisions of accounting for uncertain income tax positions. As a result of this implementation, the Company was not required to recognize any amounts from uncertain tax positions. The Company's conclusions regarding uncertain tax positions may be subject to review and adjustment at a later date based upon ongoing analyses of tax laws, regulations and interpretations thereof, as well as other factors. Generally, federal, state and local authorities may examine the Company's tax returns for three years from the date of filing, consequently, the respective tax returns for years prior to 2010 are no longer subject to examination by tax authorities. Use of estimates in the consolidated financial statements — The preparation of financial statements in conformity with accounting principles generally accepted in the United States of America requires the Company's management to make estimates and assumptions that affect the reported amount of assets and liabilities, and the disclosure of contingent assets and liabilities as of the dates of such financial statements, and the reported amounts of revenues and expenses during the reporting periods. Actual results could differ from those estimates. 3 Fair Value Measurements FAS13 Accounting Standards Codification No. 820 ("ASC 820"), "Fair Value Measurements and Disclosures ", establishes an authoritative definition of fair value, sets out a framework for measuring fair value, and requires additional disclosures about fair value measurements. 'That framework provides a fair value hierarchy that prioritizes the inputs to valuation techniques used to measure fair value. The hierarchy gives the highest priority to unadjusted quoted prices in active markets for identical assets or liabilities and the lowest priority to unobservable inputs. The three levels of the fair value hierarchy under ASC 80 are described as follows; See independent accounlants'review report. 6 AVENTURA CONSTRUCTION CORP. AND SUBSIDIARIES Notes to Consolidated Financial Statements December 31, 2013 3. Fair Value Measurements (continued) Level I Inputs to the valuation methodology are unadjusted quoted prices for identical assets or liabilities in active markets that the Partnership has the ability to access. Leve12 Inputs to the valuation methodology include: • Quoted prices for similar assets or liabilities in active markets. • Quoted prices for identical or similar assets or liabilities in inactive markets. • Inputs other than quoted prices that are observable for the asset or liability. • Inputs that are derived principally from or corroborated by observable marked data by correlation or other means. Leve13 Inputs to the valuation methodology are unobservable. The asset or liability's fair value measurement level within the fair value hierarchy is based on the lowest level of any input that is significant to the fair value measurement. Valuation techniques used need to maximize the use of observable inputs and minimize the use of unobservable inputs. The following is a description of the valuation methodologies used for assets measured at fail- value. airvalue. There have been no changes in the methodologies used at December 31, 2013. Marketable securities traded on a national securities exchange: Stated at the last reported sales price on the day of valuation. Investments in securities and securities sold short are valued based upon the closing price on the day of valuation utilizing the three-tier fair value hierarchy described above. To the extent these securities are actively traded and valuation adjustments are not applied, they are categorized in Level 1 of the fair value hierarchy. All securities have readily available market quotations. The preceding methods described may produce a fair value calculation that may not be indicative of net realizable value or reflective of future fair values. Furthermore, although the Partnership believes its valuation methods are appropriate and consistent with other market participants, the use of different methodologies or assumptions to determine the fair value of certain financial instruments could result in a different fair value measurement at the reporting date. See independent accountants'review report. 7 AVENTURA CONSTRUCTION CORP. AND SUBSIDIARIES Notes to Consolidated Financial Statements December 31, 2013 3. Fair Value Measurements (continued) Marketable securities were valued using Level I inputs consisting of quoted market prices of identical securities. At December 31, 2013, marketable securities consisted of the following: Level 1 Total Investment in Rochester Portfolio Series $ 269,207 $ 269,207 There were no Level 2 or 3 assets as of December 31, 2013. 4. Contracts Receivable As of December 31, 2013, the amount due for work performed from current requisitions and from retainage balances is summarized as follows: Billed: Completed contracts $ 232,056 Contracts in progress 2,570,007 Retainage 459,957 $ 3,262,020 S. Costs and Estimated Earnings on Uncompleted Contracts Costs, estimated earnings, and billings on uncompleted contracts are summarized as follows as of December 31, 2013: Costs incurred on uncompleted jobs $ 17,497,055 Estimated earnings 1,692,560 19,189,615 Less: billings to date 20,474,961 $ (1,285,346) Included in accompanying consolidated balance sheet under the following captions: Costs and estimated earnings in excess of billings on uncompleted contracts $ 352,877 Billings in excess of costs and estimated earnings on uncompleted contracts (1,638,223) $ (1,285,346) See independent accounlants'review report. 8 AVENTURA CONSTRUCTION CORP. AND SUBSIDIARIES Notes to Consolidated Financial Statements December 31, 2013 6. Property and Equipment Major classifications of property and equipment and their respective depreciable lives as of December 31, 2013, are summarized as follows: Furniture, fixtures and equipment Less: accumulated depreciation Depreciable Lives $ 1,148,305 3-10 years 466,188 $ 682,117 Depreciation expense for the year ended December 31, 2013 was $147,676. 7. Related Party Transactions The Company leases its office facilities on a month-to-month basis from Aventura Development, LLC ("AD"), which is an affiliated entity. hent expense charged to operations for the year ended December 31, 2013 amounted to $54,000. The shareholder loan was reclassified as distribution as of December 31, 2013, 8. Accounts Payable Accounts payable includes retainage payable to subcontractors aggregating $761,971, and at December 31, 2013 is summarized as follows: Accounts payable Retainage 9. Long -Term Debt Long-term debt is summarized as follows: Installment loans — payable in equal monthly installments ranging from $523 to $1,434 including interest ranging from 0% to 7.4% per annum through November 2017, secured by related transportation equipment with a net book value of $465,944. Less: current maturities Long-term debt $ 1,144,487 761,971. $ 1,906,458 $ 353,202 95,812 $ 257,390 See independent accountants'review report. 9 AVENTURA CONSTRUCTION CORP. AND SUBSIDIARIES Notes to Consolidated Financial Statements December 31, 2013 9. Long -Term Debt (continues!) At December 31, 2013, maturities of long-term debt are as follows for the years ending December 31, 2014 $ 95,812 2015 95,247 2016 87,427 2017 55,395 "thereafter 19,321 353,202 10. Line of Credit -Bank On July 2, 2012, the Company entered into a revolving line of credit with M&T Bank for a maximum borrowing of $225,000. The line of credit can be canceled in writing by the borrower at any time. The line of credit is available subject to the Bank's continuing review and that the Bank can temporarily suspend or permanently cancel the account at any time. Amounts borrowed accrue interest at a rate of M & T Bank's Base Rate, which is 1.00 percentage points above the Prime Rate. The borrowing rate was 4.25% as of December 31, 2013. All borrowings are collateralized by substantially all assets of the Company. As of December 31, 2013, the line of credit was paid in full and available. 11. Commitments and Contingencies Litigation —The Company is not party to any legal proceedings other than claims and lawsuits arising in the normal course of its business, which in the opinion of management, are not individually, or in the aggregate, material to its business. Performance bands — The Company and its stockholder are contingently liable under a general indemnity agreement. They agree to indemnify the surety for any payments made on contracts of suretyship, guaranty or indemnity. Management believes that all contingent liabilities will be satisfied by their performance on the specific bonded contracts involved. Leases —The Company had a monthly lease to rent space for property in Florida which totaled $60,288 in 2013. In 2013, the Company signed a two year lease agreement with annual rent payments of $41,500. Future minimum lease payments are $41,500 for the years ended December 31, 2014 and 2015, respectively. Retirement plan — The Company has a Profit Sharing Plan ("the Plan") that covers substantially all non-union employees subject to certain age and length of employment requirements as outlined in the underlying Plan documents. Contributions to the Plan are at the discretion of the Company. For the year ended, December 31, 2013, there were no contributions made to the Plan. See independent accountants' review report. 10 AVENTURA CONSTRUCTION CORP. AND SUBSIDIARIES Notes to Consolidated Financial Statements December 31, 2013 12. Concentration of Credit Risk The Company maintains cash balances with a financial institution in a non-interest bearing accounts. Beginning January 1, 2013, interest bearing and non-interest bearing accounts are insured by the Federal Deposit Insurance Corporation ("FDIC") up to $250,000 per financial institution. The Company believes it is not exposed to any significant credit risk for cash and has not experiences any losses in such accounts. The Company performs construction contracts for private owners located throughout the United States. The Company does not require collateral in most cases, but may file statutory liens against the construction projects if a default in payments occurs. Four customers accounted for approximately 65% of the Company's revenues for the year ended December 31, 2013, and approximately 58% of the Company's contracts receivable balance, including retainage, is derived from three customers as of December 31, 2013. 13. Income Taxes A reconciliation of the provision for (benefit from) income taxes for New York City and other jurisdictions is summarized as follows for the year ended December 31, 2013. "Tax at statutory rate and various rates For other jurisdictions $ 14,580 Other (15,000) Net provision for income taxes $ 420 Deferred tax assets and liabilities arising from New York City general corporation business tax are as follows at December 31, 2013: Deferred tax (assets)liabilities: Contract receivable $ (55,000) Costs in excess of billings (6,000) Other assets (500) Accumulated depreciation (7,000) Accounts payable and accrued expenses 39,000 Billings in excess of costs 30,500 Net deferred tax liabilities: $ 1,000 The deferred tax assets and liabilities result primarily from contract receivables which are not recognized for tax purposes until the cash is received and accounts payable that are not deducted for tax purposes until the amounts are paid. See independent accountants ' review repot I I AVENTURA CONSTRUCTION CORP. AND SUBSIDIARIES Notes to Consolidated Financial Statements December 31, 2013 14. Backlog In addition to the contracts in progress at December 31, 2013, the Company has signed contracts on work, which have not yet commenced, of$ 2,811,406 as follows: Job Name RaceTrac Airport AARCO Cumberland Farms -NY Cumberland Farms -Palm Springs Cumberland Farms-Staurt Cumberland Farms -Riviera Beach 15. Subsequent Events Contract Amount $ 2,436,992 273,452 53,643 19,619 16,725 10,975 $ 2,811,406 Management has evaluated events and transactions occurring after the date of the consolidated balance sheet and through the date of the independent accountants' review report to determine whether any of these events or transactions was required to be recognized or disclosed in the consolidated financial statements. The date that the independent accountants' review report is the date that the consolidated financial statements were available to be issued. See independent accountants' review report. 12 AVENTURA CONSTRUCTION CORP. AND SUBSIDIARIES Consolidated Supplemental Information December 31, 2013 AVENTURA CONSTRUCTION CORP. AND SUBSIDIARIES Consolidated Schedule of General and Administrative Expenses For the Year Ended December 31, 2013 Contributions $ 10,504 Data processing 55,949 Depreciation 147,676 Dues and subscriptions 8,134 Employee benefits 119,029 Equipment lease 7,558 Insurance 257,660 Licenses and permits 20,054 Office 91,487 Office salaries 112,681 Payroll taxes 85,258 Professional fees 83,411 Promotion 53,760 Rent 114,288 Repairs and maintenance 88,889 Small tools 1,910 Telephone 32,157 "Travel and entertainment 107,245 Utilities 15,473 $ 1,413,123 See independent accountanis'review report. 13 AVENTURA CONSTRUCTION CORP. AND SUBSIDIARIES Consolidated Schedule of Earnings from Contracts For the Year Ended December 31, 2013 Contract Contract Revenues Costs Gross Profit Contracts completed $ 7,729,946 $ 7,230,339 $ 499,607 Contracts in progress 18,244,278 16,689,377 1,554,901 $ 25,974,224 $ 23,919,716 $ 2,054,508 .See independent accouniants'reviemy report. 14 AVENTURA CONSTRUCTION CORP. AND SUBSIDIARIES Consolidated Schedule of Contracts Completed For the Year Ended December 31, 2013 Project Name/Location Murphy Oil Indian Harbor Cumberland - Palm Springs RaceTrac 42301 MLK Always Flowers Murphy Oil / Jacksonville Murphy Millbrook AL RaceTrac #?85 Del Prado Blvd 7-11 Rosalind Avenue Raceway Meridianville Alabama New Millford UST 1482 - Mikes Super Citgo Stop & Shop Hyde Park G&V Car Care- South Orange, NJ Stony Brook University Exxon- Ft. Lee Cumb. Farms- Roslyn Heights Englewood- AVAK Bohler Engineering Offices PMG- East Piscataway, NJ- Tank Sunoco- EC5047 Cropsey Ascent Pharm Phase III Sunoco- Dispenser Replacement - Sundry Jobs Job # Contract Price Total Costs to Date Total Gross Profit Earned to Date Gross Profit Recognized in Prior Periods Gross Profit Recognized in Current Period 112 S 782.797 $ 741.621 $ 41,176 $ 18.996 $ 22,180 113 1,150.626 1.091,103 59,523 39,046 20.477 I14 3,196,261 3,029,448 166.813 160.115 6,698 115 690,212 628,844 61,368 64.973 (3,605) 117 659,323 598,142 61,181 36 61,145 118 518,550 458,638 59,912 - 59,912 122 350.359 301,017 49342 - 49,342 125 320.863 279,742 41.121 41,121 128 1,046,025 994,330 51,695 - 51,695 1081 543,745 497.284 46.461 37,676 8.785 1085 166,201 193,699 (27,498) 63 (27,561) 1088 323.431 242,299 81,132 80,151 981 1098 449,000 368,962 80,038 1,943 78,095 1100 13,173 7.419 5,754 2,379 3.375 1101 213.000 209.317 3.683 22,245 (18.562) 1105 48,535 35,188 13,347 106 13,241 1108 3,582 3.582 - 679 (679) 1119 790,851 744,181 46,670 - 46,670 1120 348,324 285,958 62.366 - 62,366 1122 513.151 436,634 76,517 - 76,517 1125 69,955 51.448 18,507 - 18.507 1128 40.557 27,573 12,984 - 12,984 550,351 634,428 (84,077) - (84,077) $ 12.788,872 $ 11,860.857 $ 928,015 $ 428,408 S 499.607 See independent accountants'review report. 15 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:t"�✓)�-��Lor— or orat [�_ A Partnership or Entity FIRM NAME: Aler%4i.1" �t� rrne �� 451 An Individual C�yP, PRINCIPAL OFFICE: PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE 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? 7<,— List trades that you organization normally performs below: 3. Have you ever failed to complete any work awarded to you? -�&. If so, note where and why. 4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. 1"10 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. lv d 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 C o'2� 04C�t J 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 I�nd`ividual'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? YRS 10. Bank References: ,�� see- �t11dcw 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? N 1" O QS -3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidderand may result in rejection of the Bidder's Proposal. , t 6 bj, ffv.`,V4 uq,y) z.vj;trck STATE OF ) COUNTY OF ) �tiA V ►rx�t, being duly sworn deposes and says that he is the Yn. .ikA Jof Am, w► *Pywx r�,,,r����ontractor and that answers to the foregoing questions and all statements therein contained are true and correct. ignature of person who It ed bid) Sworn to before me his / 3 day of N�, v . , 201`1 Notary Public ACb�� Commission Expiration Date: 1 \� Michelle Benjamin Notary Public, State of New York No. 01 BE6216593 Qualified in Suffolk County Commission Expires 01/19/20M QS -4 Highway Department - Southold Fuel Dismnsina Facility Bid Date: November 13, 2014 Itemized Proposal for: Town of Southold Highway Department LKMA #: 13108.000 ITEM NO. ESTIMATED DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS General Conditions & Mobilization 1 1 fort �+ Iyo �39sfi1 ��2 �� ,r.E S; f '� /LS �27 } Dollars Cents Site Preparation 2 1 ..-�� fort +ti* rv� �iX My c�•rd 1`�c,T,- i inA -6v/LS 3Q �L 306�� V �'_' Dollars Cents Demolitions and Removals 3 1 //�� Gr� 1 (�^� for�.7'1`i'�} tkyy4 r'� Nrti.�r° ^Ih1 �Nr( c� �Z� L�% _ U� ¢ I �/LS Dollars Cents Unclassified Excavation & Grading 4 for 5, i cao tk,,/SA -,q cu^A oz/LS Dollars Cents 5 44 Concrete Filled Bollards r�° y for �tJ2 hw�redi �,� dtyC�y HCl _/EA ! 1 Dollars Cents Complete Installation of Aboveground 8,000 Gallon Gas Tank OJ 6 1 r �x;. oU �'h �1 for � v v /EA KP. Dollars o-,> KV-AWoQ Mnti ` 7 1 Complete Installation of Aboveground 8,000 Gallon Diesel Tank ? 3 7 1C1� � .� 7 � �� Z�b 00 � for ' il5g 4 �h? Scc J? /EA � / , Dollars ents 8 1 Fuel Canopy nn�� nn `` 1 �✓ �d �_ r , r7 / `� 65b J 4> for V� �d OAA,) !, q /LS Dollars an ents PF -1A Highway Department - Southold Fuel Dispensing Facility Bid Date: November 13, 2014 Itemized Proposal for: Town of Southold Highway Department LKMA #: 13108.000 ITEM NO. ESTIMATED DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS Concrete Slabs 9 1,800 '„s.t-.6y 4",.vtak--Y � for A it,& c,^st _tvil /SF j'16' dollars Cehts Concrete Curb 10 200 2 for a-- SjWj;-�, , ZtS /LF Dollars Cents Concrete Pavement 11 3,100 for Fo y �o (I.sc� c+, �. cl v.a ."i` /SF D Dollars Cents ,2 goo Full Depth RCA Pavement / •� i h,ret, anl�rAr� for ttyi scv�-� �JP C&N/SF 1 Dollars 1 Cents 13 600 Full Depth Asphalt Pavement n for 42, �t Ck^ /SF 1 Dollars Cents Dispenser Island 14 1 /� 1� �„,,, o 'AywtrJ for Vhf, n�`�1UR -1 ft+rez /LS Dollars am6L 4v J�, s J� 15 1 Utility Building on concrete foundation _ 4-31 v a t � j � �b for(St -eA. v✓ -sK /LS ` �,+,G� - A Dollars o nts a 16 1 Concrete Sound Wall & Footing for N cry+ "T t,-, + Si y- -r)Lt%+Z f ,,)Z a "7CS`j ae 1 Dollars CC nts PF -2A Highway Department - Southold Fuel Dispensing Facility Itemized Proposal for: Town of Southold Highway Department Bid Date: November 13, 2014 LKMA #: 13108.000 ITEM NO. ESTIMATED DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS New Gas Service & 250 KW Natural Gas Generator 17 111r. for �1�Clrtc� f't -5 `� i a /LS LS �� II �S G� �" 00 Dollars t ✓"Llr+r &-A Ce is New Electric Service 18 1 �} t I S 4-j17 [[�� fort/ r ` Dollars cam! J ris Fire Suppression & Signage 19 1 � 11 ` y� 'N'J'sa"A P.� �� D9' T �7 � vU c, for. �CaW l � IL % I Dollars Cents 20 3 Abandonment of Monitoring Wells ` �L' 1 L c� forl;J0 i)vV%J^ VK -�4 N -0 194 /EA Dollars Cents TOTAL BID Items (Add All Items) iJ2 avn �G (Numerically) Dollars Cerfts WRITTEN IN WORDS NOTE: The Town of Southold reserves the right to increase, decrease, or eliminate in its entirety any or all items prior to or after award of the bid. 1,000 Gallon Tank Removal, and SCDHS ALT 1 4 rr Inspections y 644re/ �� 3J C� r� t' (I 00o �'l? for 1 a1pf'�i�{�jw.w� ir�i. dh(,L V*0 C43 /EA i Dollars Cents 2,500 Gallon Tank Removal, and SCDHS ALT2 1 Inspections () LL for Ja�C�'A�s�u^�' -floc. hw�c v+c� cjojL rt> G,GMT�/EA " � J C Dollars Cents PF -3A AMERICAN f ENVIRONMENTAL ASSESSMENT CORP. Line of Business: Principals: State Incorporated: Henrich Equipment, Inc. 42 Field Street West Babylon, NY 11704 Phone: 631-293-6920 Fax: 631-293-8979 Hunter Electric, Inc. 235-07 Braddock Avenue Queens Village, NY 11428 Phone: 718-740-2970 Fax: 718-740-2975 Waste Remediation and Disposal Tank Removal and Installation Danny Hirschberger New York TRADE REFERENCES Title: President Date: 03/01/1989 Soil Safe, Inc. 6700 Alexander Bell Dr., Suite 300 Columbia, MD 21046 Phone: 410-872-3990 Fax: 410-872-3978 All Island Paving Co., Inc. PO Box 388 Copiague, NY 11726 Phone: 631-842-6412 BANK REFERENCE Name: M & T Bank Address: 50 Jericho Quadrangle Ste 120 Jericho, New York 11753 Phone: 516-822-0216 Contact: Alison Burke A/C# 9861920255 Fax: 516-822-2174 OTHER INFORMATION FederalID# 11-2958444 DUNS# 62-049-4088 188 LONG ISLAND AVENUE, WYANDANCH NEW YORK 11798 (631) 586-2000 • FAX (631) 586-9605 AMERICAN ENVIRONMENTAL ASSESSMENT CORP 188 Long Island Avenue Wyandanch, NY 11798 Tel: (631) 586-2000 2006 Principle References AEAC PROJECT NAME NATURE OF WORK AMOUNT OF CONTRACT NAME OF ENGINEER, OWNER, OR ARCHITECT Mobil Station 17 -GFT Remediation System $221,800.00 GSC/Kleinfelder Jackson Heights, NY Installation Rick Caputo 631-218-0612 Exxon/Mobil Stations UST Removals and $344,000.00 Groundwater & Environ Srvcs. Various Locations Installations Mike DeGloria 845-878-8067 National Car Rental System Installation $378,700.00 Vanguard Car Rental USA, Inc. JFK Int'I Airport James Ball 918-401-6395 Various Locations UST Removals $49,000.00 CA Rich Consultants Deb Shapiro 516-576-8844 . Various Locations UST Removals $76,900.00 P.W. Grosser Consulting Zeb Youngman 631-589-6353 Getty Stations Contaminated $222,800.00 C2G Environmental Corp Various Locations Soil Disposal Paul Bany 631-777-6262 Superior Ink Demolition/UST Removal $150,000.00 Malcolm Pirnie, Inc. Wyn Davies 201-398-4409 Allied NY Services Fuel Reclaim $275,000.00 Allied NY Services, Inc. System Installation I Phil Frendo 718-995-9732 AMERICAN ENVIRONMENTAL ASSESSMENT CORP. (AEAQ 188 Long Island Avenue Wyandanch, NY 11798 Tel: (631) 586-2000 2007 Principle References PROJECT NATURE OF WORK AMOUNT OF NAME OF ENGINEER NAME CONTRACT OWNER, OR ARCHITECT Exxon/Mobil Stations UST Removals and 760,000.00+ Kleinfelder Corp. Various Locations Installations Al Tonn 631-218-0612 Exxon/Mobil Stations UST Removals and 340,000,00+ Groundwater & Environ Srvcs. Various Locations Installations Mike DeGloria 845-878-8067 National Car Rental Concrete Work $114,700.00 Vanguard Car Rental USA, Inc. Albany, NY James Ball 918-401-6395 Various Locations UST Removals $55,000.00 CA Rich Consultants Deb Shapiro 516-576-8844 Various Locations UST Removals 29,500.00+ P.W. Grosser Consulting Frank Castallano 631-589-6353 Budget RAC General Construction 1,820,271.00 Cendant Car Rental Group, Inc. JFK Int'I Airport Site Modifications Ron Robson 718-397-6422 DTG, Inc. General Construction $2,404,713.00 The Bilow Group Dollar RAC -JFK Site Modifications 11leana Marich 201-807-0407 _AMERICAN ENVIRONMENTAL ASSESSMENT CORP. (AEAC) 188 Long Island Avenue Wyandanch, NY 11798 Tel: (631) 586-2000 PRINCIPLE REFERENCES 2008 PROJECT NAME NATURE OF WORK AMOUNT OF CONTRACT NAME OF ENGINEER OWNER, OR ARCHITECT Brentwood Fire Above Ground Diesel Tank $122,900.00 George Reutter, Dist Supvr District & Fuel Disp Installation 631-273-7080 x3296 Town of Oyster Bay UST Removal & AST $49,130.00 Tom Scalfano, TOB Installation 516-677-5834 North Shore Central Install New Fueling $527,000.00 John Hall, Dist Facility Mgr School District Facility 516-277-7930 Taconic Investments UST Removals & $750,000.00 John Weir, President Various Locations Modifications 212-220-9945 Vanguard Car Rental AGST Removal & UST, $144,760.00 James Ball, General Manager Albany Airport Canopy / Pump Installation 918-401-6395 LSG Sky Chefs Replace (6) Underground 315,334.00 Jerry Vacchio, Bldg Supt Bldg 139 JFK A/P Grease Trap Tanks 718-995-1769 NYS Parks & Recr Oil Water Separator $58,878.00 Kevin Mee, Engineer Jones Beach SP Installation 631-321-3775 Greenburgh Central Site Remediation of $495,900.00 John Benvegna, LBG Consult School District Football & Soccer Fields 914-694-5711 Lennox Hill Hospital Tank Removals & Site $364,000.00 Mike Gilson, Lennox Hill NYC, NY Remediation 917-662-2417 _ Mobil Oil Co. Tank Removals & Site $3,000,000.00 Kleinfelder Various Locations Remediation Dennis Shin 631-218-0612 Global Terminal Remediation System $410,000.00 Roux Associates Various Locations Installations Dana Hignell 631-232-2600 Budget Rent-A-Car Upgrade of UST'S, Piping $155,584.00 Cedent Car Rental Group JFK Airport and Fuel Dispensers Phil Engle 973-496-6942 Dollar Rent-A-Car Corp. Office, Car Wash & $2,300,000.00 Dollar -Thrifty Auto Group Chicago, IL Fleet Fueling Facility David Knight 918-669-3183 AMERICAN ENVIRONMENTAL ASSESSMENT CORP. (AEAC 188 Long Island Avenue Wyandanch, NY 11798 Tel: (631) 586-2000 PRINCIPLE REFERENCES 2009 PROJECT NAME NATURE OF WORK AMOUNT OF CONTRACT NAME OF ENGINEER OWNER, OR ARCHITECT G.T.J. Bus Company Brooklyn, NY Remediation System Installation $534,000.00 PW Grosser Consultants Andy Lockwood 631-589-6353 Atlantic Aviation Farmingdale, NY Pump & Tank Work $625,000.00 Atlantic Aviation Shawn Rose 631-752-9022 Smithtown Schools Smithtown, NY Tank Removal/Installations Three Elementary Schools $661,224.00 H2M Engineers Doug Dunham 631-756-8000 Bayville DPW Bayville, NY New Fuel System $146,900.00 H2M Engineers Greg Davis 631-756-8000 Hewlett Bay Fire Dept Hewlett, NY New Fueling Facility $229,400.00 Hewlett Bay Fire Dist Vincent Carey 516-374-4280 Avis/Budget Group Flushing, NY Fire Suppression System Installation 153,890.00 Avis/Budget Group, LLC Philip Engle, Jr. 973-496-3500 Avis/Budget Group Albany, NY Bay Slab Replacement $45,330.00 Avis/Budget Group, LLC Philip Engle, Jr. 973-496-3500 Mobil Oil Co. Various Locations Tank Removals & Site Remediation $3,000,000.00 Kleinfelder Todd McArthur 631-218-0612 Unconvention Ctr Pier 94 NYC, NY Above Ground Fuel Tank Modifications $50,421.00 MMPI Mike Schreiber 312-527-7896 AMERICAN ENVIRONMENTAL ASSESSMENT CORP. (AEAC 188 Long Island Avenue Wyandanch, NY 11798 Tel: (631) 586-2000 PRINCIPLE REFERENCES 2010 PROJECT NAME NATURE OF WORK AMOUNT OF CONTRACT NAME OF ENGINEER OWNER, OR ARCHITECT Northport DPW Remove/Replace UST $138,900.00 Inc. Village of Northport Northport, NY Joseph Correia 631-261-2370 US Airways -LGA UST Removals $517,590.00 US Airways Flushing, NY Patrick Doismond 704-359-3149 Inc. Village of Patchogue Reconstruct Fuel $266,500.00 Inc. Village of Patchogue Patchogue, NY Dispensing Facility Patricia Seal 631-475-4300 Hicksville Fire District Fuel Tank Replacement $303,500.00 H2M Engineers Hicksville, NY Greg Davis 631-756-8000 Ridge Fire District New Diesel Fuel $208,000.00 Richard Shure, Architect Ridge, NY Dispensing Facility 631-924-2727 Talon Air Oil/Water Separator 73,800.00 Hangar Construction Farmingdale, NY Installiation Jay Baron 631-753-8881 x22 Mobil 17-D2V Remediation System $170,000.00 Kleinfelder, Inc. Brooklyn, NY Installlation Jesse Gallo 631-218-0612 Mobil 17 -TAD Soil Remediation $138,000.00 Kleinfelder, Inc. Brooklyn, NY Joel Adrian 631-218-0612 Wall Street Heliport New Fueling Facility $281,795.00 FirstFlight Heliports LLC NYC, NY Ron Ricciardi Northeast Airpark Avgas Fuel Farm $247,250.00 J.Petrocelli Construction Brookhaven, NY James Petrocelli US Coast Guard Station Replace Diesel Oil $138,342.00 Enfield Enterprises, Inc. Montauk, NY Storage Tank Daniel Eastman 413-788-2688 AMERICAN ENVIRONMENTAL ASSESSMENT CORP. (AEAC) 188 Long Island Avenue Wyandanch, NY 11798 Tel: (631) 586-2000 PRINCIPLE REFERENCES 2011 PROJECT NAME NATURE OF WORK AMOUNT OF CONTRACT NAME OF ENGINEER OWNER, OR ARCHITECT Former Tappan Terminal Soil Remediation & $450,000.00 Roux Associates Hastings -On -Hudson, NY Excavation Tracy Bispham 631-232-2600 Avis RAC - LGA Removal of UST Systems $48,000.00 TRC Engineers, Inc. E. Elmhurst, NY & Vehicle Fueling Facility Charles Gruder 212-221-7822 Wantagh Fire Station Install Dewatering $33,000.00 Wantagh Fire Department Seaford, NY System Bill Breslin 516-315-2877 Former BP S/S# 3679 Soil Excavation, Disposal $102,000.00 Antea USA, Inc. New Haven, CT & Backfill Services Zenas Bliss 800-477-7411 Former BP S/S# 60699 Installation of Sub -Slab $45,000.00 Antea USA, Inc. Brooklyn, NY Depressurization System Tim Fisher 914-495-9935 USA Petro Install USTs 144,200.00 Ceyhun Realty, LLC East Northport, NY Jason Erken 516-770-5045 NYC Transit Authority Hazardous Waste $66,000.00 F&S Contracting, Inc. Brooklyn, NY Disposal Jared Warshaw 718-445-9444 So. Huntington UFSD Fuel Tank Replacement $134,000.00 H2M Architects & Engineers Huntington Sta, NY Jenny Mulholland 631-756-8000 Brookhaven Nat'l Labs Service Contract $500,000.00 BSA Upton, NY Jody Mitchell 631-344-4127 Richmond Hill Housing Drywell Remediation $95,500.00 Richmond Hill Housing Richmond Hill, NY Alex Arker 516-277-9300 Stewart EFI NY, LLC Decommission $70,000.00 Stewart EFI Yonkers, NY Plating Shop Ralph Celone 860-449-3425 US Coast Guard Station Replace Diesel Oil $138,342.00 Enfield Enterprises, Inc. Montauk, NY Storage Tanks Mr. Jay Machaud 413-788-2688 BP Terminal Installation of Sparge $42,636.00 Antea USA, Inc. Inwood, NY Wells Tim Fisher 914-495-9935 Former BP S/S# 4364 Contaminated Liquid $110,000.00 Antea USA, Inc. Howard Beach, NY Disposal Tim Fisher 914-495-9935 AMERICAN ENVIRONMENTAL ASSESSMENT CORP. (AEAC 188 Long Island Avenue Wyandanch, NY 11798 Tel: (631) 586-2000 PRINCIPLE REFERENCES 2093 PROJECT NAME NATURE OF WORK AMOUNT OF CONTRACT NAME OF ENGINEER OWNER, OR ARCHITECT Atlantic Aviation Teterboro, NJ Fuel Farm and Transfer Station Upgrade $3,489,000.00 Atlantic Aviation Shawn Rose 631-752-9022 British Airways Terminal 7 JFK Airport Tank Removal and Replacement $726,200.00 British Airways Robert Evanchik 718-425-5576 Former Mobil Tappan Hastings -on -Hudson, NY Soil Cap for AOC1 $2,225,315.00 Roux Associates, Inc. Mike Ritorto 631-232-2600 Former Chevron Hastings -on -Hudson, NY Soil Cap for AOC2 $1,500,000.00 Remedial Construction Services Chad Evenson 281-955-2442 Former BP Terminal Hastings -on -Hudson, NY DNAPL Recovery, Lot Clearing, Waste Disposal 250,000.00 Antea Group Tim Fisher 914-495-9935 Former Mobil Terminal Greenpoint, NY Stromwater Plugging, Soil Disposal, Misc Work $250,000.00 Roux Associates, Inc. Chris Proce 631-232-2600 AMERICAN ENVIRONMENTAL ASSESSMENT CORP. (AEAC 188 Long Island Avenue Wyandanch, NY 11798 Tel: (631) 586-2000 PRINCIPLE REFERENCES 2094 PROJECT NAME NATURE OF WORK AMOUNT OF CONTRACT NAME OF ENGINEER OWNER, OR ARCHITECT Atlantic Aviation Atlanta, GA Jet -A Fuel Farm Expansion $390,000.00 Atlantic Aviation Glen Gross 631-752-9022 Atlantic Aviation Houston, TX Install New Fuel Farm $1,600,000.00 Atlantic Aviation Glen Gross 631-752-9022 Atlantic Aviation West Palm Beach, FL Repair Piping, Tanks Painting $140,000.00 Atlantic Aviation Glen Gross 631-752-9022 Delta Airlines -LGA Flushing, NY Install De -Icing Tanks @ Terminals A, C, D $550,000.00 Delta Airlines Steven Ferguson 734-247-5205 Delta Airlines -LGA Flushing, NY TAA G-2640 Electrical Work -Term C $209,000.00 Delta Airlines George Guillaume 718-316-3750 Port Authority -LGA Flushing, NY Diesel Fueling System ECHO Area $174,000.00 Sprague Energy Peter Hughes 914-328-6763 ADDENDUM NO.1 TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK SOUTHOLD FUELING FACILITY TO: ALL Contractors FROM; L.K. McLean Associates, P.C. DATE: November 10, 2014 Acknowledge receipt of this Addendum No. 1 by filling out and signing the attached form. The signed Addendum shall be attached to the Form of Bid. Failure to do so may subject the bidder to discs uglification. This addendum forms part of the Contract Documents and modifies thein as follows: Addendum Number 1 Clarifications / Ouestions: Question l: Specification page GC -7, item 11, calls for a temporary office trailer for use by the town. Please clarify if this trailer (and all services that go with it) will indeed be required. If indeed required, please provide a listing of all items to be furnished with the trailer. Response 1: No temporary office trailer will be used for this contract. If the contractor requires one for the own use it will be at no cost to the Owner. Question 2: Specification page GC -9, item 15, calls for temporary water and electric (for construction purposes) be supplied separately by the contractor. Please clarify if the contractor will be able to use on-site power and water from the town facility. Response 2: The contractor shall be allowed to use on site electric and water for construction operations. Question 3: Specification division 13, page 37 of 42, calls for the fuel carrier piping and fittings to be double - walled fiberglass. However, the drawings (item #18 on drawing 6) call for the piping to be double -walled steel. Please clarify. Steel primary with a fiberglass secondary is commonly used. However, if you insist on a double -walled steel design, please provide additional details and/or provide a system manufacturer that should be used. Response 3: All :rrrderground carrier piping shall be double wall FRP. All above grade piping shall be double wall pipe lvitli a steep pri»tar y arad a FRP secondar y pipe. Sizes shall be as per plans. ADDENDUM NO. 1 - Page 1 of 6 ADDENDUM NO.1 Question 4: Please confirm that LKMA will secure the permits and pay all fees for the work (as may be required by Suffolk County and Town of Southold). Response 4: AWDHS permit to construct and Building Permit has been obtained. The Contractor shall be responsible for coordination of and compliance with all permit(s) conditions. There are no fees anticipated at this point. The Owner will pay for the utility company fees (PSEG and National Grid). Question 5: Please confirm that the alternates for AST removals include the removal/disposal of the concrete slabs under each tank. Response S: The AST removals shall hichide the removal of the concrete slabs. Question 6: The 2,500 AST tank system by the police station includes an existing fuel dispenser. Please clarify the disposition of that dispenser, piping, and accessories. Response 6. The Town will keep all FuelMaster terminals that are not reinstalled on the nein system, Question 7: The written specifications state that the only acceptable manufacturer for the canopy will be Austin -Mohawk. Please clarify if that is the case or if other manufacturers will be acceptable. Response 7: The canopy shall be and or approved equal. Question 8: Please provide the gas header design, details. Response 8. Gas header design shall be as per National Grid Requirements. Question 9: Please confirm all utility accounts and utility company fees required for this project (gas and/or electric) will be paid directly by Town of Southold. Response 9: Electric - Contractor shall install concrete footing, vault, pad and bollards for PSEG transformer as per PSEG (LIPA) standards. PSEG to set transformer. Contractor sliall peiforrni pr•imaty and secondary connections. The contractor shall be responsible for all electric ivork front the new pole and on site including all conduit, cable and riser. Town shall pay for the new pole and for PSEG to energize the site as well as to set the new transformer. Any fees or pernnits required for the electric work outside of PSEG's work shall be paid for by the contractor. See appendix A of the Specifications for more information. ADDENDUM N0. I - Page 2 of 6 ADDENDUM NO.1 Gas -- National grid will be responsible for bringing the new gas service on site front the road to the gas header as shown on the plans (Paid for by the Town). The contractor shall be responsible to install the gas manifold and all required frttings as well as coordinate with National Grid All trenching and restoration will be the Contractor's responsibility. The Contractor shall perform the site demolitions required by the electric service trench and allow National Grid time to install the gas main. The Contractor shall not install any scheduled surfaces until after the gas service line has been installed. Question 10: What will be the pressure (water column) of the new natural gas service? Response 10: The water column for the 250 KWgenerator shall be 7.0-11.0 H2O. Question 11: Please confirm the drainage from the canopy will be spilled on grade, not connected to an underground pre -cast structure. Response 11: The water from the roof canopy shall be spilled on grade. No :underground drainage shall be included in this contract. Question 12: Please confirm the size of the proposed generator. Response 12: The generator shall be 250KJYsee attached specification. Question 13: Alternate #1 denotes a quantity of 4. If this alternate is accepted by the Town, will the total include all 4 units, or is it possible the town will select a different quantity? Response 13: If the Town accepts Alternate #1 it will include all 4 tanks. Question 14: It was stated that the underground electric to the existing fuel systems is to remain in place and operable during the project. As the exact locations of the underground electric lines are not currently known, how will the Town and engineer handle underground electric lines that may be in the way or damaged during the new work? Same goes for underground water, gas, drainage, septic, sanitary, & data-com lines. (Our bid price will include an underground utility mark -out at the start of the project.) Response 14: The Contractor shall tone out /mark out (lie underground utilities. The all existing utilities must remain protected until any proposed utilities are in place and the services to the existing buildings have been changed ADDENDUM NO. 1 - Page 3 of 6 ADDENDUM NO.1 Question 15: Cost Item #2 indicates that silt fence is required, but it is not indicated on the demo plan. Approx. how many linear ft of silt fence is included/required and where? Response 15: The Contractor shall be,responsible to provide all necessary soil and erosion control rneasia•es to eliminate any silt or sediment fronr going offsite or into any existing drainage areas. Question 16: Is there any asbestos survey for the shed to be demolished? If not, should Nye include the cost of this in our bid? Response 16: Any asbestos containing materials shall be abated by others prior to this contract work Question 17: The walls for the new utility building are indicated as both 4" thick and 6" thick concrete. Please clarify. Response 17: The ivalls for the Utility building shall be 6". Question 18: Specifications 13412 and 13413 (gas and diesel fill boxes) do not appear to be included in the bid package. Response 18: The Diesel and Gas fill boxes are called out on di -ravings 6 & 7. See 416 on the Tank Equipment list. It is also shoivn in detail on drawings 11 & 12. Question 19: The tank details indicate a 10" thick concrete pad is required - should we assume 10" thick concrete throughout the site for Cost Item #11? Response 19: The concrete pavement shall be 10" thick. Question 20: For the generator pad, the drawing indicates a concrete pad is required — is that on top of the 4" concrete slab that will be poured in this area? Response 20: The concrete pad for the generator shall be as per the manufacturers requirements as per drawing 0. ADDENDUM NO. 1 - Page 4 of 6 ADDENDUM NO.1 Question 21: Is the concrete portion of the electric/gas trench included in the 3,100 square feet of Concrete Pavement? That area is not marked on the Proposed Site Plan. Response 21: Yes. The concrete pavement for the utility trench is included in 3,100 SF of concrete pavement. Revisions / Insertions / DeIetions: 1. Insert Specification Section 16231- Emergency Standby Generator. 2. Insert Specification Section 13412 / 13413 — Diesel & Gas Fill Boxes. 3. Commencement of Work — The Contractor is allowed to begin work as soon as their contract is frilly executed. Delete any reference to the March 1, 2015 start date reference. The Contractor shall understand that the electrical service at the horse barn cannot be demolished until the new electrical service to the existing highway maintenance facility is established. The horse barn service feeds the maintenance building and the existing electrical tanks. The proper sequencing of this work is critical. 4. The automatic transfer switch shall be a 1,200 Amp End of Addendum Number 1 ADDENDUM N0. 1 - Page 5 of 6 ADDENDUM NO.1 The undersigned hereby acknowledges receipt of the following Addenda: Addendum No. I Dated 11-5-2014 Signature of person, firm or corporation making this Proposal: (Contractor) i � t e h� (Title) P.O. Address: �JY 1)-7gf Phone No.: 631 "6-7-00c) Dated: l l i ► The full names and address of all persons interested in the Proposal or principals are as follows: iName Address Y;;G� 1']'� 4ce:wob< �� L�,`k }�►��5 �� �1� J — ADDENDUM NO. 1 - Page 6 of 6 ADDENDUM NO.1 SECTION 16231- EMERGENCY STANDBY GENERATOR DESCRIPTION It is the intent of this specification to secure a stationary emergency generator system that has been tested during design verification, production and at the final job site. The generator set will be of the latest commercial design and will be complete with all the necessary accessories for complete installation as shown on the plans, drawings and specifications herein. The equipment supplied shall meet all the requirements of the National Electrical Code, along with all applicable local codes and regulations. It shall be a one -source responsibility for warranty, parts, and service through a local, representative with factory -trained serviceman. SUBMITTALS The submittal shall include prototype test certification and specification sheets showing all standard and optional accessories to be supplied, schematic wiring diagrams, dimensions drawings and interconnection diagrams identifying by terminal number, each required interconnection between the generator set, and the transfer switch. WORK INCLUDED Generator: Generac 250 KW, 3 Phase, Model SG250 Contact Rafael Valderrama, Generator Sales Engineer, General Power Limited, Inc. @ 888.769.3758 or rafael@genpowerusa.com. Or approved equal. The generator set shall be UT -2200 Listed. Any generator sets not meeting UL2200 will be unacceptable. The generator shall be mounted on a concrete pad as shown on the contract drawings and as per manufacturer's requirements. Generator Enclosure Generator Enclosure shall be a Level 1 Sound Attenuation Enclosure as manufactured by Generac or approved equal. Automatic Transfer Switch: Automatic transfer switches not intended for continuous duty or repetitive load transfer switching are not acceptable. The transfer switch shall be in a NEMA 1 Enclosure. END OF SECTION 16231- EMERGENCY STANDBY GENERATOR Addendum No 1 DIVISION 16 - Page I of 1 DIVISION 13 - SPECIAL CONSTRUCTION SECTION 13412 & 13413 — DIESEL & GAS FILL BOXES A. Fuel filling system B. Provide a grade level fuel transfer pumping system with spill containment; overfill prevention and automatic fill shutoff. This system shall be equal to a Simplex SMARTPUMP as supplied by Simplex, Inc., Springfield, IL. The SMARTPUMP shall be used for filling one aboveground Diesel storage tank and another unit for one aboveground GASOLINE storage tank. The SMARTPUMP is for use with class I or 11 liquids in a Class 1 hazardous environment. Gasoline unit shall have vapor recovery adapter. C. The SMARTPUMP shall be supplied installed outdoors upon a concrete pad at a location as specified elsewhere. The SMARTPUMP shall transfer fuel from a gravity tanker truck to the aboveground storage tanks via the pump system on -board the unit, as described below. The SMARTPUMP shall permit full draining of the truck delivery hose upon completion of fuel delivery. D. The SMARTPUMP shall include the following fittings and features: I. Steel, weatherproof, dual door lockable enclosure finished in white epoxy. 2. External stainless steel ground stud for attachment of delivery truck ground cable 3. 3 inch quick disconnect coupling for attachment of users delivery hose 4. Inlet shutoff manual valve 5. 20 gallon spill containment sump with drain to pump inlet 6. Outlet check valve 7. Outlet shutoff manual valve 8. 3 inch threaded fitting for attachment of outlet pipe to tank E. The SMARTPUMP shall include a motor driven high capacity fuel transfer pump as follows: 1. Pump: 300 GPM at 55 foot of head, 3600 RPM, cast iron, bronze fitted, carbon -ceramic / Viton mechanical shaft seal 2. Motor: Totally enclosed, fan cooled, Explosion -proof, 1.15 S.F., rigid base, 3600 RPM, 5 HP, () VAC, 3- phase F. The SMARTPUMP shall include an explosion -proof control system with overfill alarm and shutoff system as described beloAv. The system shall require an external source of AC power, 208/230/460, 3-phase. The control system shall include: 1. Type 7 rainproof enclosure with bolted, gasketed access door. 2. Level sensor assembly with 90 & 95% point level sensors 3. High visibility red alarm light: 90% level; stop fill 4. High visibility red alarm light: 95% level; danger overfill Addendum No. 1 DIVISION 13 - Page 1 of 2 DIVISION 13 - SPECIAL CONSTRUCTION 5. High visibility red alarm light: tank leak (optional) 6. Auto pump shutoff at 90%; auto pump lockout at 95% and on detection of tank leak 7. Override circuit and 30 second timer to permit override. of 90% shutoff to allow pump -out of delivery hose or pump -out of spill containment. 95% and tank leak lockouts cannot be overridden. 8. 90 -dB audible alarm horn activated by 90%, 95% and tank leak conditions. Alarm silence push button. 9. Control power ON-OFF switch and power available indicator 10. Panel illumination lights and control switches of industrial, explosion -proof type 11. Main power key operated control switch 12. Transfer pump motor starter with overload relay 13. Control power transformer for 120 VAC operation of controls 14. Control power fuses 15. Remote alarm contacts G. The SMARTPUMP shall be constructed in a fully enclosed cabinet with lockable, double -door access, 20 -gallon spill containment sump area and manual hand pump for clean up. H. The SMARTPUMP system shall be supplied with manufacturer's 1 -year all -parts, all -labor field service warranty. I. The SMARTPUMP system shall be supplied with the services of a factory authorized or factory based field service technician to provide start-up services, including inspection, calibration and first operation. Startup and training shall be done by Critical Energy Services (973-296-8077). J. This system shall be a Simplex SMARTPUMP, model "SP3XP-182" for diesel unit and "SP-3GV- 182" for gasoline unit as manufactured by Simplex, Inc., 5300 Rising Moon Road, Springfield, ll, 62711.217-483-1600. END OF SECTION 13412 & 13413 — DIESEL & GAS FILL BOXES Addendum No. 1 DIVISION 13 - Page 2 of 2 0 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifie u er oath the truth and correctness of all statements and of all answers to inogatories here of r made. SUBMITTED BY: A Corporation ��G A Partnership or Entity FIRM NAME: f "� /-t �ti ' An Individual PRINCIPAL OFFICE-// PRINCIPAL OFFICERS: BACKGROUND TITLE J� DDRESS , , J PROFESSION/TRADE P� /7 1. How many years has your organization been in business under its present business name? 0 C::�/l 2. You normally perform what percent of the work with your own forces? ;70 % . . . • 0 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. N0 QS -1 L • 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts wit hin the last five years? If yes, please provide details. /� /0 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 -76 • 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 Wor • • • • 0 �54(4,101C- L i �J✓� 5� tyw J�/" do� r s� � X� k1ZDAU---i 000 3, 6100 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 • p • 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? • q,� 10. Bank References: `,7 • • • • 0 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? WO QS -3 0 0 P: • 0 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. 9011,) ,4 � -C/-- STATE OF N Y ) COUNTY OF 5 G) /' I'D Z, r- h ) 1C /� N�. being duly sworn deposes and says thatrhe is the /LP15 b ti of 17N 6 US i /�1 e /-6"entractor 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 ay of �kO1 Notary Public Commission Expiration Date: THERESA PSALTIS DANGELMAIER Notary Public, ubli 1 DA4968f N8 w York Quaiiticd in Suffolk County Commission Expires July 30, 2 QS -4 Itemized Proposal for: Highway Department - Southold Fuel Dispensing Facility Town of Southold Highway Department Bid Date: November 13, 2014 LKMA #: 13108.000 ITEM NO. ESTIMATED DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS Grp P I Con 'tion obit' ati �� � 2 0i fir _� AV Dollars 2 1 Site Preparation for Sl' - / X %1P,y Ve &V GIV/ r /h /LS r� c Asti Dollars Cents molitions and Removals 3 1 for �� D /LS Dollars Cents 4 1 UnclassifA Excavati n & Grading 140 � / A�0 for /LS Dollars Cents 5 44 r e Filled ,Bollards � for /EA ✓ % LTJ i� Dollars Cents 6 1 Complete Installation oofAbov and 8,000 Gallon Gas Tank -! / for �Q / a /EA Dollars CentsOP 7 1 Completeon Aboveg nd ,000 Gallon Diesel Tank �t / for V,0727/EA 1 Dollars Cents SPY for f'7� /u o /LS to g vt Dollars Cents PF -1A Itemized Proposal for: Hinhwav Department - Southold Fuel Dispensing Facility Town of Southold Highway Department Bid Date: November 13, 2014 LKMA #:13108.000 ITEM NO. ESTIMATED QUANTITY DESCRIPTION OF ITEM (Fill in Unit Price Written in Words) UNIT BID PRICE EXTENDED AMOUNT BID DOLLARS CENTS DOLLARS CENTS 9 1.800 nn Concrete Slabs for G�4h Q / 1 0 /SF o j Dollars Cents 10 200 q Concrete Curb ,(�j for I W 8 . _" 4lLF > is 93- Dollars Cents 11 3,100 Concrete Pavement (,�, t �0 for /SF ! W ollars Cents 12 700o/y Full Depth RCA Pavement Jt t / a✓ for N 0 /SF ((( 24-00 Dollars Cents 13 Depth Asphalt Pavement 600 p}�F/ull " _� for -' ' ( t o /SF �/(J •/ 000 Dollars Cents 14 1 �,,`Dispen islan ,1 for e(� 1 _' D { N /Lg "� •fi O t �� O� ! Mars Cents 15 1 Utilitying on to foundatio .:] G' / G /LS Dollars Cents 16 1 /J �( �y,Concre Wali &Food _ �(�'n� rt � 000/ for f /LS Dollars Cents PF -2A �► it �l Ii • • • 1 • • • 411 Hinhway Department - Southold Fuel Dispensing Facility Bid Date: November 13, 2014 Itemized Proposal for: Town of Southold Highway Department LKMA S: 13108.000 ITEM NO. ESTIMATED QUANTITY DESCRIPTION OF ITEM (Fill in Unit Price Written in Words) UNIT BID PRICE EXTENDED AMOUNT BID DOLLARS CENTS DOLLARS CENTS 17 1 New as 8 50 Natural Gas Generator � A for d %'�ipv�(Gj P /�/!7 . �g ,, �0y) (1v' 1 t / Dollars Cents 18 1 New E c Service )�1 for �,�,/t 4lixg iV q /LS��w" � 1 �(�� go O / Dollars Cents 19 1 Fire Sup ion & Signage r a for /LS Dollars Cents 5l evn / 20 3 ba ;nment of Monitoring Wells for L � )e &7r 'V0 r /EA -/6)e Dollars Cents TOTAL BID Items (Add All Items) ` Ad OoAl Dollars Cents WRITTEN IN WORDS (umerically) NOTE: The Town of Southold reserves the right to increase, decrease, or sihninate in its entirety any or all items prior to or after award of the bid. ALT 1 4 1,000 Gallon Tank Removal, and SCDHS � +� l e A V for for /EA Dollars Cents / t12'0 ALT 2 1 2,500 Gallon Tank Removal, and SCDH8 Inspections� for --} ��''/ -Tt 0P /Vd /EA 50V Dollars Cents PF -3A 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: T�- �► Avlc�re A Corporation FIRM NAME: —LS Ct t,1d Pl,U.1�lp `��.Ll,k �OI(�� o rft4i*i4 ,, L PRINCIPAL OFFICE: 4o bov `e /+ L, � Fas-- dor 4t OoV -, QV 11731 PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE (62- S�ou.,1 �{vv(1O� d� C�✓. �xuJ� i�t�Gcasse�- ,(' pvvjecPt-tr, sik sapAl-, elecu fi'''e vg,,,r 1. How many years has your organization been in business under its present business name? 30+- 1ta-f5 . 2. You normally perform what percent of the work with your own forces? 9c) List trades that you organization normally performs below: 4 d#CISC4S Gv V"ilv1 -a° ■I 3. Have you ever failed to complete any work awarded to you? NO . If so, note where and why. 4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. No) Ido rn e - QS -1 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 Cqpaciiy Wrea. Cort �Jp ExecwhVe� P,%�c� VVIC) SQL E&V,'So�r �olnr, Ned,);Gk Aq-ek m, -�J 1�( (iii Cc,L1S� vlGfiO�t �'e �o a 2s QAC-�,n i-r- �� yV ecf ��1� 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? yes 10. Bank References: 7 Fv a (U) 00 +1 Kq M" <SLA'VaAk 6a-3)( gw c(ovo 11. Trade Association Membership: PET 'F/"4,4 3 LVCJ 26v S k4l K Co ��+s%L� � � � Ofr'c� �� L oc�Q 2S NasScu� 6O F ve ka.a/-5� 12. Has your firm ever been invest ated 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 Highway Department - Southold Fuel Dispensing Facility Itemized Proposal for: Town of Southold Highway Department Bid Date: November 13, 2014 LKMA #: 13108.000 ITEM NO. ESTIMATED QUANTITY DESCRIPTION OF ITEM (Fill in Unit Price Written in Words) UNIT BID PRICE EXTENDED AMOUNT BID DOLLARS CENTS DOLLARS CENTS 1 1 General Conditions & Mobilization r forSQ��i��1 1'1V�e uS Six "t� �1� LS / c 75jlO✓� _ Ilars Cents 2 1 Site Preparation `nett- ��ScL,,4 for /LS �9%�ODD p� lot Jpp 0D Dollars Cents 3 1 Demolitions and Removals for IVl-t r �"�/ SG.1�l_� /LS -JO I O DO 00 JOS ODD 0 D ollars Cents 4 1 Unclassified Excavation & Grading for �� , ��I�u�s-a,4,4 /LS a20' ODQ 00 'W it DCp 0-0 Dollars Cents 5 44 r`�//Concrete Filled B,_olla-rid-s. for 1'IvQ LLv�LI.Y,e C ti 4 �� !EA 00 /1 �z, !�� /Cib oL Dollars Cents 6 1 Complete s4� �2�' Installation of Aboveground 8,000 Gallon Gas Tank for 0"t- VI �i`ye �i1,c,o� /EA �7S D©� ► C'� ��s OOD � Dl� Dollars Cents 7 1 Complete Installation of Aboveground 8,00000 Gallon Diesel Tank for fl �J `J — I ve `' —'N /EA `` 1 5 �0� / I 0� 77(odl� �!� Dollars VCents 8 1 Fuel Canopy for �-�''�/ W`�' �' """ "4'p� ,/LSA 0 b0 aD 5f� 000 t0 Dodars Cents 4Q o11:11"W ��OIJft East Northport, NY 11731 Phow e31-482,2=6 Fax' 631-462-6434 PF -1A 0 Highway Department - Southold Fuel Dispensing Facility Bid Date: November 13, 2014 Itemized Proposal for: Town of Southold Highway Department LKMA #: 13108.000 ITEM NO. ESTIMATED DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS Concrete Slabs 9 1,800 �ll for /SF 00 tcoo 00 Dollard Cents Concrete Curb 10 200 � { , for —I i /LF l� D ("p, Coo co D Ilars Cents Concrete Pavement 11 3,100 for /SF 2i� `� 1©uo E)O Dollarsk3 Cents Full Depth RCA Pavement 12 700 for 0 /SF '1 �' -2, i Dollars Cents Full Depth Asphalt Pavement 13 600 - for V 1 V\.� /SF Dollars Cents Dispenser Island 14 1 y� for 'Iw (W �Ct-LLG� — /LS �C� l CC 00 3011000 Dollars Cents 15 1 Utility Building on concrete foundation for ,""° (-ls —+ /LS S�`O�� o� C J�lCOD o -D Dollars Cents Concrete Sound Wall Footing 16 !,.7. "Tank 1 �& for cj�l�K. ` ,pt�l S'�'�� 1 �^ /LS �j O co or) 7, oov oo Dollars Cents +v (;Ourt EAgt rt, IVY 11731 PF - 2A Phone: 831-4W-2226 Fax: M1 .4W-6434 Highway Department - Southold Fuel Dispensing Facility Itemized Proposal for: Town of Southold Highway Department Wand F Bid Date: November 13, 2014 LKMA #: 13108.000 ITEM NO. ESTIMATED DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS 17 1 New Gas Service & 250 KW Natural Gas Generator (0O O V O for VI.Ll V� 0`.'�1 l • /LS r `v" 1 V Cc CC) ) Dollars Cents New Electric Service 18 1 ()VV— u�l `•F� `fes I Q C00 v L-) I l o' coo cc) for V`' /LS 1 Dollars Cents Fire Suppression & Signage 19 1 for i eA, �+ /Ls �JB��ODD DD $� o0o �D ollars Cents 20 3 AbandonmentofMonitoring Wells for �Ve t,i44f eG /EA �V Dollars Cents TOTAL BID Items (Add All Items) Otie �nt11io Sey six saci �o I�,�.�,�dy d a doljr,�e () 071v �L.s® Dollars Cents (Numerically) WRITTEN IN WORDS NOTE: The Town of Southold reserves the right to increase, decrease, or eliminate in its entirety any or all items prior to or after award of the bid. 1,000 Gallon Tank Removal, and SCDHS ALT 1 4 Inspections f 41 -LC '4AA Ave � ld.V� C J 6-o 4,5-6-o for - Q /EA Dollars Cents 2,500 Gallon Tank Removal, and SCDHS DOy16�G`gJft 1 ii,A� -- �� Inspections/ �V� Y -t 1 V Q � L"'% J ETj 57C)'D � for /EA Dollars Cents EffiI Phone:631-482,2M- Fax: s, .LSM rLAAAA E ( '�Awt,dt G92, PF -3A ry-& -K D; Aid rer , 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. r 't✓I�tGiCiQ Ih�v✓Vt� nt� LJIll � � laelE I -c We 4'Pa/'`'`_- Iocd STATE OF °et Yo,,(K COUNTY OF 5 u��l K T"r�,%c Pt /%+ctulci being duly sworn deposes and says that he is the $ IcCe-" of r5la-t RVAP 4 T RK CpTpntractor and that answers to the foreg ing questions and all statements there n contained are true and correct. (Signature of person who signed bid) Sworn to before me this 13 ` day of201y Notary Publics Commission Expiration Date LISA M. SAWICKI NOTARY PUBLIC, State of New York No. 01SA6215740 Qualified in Suffolk County Commission Expires QS -4 L.K. MCLEANASSOCIATES, P.C. CONSULTING ENGINEERS 437 South Country Road, Brookhaven, N.Y. 11719 Phone (631) 286-8668 Fax (631) 286-6314 LllitlA To: All Recipients From: Matthew Frascinella Co: Pages: 9 (including coversheet) Fax: Date: November 10, 2014 Re: Southold Fueling Facility CC: Addendum No. 1 X Urgent ❑ For Review ❑ Please Comment X Please Reply ❑ Please Recycle • Comments Once you have received this please check the box and fax back to (631) 286-6314. Please include a copy of this form with your bid submission. Thank you for your cooperation. I have received Addendum No. 1 regarding the Southold Fueling Facility. Company Name:lt �j�L�aaLkCf" Authorized Signature: lr`RWL-q Date: 11/1l-/ • Town of Southold 'S OUALIFICATION STA' The signatory of this questi¢nnaire certi9f s under oath the truth and correctness of all statements and of all answers to int ogat es e etnaf er %ine. / SUBMITTED BY: 114, A Corporation is n A Partnership or Entity FIRM NAME: NPI1r0 0nsouci)or 00 An Individual PRINCIPAL OFFICE: 66-t PA I(L Si� O�Amej, N q (0"'—'>,2 • PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE /J n aQeSid r�T Vir14'VIT- prAp�i�D y0#1 io7oi 1. How many years has your organization been in business under its present business name? • (0c) --v y ecx 2 s 2. You normally perform what percent of the work with your own forces? %0 % List trades that you organization normally performs below: • :>% \ c WOCIV, 3. Have you ever failed to complete any work awarded to you? �o . If so, note where and why. U 4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding • against your firm or its officers? If yes, please provide details. t4o • QS -1 0 11 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes, please provide details. No 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone # Telephone # Amount Complete Completion 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 0 S�Z N'Zc-r-A,u,qv,%`N1� �s • • • QS -2 • • 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? „( J `1 b E • QS -3 0 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 l; I ou vNT (2- P t �D Scte \/I & ( —s 6�/oW K- IP Poo& V1 (I CA ���C. oq )� as ��-c � ��s��s P" �+ • INC)a4us o�t�CR- D+ 3S PuCjroll , s& ,3,11�� %tea. VVL `_�`�t.►.n, Tield Sc�. �z j05SO-P/c,p �r.5 1'Oseu�A-eJ 011 5 1.4 bauA Sq 3 o U-� P"t CAP C-Y-� L4; h AtrL Fai . • 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: T JuGtei�,,�ast�A ! G��� 331 (0 v T2us cry Qark - ���, o �jc�uA (01►`i '7 - -1133 • 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? „( J `1 b E • QS -3 0 9 • • Ll 0 0 • 9 0 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 KeUNJ 1,UrI` ) COUNTY OF Pu , -O u m ) theof answers tb the forewiu ciues ions and ; (Signature of person who signed bei �g duly sworn de p ses and says that he is D �, n s( L(� C�1Gc�0') T contractor and that ents therein contained are true and correct. Sworn to before me this 12 day of Iyc� , 201 Notary Public Commission Expiration Date: RENO CALDARELLA NOTARY PUBLIC -STATE OF NEW YORK No. O1 CA6179665 Qualified In Putnam County My Commission Expires December 81, 2015 QS -4 Hiahway D@Dartment - Southold Fuel Disoensina Facility Itemized Proposal for: Town of Southold Highway Department Bid Date: November 13, 2014 LKMA 0:13108.000 ITEM NO. ESTIMATED DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS General Conditions & Mobilization 1 1 fork N 1-s(23 /LS $Q 000 00 $ojcoo Co Dollars Cents Site Preparation 2 1 for 1C.4Vk S�t►) Z={Lt7 /LS (30 >C�C�� Dollars Cents Demolitions and Removals 3 1 for FO tib 6lCJl�� `1'kXJ5J�1t' Z � /LS � 6 ,) 4 �) c7•�� co Dollars Cents Unclassified Excavation & Grading 4 1 for,wm C; ,,�V%W)jSAK oto,:. IAJ!gUq 601 Zia 1,2)) 1 D(7 G t 3b., k;;,o 00 Dollars Cents Concrete Filled Bollards 5 44 for SSVZtA %x.,jn0qA) Fk F -^i Zs 3 /EA 75 JQ 33A 0`117 00 Dollars Cents Complete Installation of Aboveground 8,000 Gallon Gas Tank 6 1 fad ��o+OQ.c F�F�sKt`l f�i►NN7 ZZ Ina /EA Dollars Cents Complete Installation of Aboveground 8,000 Gallon Diesel Tank 7 1 for'r,63c, ZZQ11 /EA ZCK��aX7 00 Dollars Cents Fuel Campy s 1 ���� �SANl7 7�s4.�7 /LS for j0 �u 1 � 00 %,0Q) 00 Dollars Cel A 11 0 Itemized Proposal for: Highway Department - Southold Fuel Dispensing Facility Town of Southold Highway Department • i • Bid Date: November 13, 2014 LKLIA 8:13108.000 ITEM NO. ESTIMATED DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS Concrete Slabs 9 1,800 for �wsN� ��V� ZZO ZS C*S�L7 C� /SF Dollars Cents Concrete Curb 10 200 forONy W-RA92e2 fcM Z4R,'3 /LF Dollars Cents Concrete Pavement 11 3,100 for---,W&-K" TWO Z--(ZCI /SF 7.7.. O� (per)Za3 oo Dollars Cents Full Depth RCA Pavement 12 700 for Spic UiLo /SF (.o 00 4,Z'Do CAD Dollars Cents Full Depth Asphalt Pavement 13 600 for E t—SV=t-k Z�� /SF 00 (,(.003 00 Dollars Cents ' Dispenser Island 14 1 `CWo *I)tA i7 ZA1,1 /Ls 2J �'LOJ cep 20 ,2JJ' O '� Dollars Cents Utility Building on concrete foundation 15 15� for S44%,k" n.4 \G. %JQW ZAGS -71) Sly OQ -T 2 , �© Dollars Cents Concrete Sound Wall 8 Footing 16 1 for 1�Xf8.$!k 'C*"!JS!►Hi Z0.0 /LS \k9 jejm OQ� Dollars Cents Highway Department - Southold Fuel Dispensing Facility Itemized Proposal for: Town of Southold Highway Department • 0 0 Bid Date: November 13, 2014 LKMA S:13108.000 ITEM NO. ESTIMATED DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS New Gas Service & 250 KW Natural Gas Generator 17 1 fordR4,G W3!o�" �94stk" VWc nS �`2d?/AS 115, QN"*) Oli v son w Dollars Cents New Electric Service 18 1 for_ G(t��yi Nj7 � /LS c7V) at�.� �� . 00 Dollars Cents Fire Suppression & Signage 19 1 t4� for iO� ��LP� t�*� �%Jc`�.t�i Z1414 /LS 640)'tW �� `("' ) Dollars Cents Abandonment of Monitoring Wells 20 3 for *lav -t �`�� 7-4 /EA 2' 2 TO C of Cents TOTAL BID Items (Add All Items) b *ks JtLa w ek r�c�A,�1 Sia r Sp*+? Fy \"w r 7 - CqZ t 2 4 0 (Numerically) Dollars Cents T WRITTEN IN WORDS NOTE: The Town of Southold reserves the right to increase, decrease, or eliminate in its entirety any or all items prior to or after award of the bid. 1,000 Gallon Tank Removal, and SCDHS Inspections ALT 1 4 for fsA�'#►Y -Z�7 /EA i � Z q.) ©0 Cents 2,500 Ga llon'Tank Removal, and SCDHS inspections ALT 2 1 for IE V3\A ZZ{%'.� /EA Dollars Cents OF PF -3A NOV-10-2014 17:12 FROM: The ul JersIrgacd hereby aclkn� AddendumIN( Signa re of person, nn or c P.O. j ddre"ss-, 161 -DI TO:8458782555 P.7/10 I i I ADDENDUM NO. I me cipt of the following Addenda: Dated 11-5-2014 ?Nq%v�o (Titic) this P tAy 0S Phoni No. . The f U names and add Name 6Tb - Z�50 Dated: VL aok of all persons interested in the Propouil or principals are as follows: Addresc ,L7, tAV --(L S MkAYAI� ?N91vto JA 1 ADDENDUM NO. I - Page 6 of 6 'OV -10-2014 17:11 FROM: L.K. cl ' t i I i ASSOClATEs, AC TO:8458782555 L K it% A Cults TING ENGINEERS 437 S uti>ICountry Road, Brookhaven, N.Y. 11719 Phon (63'1) 286-8668 Fax (631) 286-6314 I To: II Recipients I From Matthew Frascinella CO: Fax: Re: No. Paris: 9 (including coversheet) gate: November 10, 2014 I Facility cc: i X first ': ❑ Per Revie v �] Please Ca meat x Please Reply ❑ Please Recycle e Once (631) u have received this please check the box and fax back to i 86'6314. i nclude a copy of this form with your bid submission. ou for your cooperation. i ve ieceived Addendum No. I regarding the Southold. Fueling Facility. InyName: izdd Signature: i Date: A-/1lA-4—t P.1/10 Work On Hand 1. Contract Amount: $ 820,000.00 Class of Work: Removal/Upgrade/Replacement of City Owned Heating Oil Tanks Capital Project PW348-62 Package 621E Percent Complete :15 Contact: URo Engineers; Anthony Caggiano; (516)938-5476 2. Contract Amount: $ 680,000.00 Class of Work: Removal/Upgrade/Replacement of City Owned Heating Oil Tanks Capital Project PW348-62 Package 62/13 Percent Complete Aff Contact: URo Engineers; Anthony Caggiano; (516)938-5476 Papitto Construction Co., Inc. P CNN-v>v'h=TC A NYC DDC Capital Project PW348-54 Package 54/F LiRo Engineers Inc. As CM Upgrade, Replacement or Decommissioning of Storage Tanks and Remediation of Contamination at Various Locations D N`Y — Qum 5A Garage; Maspeth, Queens, NY Contract Amount: $1,840,650 NYC DEP Contract: CAT -387G Job Order Contract for the Catskill District — General Various Locations Contract Amount: $ 3,000,000 NYS OGS Project No. 43679-C Construction Work — Fuel Tank Modification And Environmental Remediation Program Southern Region — Various Facilities Contract Amount: $ 5,392,235 NYC DDC Capital Project PW348-51 Package 51/T18 LiRo Engineers Inc. As CM UPBS Replacement or Decommissioning of Storage Tanks and Remediation of Contamination at Various Locations NYPD — Harbor George, College Point, Queens, NY NYC Parks — Orchard Beach, Bronx, NY Contract Amount: $1;245,000 NYC DDC Capital Project PW348-51 Package 51/T15 Lino Engineers Inc. As CM Ups, Replacement or Decommissioning of Storage Tanks and Remediation of Contamination at Various LocationJamatca, Queens, NY DSNY — Queens 13 South Garage, Brom DSNY — Bronx East 6/6A Garage, Queens, NY DSNY — Queens 11 Garage, Oakland Gardens, Q Contract Amount: $1,475,000 Papitto Construction Co., lnc. Town of Hempstead - Frank Sparacio (516)481-7110 Sanitary District No. 6 Site improvements & Rehabilitation of Fueling System West Hempstead, NY Completion Date: 7/2011 Contract Amount: $917,368 NYC DDC/LiRo Engineers Inc. NYC DDC: Ruben Olmedo (718)391-1062 LiRo : Anthony Caggiano (516)938-5476 Removal and Replacement of1 u Storage Tank Systems NYPD — Harbor Charlie; Brooklyn, Capital Project PW348-51(51/T8AP�o�t :$1,093,000 Completion Date: 7/2010Contract R. Lauren Design Studio Marty McGrath (914)232-3858 Install Three Gasoline and Two Diesel' Storage Tanks Katonab'.NY Contract Amount: $125,497 Completion Date :12/2009 -1062 NYC DDC/LiRo Engineers Inc. NYC DDC: RubmOlmedo (718)391 LiRo : Anthony Caggianoo (516)938-5476 U Replacement or Decommissioning of Storage Tanks and Upgrade, p on at Various Locations (for DSNY) Remediation of Contaminate Brooklyn, NY and Bronx, NY Capital Project PW348-51(51/T4 Package) Completion Date :11/2009 Contract Amount: $1,418,553 NYS OGS Chun Wong (212)961-4406 provide New 4,000 Gallon Above Ground #2 Fuel Oil Storage Tank; Building No. 2 West, Boiler Room Edgecombe C.F., Bronx, NY Project M2811 -H Contract Amount: $212,717 Completion Date: 10/2009 2 sale N -Ah -I n c. NC Q) Maryknoll Fathers and Brothers Peter Murray (914)941-7590 Sewage Ejection System — St. Teresa Residence Maryknoll, NY Completion Date: 8/2009 Contract Amount: $361,400 NYS OGS Daniel Blair (518)473-6939 Tank Modification Program, OGS Regions 1, 2, 3 and 4 Various Locations Project 42525C Completion Date: 10/2008 Contract Amount: $4,544,171 Maryknoll Fathers and Brothers Peter Murray (914)941-7590 Install Two 12,000 Gallon Under Ground Fuel Oil Tanks — Walsh Bldg. Maryknoll, NY Completion Date: 9/2008 Contract Amount: $333,839 Contractors Register James O'Malley (914)245-0200 Construction and Contractor for CM for 30,000 SF Office Building Associated Site Work Jefferson Valley, NY Completion Date: 6/2007 CM Wo k contract tAmt. $11,000,000 3 7000 000 Site NYC DDC/PMS CM Corp. NYC DDC : RubenOlmedo (718)391-1062 pMS : Harry Takomian (914)262-2643 Install Fuel Oil Tanks @ DOS 12 and DOS 6 Garages Brooklyn, NY and Manhattan, NY Capital Project PW349-35 Completion Date :12/2006 Contract Amount: $1,000,000 NYD DDC/LiRo Engineers Inc. NYC DDC : Ruben Olmedo (718)391-1062 Lino : Anthony Caggiano (516)938-5476 Randalls Island FTA#6 Under Ground Storage Tanks Randalls Island, NY Capital Project PW348-32 Contract Amount: $889,000 Completion Date: 8/2006 P,V1Z z%"'z lb ( I) RICHARD M GENOVA CPA, PC CERTIFIED PUBLIC ACCOUNTANT 1 55 GARTH ROAD, SUITE A SCARSDALE, NEW YORK 10583 RICHGCPA-WAOL.COM 91 4-723-8236 FAX 723-8487 Shareholder Papitto Construction Co., Inc. Carmel, New York I have reviewed the accompanying balance sheet of Papitto Construction Co., Inc. as of December 31, 2013 and the related statements of income and retained earnings and cash flows for the year then ended. A review includes primarily applying analytical procedures to management's (owner) financial data and making inquiries of company management (owner). A review is substantially less in scope than an audit, the objective of which is the expression of an opinion regarding the financial statements as a whole. Accordingly, I do not express such an opinion. Management (owner) is responsible for the preparation and fair presentation of the financial statements in accordance with accounting principles generally accepted in the United States of America and for designing, implementing, and maintaining internal control relevant to the preparation and fair presentation of the financial statements. My responsibility is to conduct the review with Statements on Standards for Accounting and Review Services issued by the American Institute of Certified Public Accountants. Those standards require me to perform procedures to obtain limited assurance that there are no material modifications that should be made to the financial statements. I believe that the results of my procedures provide a reasonable basis for my report. The supplemental information accompanying these financial statements is for supplemental analysis purposes and has not been audited or reviewed. Scarsdale, New York April 30, 2014 r PAPITTO CONSTRUCTION CO., INC. BALANCE SHEET DECEMBER 31, 2013 Current Assets Cash $ 747,578 Accounts receivable 770,995 Loan - other 5,000 Inventory 15,700 Prepaid expenses 19,805 Costs and estimated earnings in excess of billings on uncompleted contracts 107,478 Total Current Assets $ 1,666,556 Property and Equipment Vehicles and equipment 2,041,020 Less accumulated depreciation 1.575x,572 Total Property and Equipment 465,448 Other Assets Security deposit 100 Total Other Assets 100 TOTAL ASSETS $ 2.132,104 See Accountant's review report and accompanying notes. -2- RICHARD M. GENOVA CPA, P.C. PAPITTO CONSTRUCTION CO., INC. BALANCE SHEET DECEMBER 31, 2013 • • P Current Liabilities Accounts payable $ 329,790 Bank line of credit 192,032 payroll tax 10,347 Loans - equipment (note) 65,437 Loans - officer 30,016 Billings in excess of costs and estimated earnings on uncompleted contracts 0 Total Current Liabilities $ 627,622 Long -Term Liabilities Loans - equipment (note) 66,209 Total Long Term Liabilities 66,209 Total Liabilities 693,831 Stockholder's Equity Common stock 10,000 Paid -in capital 220,000 Retained earnings 1.208,273 Total Stockholder's Equity 1,438,273 Total Liabilities and Stockholder's Equity $ 2.132.104 See Accountant's review report and accompanying notes. -3- RICHARD M. GENOVA CPA, P.C. PAPITTO CONSTRUCTION CO., INC. STATEMENT OF INCOME AND RETAINED EARNINGS FOR THE YEAR ENDED DECEMBER 31, 2013 Contract Revenue $ 4,148,966 Direct Costs 3,272,186 Gross Profit 876,780 General and Administrative Expenses 807,785 Operating Income 68,995 Other Income and Expense Insurance refunds 16,385 Interest Income 313 Interest Expense ( 111368) Total other Income and (Expense) 5.330 Income before Income Taxes 74,325 Income Taxes (note) 3,006 71,319 Net Income Retained Earnings - Beginning of Year 1,136,954 Distributions ( 0) Retained Earnings - End of Year $ 1.208.273 See Accountant's review report and notes to financial statements -4- RICHARD M. GENOVA CPA, P.C. PAPITTO CONSTRUCTION CO., INC. STATEMENT OF CASH FLOWS FOR THE YEAR ENDED DECEMBER 31, 2013 Cash Flows from Operating Activities Net income Adjustments to reconcile net income to cash provided by operating activities: Depreciation Decrease) in accounts receivable (Increase) in inventory Decrease in costs and estimated earnings in excess of billings on uncompleted contracts Decrease) in prepaid expenses Increase in accounts payable Increase in payroll taxes (Decrease) in billings in excess of costs and estimated earnings on uncompleted contracts Cash provided by Operating Activities Cash Flows from Investing Activities Purchase of vehicles & equipment Cash (Used) in Investing Activities Cash Flows from Financing Activities Bank line activity Loan - officer Loan - other Payments of equipment loans Cash (Used) in Financing Activities Increase in Cash Cash - Beginning of Year Cash - End of Year $ 71,319 74,333 99,255 ( 475) 5,058 3,085 29,561 10,347 ( 3,365) 92,044 ( 34,060) ( 5,000) ( 94,980) $ 289,118 ( 0) ( 41,996) 247,122 500,456 $ 747.578 See Accountant's review report and accompanying notes. -5- RICHARD M. GENOVA CPA, P.C. PAPITTO CONSTRUCTION CO., INC. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2013 SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES: The following is a summary of significant accounting policies followed in the preparation of these financial statements. The policies conform to generally accepted accounting principles and have been consistently applied. Accounting Basis for Recording Income Profits on long-term contracts are recorded on the basis of the Company's estimates of the percentage of completion of individual contracts commencing when progress reaches a point where experience is sufficient to estimate final results with reasonable accuracy. (Accounting: Cost to cost accrual). That portion of the total contract price is accrued which is allocable on the basis of the Company's engineering estimates of the percentages of completion to contract expenditures incurred and work performed. As these long-term contracts extend over one or more years revisions in cost and profit estimates during the course of the work are reflected in the accounting period in which the facts which require the revisions become known. Profits on short-term contracts are recorded on the substantial completion of each contract. At the time a loss on a contract becomes known the entire amount of the estimated ultimate loss on both short-term and long-term contracts is accrued. Accordingly, at December 31, 2013 $ 0. has been deferred on individual contracts where the percentage of this total contract billed exceeded the percentage of the total costs incurred to December 31. For the same period $107,478 has been recognized on individual contracts where the percentage of total costs incurred exceeded the percentage of the contract billed to December 31. -6- RICHARD M. GENOVA CPA, P.C. PAPITTO CONSTRUCTION CO., INC. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2013 SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES (CONTINUED): The fixed asset accounts are carried at cost. Major additions and improvements are charged to the property accounts, while maintenance and repairs which do not improve nor extend the life of the respective assets are expensed currently. Provision has been made during the year for depreciation of the fixed assets computed at the following rates and methods applied to the equipment not fully depreciated: Meths Life Equipment Various 7 years Vehicles Various 5 years •t - The Company with the consent of its stockholder has elected under the Internal Revenue Code to be an S corporation effective June 1, 1989. In lieu of corporate taxes the stockholder of an S corporation is taxed individually on the company's income. The Company may do business in New York City which does not recognize S status. Therefore, a provision for NYC income taxes, when applicable, is included in these financial statements. Inventory is valued at the lower of cost or market. Cost is determined by the first -in, first -out method. The Company has a 401K plan covering all employees not covered under collective bargaining agreements. The Company may have until September 15, 2014 to determine if it will will contribute for the plan year ending December 31, 2013. -7- RICHARD M. GENOVA CPA, P.C. PAPITTO CONSTRUCTION CO., INC. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2013 Long-term debt Dec Installment loan for a 2011 vehicle payable to -ember 31 ALLY is secured by the vehicle and payable in 59 installments 15,504 Installment loan for a loader payable to Komatsu Financial is secured by the equipment and payable in 48 payments 89,008 Installment loan for a 2009 Vehicle and payable to Jaguar Financial is secured by the vehicle and payable in 60 payments 12,110 Installment Loan for an excavator and payable to Trinity Corp. is secured by the equipment and payable in 60 payments 15,024 131,646 Less current portion 65,37 Long-term portion $ The Company maintains a $ 200,000 line of credit with Chase. As of December 31, 2013 $ 192,032 was outstanding. Interest is payable monthly at a variable rate. Concentration of Credit Risk None was reported as of December 31, 2013 except cash balances in excess of FDIC insurance. -8- RICHARD M. GENOVA CPA, P.C. PAPITTO CONSTRUCTION CO., INC. SCHEDULE OF DIRECT COSTS AND GENERAL AND ADMINISTRATIVE EXPENSES FOR THE YEAR ENDED DECEMBER 31, 2013 Direct Cost of Operations Material $ 1,628,180 Direct labor 517,351 Subcontractors and rentals 589,049 Truck expense 120,506 Dumping 18,485 Insurance 72,979 Union 116,302 General job expense 200,218 Small tools 9,591 Inventory - beginning of year 15,225 Depreciation 3,287,886 Less inventory - end of year 15,700 Total Direct Costs Operating Expenses Officer's salary 88,200 Office salary 213,644 Payroll taxes 70,908 Telephone & utilities 18,485 Auto expense 70,854 Office expense 24,079 Advertising & promotion 8,223 Professional fees 18,693 Plans and permits 11,343 Depreciation 74,333 Rent 67,278 Repairs & maintenance 5,881 Insurance 118,372 Travel & entertainment 3,476 Dues & subscriptions 2,148 Miscellaneous 11,868 Total Operating Expenses RICHARD M. GENOVA CPA, P.C. PAPITTO CONSTRUCTION CO., INC. SUPPLEMENTAL INFORMATION ACCOUNTS RECEIVABLE AGING FOR THE YEAR ENDED DECEMBER 31, 2013 ACCOUNTS RECEIVABLE AT DECEMBER 31, 2013: Current $ 567,663 31 - 60 days 127,951 61 - 90 days 39,410 Over 90 days 2,970 Retainage 33,001 u -10- RICHARD M. GENOVA CPA, P.C. PAPITTO CONSTRUCTION CO., INC. CONTRAC": 3TATU REPORT - PERCENTAGE OF COMPLETION METHOD DECEMBER 31, 2013 Costs and Estimated Earnings in Excess o: 3i1Iinns 50,546 49,608 1,066 2,866 3,392 107,438 Gross Total Billings Current Total Profit Gross Amount in -sti:nated Escima'_ed Gross Recognized Profit Billed Excess of Total Gross Direct Profit in Recognized To Date Costs and Contract Direct Pro°it on Cost 3 Recognized Previous in This Including Recognized "o.,_._u__ Descrior_io Price Cost Comolation To Date Comoletc� To Dato P--iod(s) Period Retainao- Earnings DEP 3,000,000 2,361,790 633,210 2,252,915 95 606,300 335,791 270,509 2,808,669 OGS 5,392,235 4,264,602 1,127,633 2,021,054 47 529,988 189,000 340,988 2,501,434 LIRO Q5A 1,840,650 ,439,668 401,982 1,439,668 100 401,932 397,977 4,005 1,840,650 LIRO PW348-623 680,000 544,000 '_36,000 249,206 46 62,560 62,560 310,700 IRO Pt•! 348-540 675,000 540,000 135,000 959,026 BS 114,750 114,750 570,910 west Cty DPW 287,475 242,475 45,000 160,295 66 29,700 29,700 186,603 :disc Jobs 182,230 127,962 54,268 127.962 100 54.268 54.268 182.230 To -al:; 12.057,590 9.519.497 2_538.093 6.709.126 1,799,513 ?22.768 476.780 8.401.196 Costs and Estimated Earnings in Excess o: 3i1Iinns 50,546 49,608 1,066 2,866 3,392 107,438 i L.K. MCLEAN ASSOCIA TES, P.C. LIKAIA CONSULTING ENGINEERS 437 South Country Road, Brookhaven, N.Y. 11719 Phone (631) 286-8668 Fax (631) 286-6314 To: All Recipients From: Matthew Frascinella Co: Pages: 9 (including coversheet) Fax: Irate: November 10, 2014 Re: Southold Fueling Facility CC: Addendum No. 1 X Urgent ❑ For Review ❑ Please Comment X Please Reply ❑ Please Recycle • Comments Once you have received this please check the box and fax back to (631) 286-6314. Please include a copy of this form with your bid submission. Thank you for your cooperation. ❑ I have received Addendum No. 1 regarding the Southold Fueling Facility. Company Name: Authorized Signature: Date: / / DIVISION 13 - SPECIAL CONSTRUCTION SECTION 13412 & 13413 — DIESEL & GAS FILL BOXES A. Fuel filling system B. Provide a grade level fuel transfer pumping system with spill containment; overfill prevention and automatic fill shutoff. This system shall be equal to a Simplex SMARTPUMP as supplied by Simplex, Inc., Springfield, IL. The SMARTPUMP shall be used for filling one aboveground Diesel storage tank and another unit for one aboveground GASOLINE storage tank. The SMARTPUMP is for use with class I or Il liquids in a Class 1 hazardous environment. Gasoline unit shall have vapor recovery adapter. C. The SMARTPUMP shall be supplied installed outdoors upon a concrete pad at a location as specified elsewhere. The SMARTPUMP shall transfer fuel from a gravity tanker truck to the aboveground storage tanks via the pump system on -board the unit, as described below. The SMARTPUMP shall permit full draining of the truck delivery hose upon completion of fuel delivery. D. The SMARTPUMP shall include the following fittings and features: 1. Steel, weatherproof, dual door lockable enclosure finished in white epoxy. 2. External stainless steel ground stud for attachment of delivery truck ground cable 3. 3 inch quick disconnect coupling for attachment of users delivery hose 4. Inlet shutoff manual valve 5. 20 gallon spill containment sump with drain to pump inlet 6. Outlet check valve 7. Outlet shutoff manual valve 8. 3 inch threaded fitting for attachment of outlet pipe to tank E. The SMARTPUMP shall include a motor driven high capacity fuel transfer pump as follows: 1. Pump: 300 GPM at 55 foot of head, 3600 RPM, cast iron, bronze fitted, carbon -ceramic / Viton mechanical shaft seal 2. Motor: Totally enclosed, fan cooled, Explosion -proof, 1.15 S.F., rigid base, 3600 RPM, 5 HP, ( ) VAC, 3- phase F. The SMARTPUMP shall include an explosion -proof control system with overfill alarm and shutoff system as described below. The system shall require an external source of AC power, 208/230/460, 3-phase. The control system shall include: 1. Type 7 rainproof enclosure with bolted, gasketed access door. 2. Level sensor assembly with 90 & 95% point level sensors 3. High visibility red alarm light: 90% level; stop fill 4. High visibility red alarm light: 95% level; danger overfill Addendum No. 1 DIVISION 13 - Page 1 of 2 DIVISION 13 - SPECIAL CONSTRUCTION 5. High visibility red alarm light: tank leak (optional) 6. Auto pump shutoff at 90%; auto pump lockout at 95% and on detection of tank leak 7. Override circuit and 30 second timer to permit override of 90% shutoff to allow pump -out of delivery hose or pump -out of spill containment. 95% and tank leak lockouts cannot be overridden. 8. 90 -dB audible alarm horn activated by 90%, 95% and tank leak conditions. Alarm silence push button. 9. Control power ON-OFF switch and power available indicator 10. Panel illumination lights and control switches of industrial, explosion -proof type 11. Main power key operated control switch 12. Transfer pump motor starter with overload relay 13. Control power transformer for 120 VAC operation of controls 14. Control power fuses 15. Remote alarm contacts G. The SMARTPUMP shall be constructed in a fully enclosed cabinet with lockable, double -door access, 20 -gallon spill containment sump area and manual hand pump for clean up. H. The SMARTPUMP system shall be supplied with manufacturer's 1 -year all -parts, all -labor field service warranty. The SMARTPUMP system shall be supplied with the services of a factory authorized or factory based field service technician to provide start-up services, including inspection, calibration and first operation. Startup and training shall be done by Critical Energy Services (973-296-8077). J. This system shall be a Simplex SMARTPUMP, model "SP3XP-182" for diesel unit and "SP-3GV- 182" for gasoline unit as manufactured by Simplex, Inc., 5300 Rising Moon Road, Springfield, IL 62711. 217-483-1600. END OF SECTION 13412 & 13413 — DIESEL & GAS FILL BOXES Addendum No. 1 DIVISION 13 - Page 2 of 2 ADDENDUM NO. 1 SECTION 16231 - EMERGENCY STANDBY GENERATOR DESCRIPTION It is the intent of this specification to secure a stationary emergency generator system that has been tested during design verification, production and at the final job site. The generator set will be of the latest commercial design and will be complete with all the necessary accessories for complete installation as shown on the plans, drawings and specifications herein. The equipment supplied shall meet all the requirements of the National Electrical Code, along with all applicable local codes and regulations. It shall be a one -source responsibility for warranty, parts, and service through a local, representative with factory -trained serviceman. SUBMITTALS The submittal shall include prototype test certification and specification sheets showing all standard and optional accessories to be supplied, schematic wiring diagrams, dimensions drawings and interconnection diagrams identifying by terminal number, each required interconnection between the generator set, and the transfer switch. WORK INCLUDED Generator• Generac 250 KW, 3 Phase, Model SG250 Contact Rafael Valderrama, Generator Sales Engineer, General Power Limited, Inc. @ 888.769.3758 or rafael@genpowerusa.com. Or approved equal. The generator set shall be UT -2200 Listed. Any generator sets not meeting UL2200 will be unacceptable. The generator shall be mounted on a concrete pad as shown on the contract drawings and as per manufacturer's requirements. Generator Enclosure Generator Enclosure shall be a Level 1 Sound Attenuation Enclosure as manufactured by Generac or approved equal. Automatic Transfer Switch: Automatic transfer switches not intended for continuous duty or repetitive load transfer switching are not acceptable. The transfer switch shall be in a NEMA 1 Enclosure. END OF SECTION 16231 - EMERGENCY STANDBY GENERATOR Addendum No 1 DIVISION 16 - Page 1 of 1 ADDENDUM NO. 1 TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK SOUTHOLD FUELING FACILITY TO: ALL Contractors FROM: L.K. McLean Associates, P.C. DATE: November 10, 2014 Acknowledge receipt of this Addendum No. 1 by filling out and signing the attached form. The signed Addendum shall be attached to the Form of Bid. Failure to do so may subject the bidder to disqualification. This addendum forms part of the Contract Documents and modifies them as follows: Addendum Number 1 Clarifications / Questions: Question l: Specification page GC -7, item 11, calls for a temporary office trailer for use by the town. Please clarify if this trailer (and all services that go with it) will indeed be required. If indeed required, please provide a listing of all items to be furnished with the trailer. Response I.- No :No temporary office trailer will be used for this contract. If the contractor requires one for the own use it will be at no cost to the Owner. Question 2: Specification page GC -9, item 15, calls for temporary water and electric (for construction purposes) be supplied separately by the contractor. Please clarify if the contractor will be able to use on-site power and water from the town facility. Response 2: The contractor shall be allowed to use on site electric and water for construction operations. Question 3: Specification division 13, page 37 of 42, calls for the fuel carrier piping and fittings to be double - walled fiberglass. However, the drawings (item #18 on drawing 6) call for the piping to be double -walled steel. Please clarify. Steel primary with a fiberglass secondary is commonly used. However, if you insist on a double -walled steel design, please provide additional details and/or provide a system manufacturer that should be used. Response 3: All underground carrier piping shall be double wall FRP. All above grade piping shall be double wall pipe with a steep primary and a FRP secondary pipe. Sizes shall be as per plans. ADDENDUM NO. 1 - Page 1 of 6 ADDENDUM NO. 1 Question 4: Please confirm that LKMA will secure the permits and pay all fees for the work (as may be required by Suffolk County and Town of Southold). Response 4: A SCDHS permit to construct and Building Permit has been obtained. The Contractor shall be responsible for coordination of and compliance with all permits) conditions. There are no fees anticipated at this point. The Owner will pay for the utility company fees (PSEG and National Grid). Question 5: Please confirm that the alternates for AST removals include the removal/disposal of the concrete slabs under each tank. Response 5: The AST removals shall include the removal of the concrete slabs. Question 6: The 2,500 AST tank system by the police station includes an existing fuel dispenser. Please clarify the disposition of that dispenser, piping, and accessories. Response 6: The Town will keep all FuelMaster terminals that are not reinstalled on the new system. Question 7: The written specifications state that the only acceptable manufacturer for the canopy will be Austin -Mohawk. Please clarify if that is the case or if other manufacturers will be acceptable. Response 7: The canopy shall be and or approved equal. Question 8: Please provide the gas header design, details. Response 8: Gas header design shall be as per National Grid Requirements. Question 9: Please confirm all utility accounts and utility company fees required for this project (gas and/or electric) will be paid directly by Town of Southold. Response 9: Electric - Contractor shall install concrete footing, vault, pad and bollards for PSEG transformer as per PSEG (LIPA) standards. PSEG to set transformer. Contractor shall perform primary and secondary connections. The contractor shall be responsible for all electric work from the new pole and on site including all conduit, cable and riser. Town shall pay for the new pole and for PSEG to energize the site as well as to set the new transformer. Any fees or permits required for the electric work outside of PSEG's work shall be paid for by the contractor. See appendix A of the Specifications for more information. ADDENDUM NO. 1 - Page 2 of 6 ADDENDUM NO. 1 Gas — National grid will be responsible for bringing the new gas service on site from the road to the gas header as shown on the plans (Paid for by the Town). The contractor shall be responsible to install the gas manifold and all required fittings as well as coordinate with National Grid. All trenching and restoration will be the Contractor's responsibility. The Contractor shall perform the site demolitions required by the electric service trench and allow National Grid time to install the gas main. The Contractor shall not install any scheduled surfaces until after the gas service line has been installed. Question 10: What will be the pressure (water column) of the new natural gas service? Response 10: The water column for the 250 KW generator shall be 7.0-11.0 H2O. Question 11: Please confirm the drainage from the canopy will be spilled on grade, not connected to an underground pre -cast structure. Response 11: The water from the roof canopy shall be spilled on grade. No underground drainage shall be included in this contract. Question 12: Please confirm the size of the proposed generator. Response 12: The generator shall be 250KW see attached specification. Question 13: Alternate #1 denotes a quantity of 4. If this alternate is accepted by the Town, will the total include all 4 units, or is it possible the town will select a different quantity? Response 13: If the Town accepts Alternate #1 it will include all 4 tanks. Question 14: It was stated that the underground electric to the existing fuel systems is to remain in place and operable during the project. As the exact locations of the underground electric lines are not currently known, how will the Town and engineer handle underground electric lines that may be in the way or damaged during the new work? Same goes for underground water, gas, drainage, septic, sanitary, & data-com lines. (Our bid price will include an underground utility mark -out at the start of the project.) Response 14: The Contractor shall tone out / mark out the underground utilities. The all existing utilities must remain protected until any proposed utilities are in place and the services to the existing buildings have been changed. ADDENDUM NO. I - Page 3 of 6 ADDENDUM NO. 1 Question 15: Cost Item #2 indicates that silt fence is required, but it is not indicated on the demo plan. Approx. how many linear ft of silt fence is included/required and where? Response 15: The Contractor shall be responsible to provide all necessary soil and erosion control measures to eliminate any silt or sediment from going off site or into any existing drainage areas. Question 16: Is there any asbestos survey for the shed to be demolished? If not, should we include the cost of this in our bid? Response 16: Any asbestos containing materials shall be abated by others prior to this contract work. Question 17: The walls for the new utility building are indicated as both 4" thick and 6" thick concrete. Please clarify. Response 17: The walls for the Utility building shall be 6 ". Question 18: Specifications 13412 and 13413 (gas and diesel fill boxes) do not appear to be included in the bid package. Response 18: The Diesel and Gas fill boxes are called out on drawings 6 & 7. See #16 on the Tank Equipment list. It is also shown in detail on drawings I1 & 12. Question 19: The tank details indicate a 10" thick concrete pad is required - should we assume 10" thick concrete throughout the site for Cost Item # 11 ? Response 19: The concrete pavement shall be 10 " thick. Question 20: For the generator pad, the drawing indicates a concrete pad is required — is that on top of the 4" concrete slab that will be poured in this area? Response 20: The concrete pad for the generator shall be as per the manufacturers requirements as per drawing #S. ADDENDUM NO. 1 - Page 4 of 6 ADDENDUM NO. 1 Question 21: Is the concrete portion of the electric/gas trench included in the 3,100 square feet of Concrete Pavement? That area is not marked on the Proposed Site Plan. Response 21: Yes. The concrete pavement for the utility trench is included in 3,100 SF of concrete pavement. Revisions / Insertions / Deletions: 1. Insert Specification Section 16231 - Emergency Standby Generator. 2. Insert Specification Section 13412 / 13413 — Diesel & Gas Fill Boxes. Commencement of Work — The Contractor is allowed to begin work as soon as their contract is fully executed. Delete any reference to the March 1, 2015 start date reference. The Contractor shall understand that the electrical service at the horse barn cannot be demolished until the new electrical service to the existing highway maintenance facility is established. The horse barn service feeds the maintenance building and the existing electrical tanks. The proper sequencing of this work is critical. 4. The automatic transfer switch shall be a 1,200 Amp. End of Addendum Number 1 ADDENDUM NO. 1 - Page 5 of 6 ADDENDUM NO. 1 The undersigned hereby acknowledges receipt of the following Addenda: Addendum No. Dated 11-5-2014 Signature of person, firm or corporation making this Proposal: (Contractor) (Title) P.O. Address: Phone No.: Dated: The full names and address of all persons interested in the Proposal or principals are as follows: Name Address ADDENDUM NO. 1 - Page 6 of 6 Rudder, Lynda From: Chris Dwyer <cdwyer@lkma.com> Sent: Monday, November 10, 2014 3:46 PM To: rbayliss@aventuracorp.com Cc: Rudder, Lynda; Collins, Michael; Richter, Jamie Subject: RE: Addendum No. 1 - Southold Fuel Depot Project Attachments: Addendum No 1 - Southold Fuel Depot.pdf, fax coversheet addendum 1.pdf, Generator Spec.pdf, Simplex Fill Box.pdf Good afternoon, Attached you will find documents associated with Addendum No. 1 for the Fuel Dispensing Facility project in the Town of Southold. Please acknowledge receipt of this addendum by printing out the fax coversheet and faxing back to LKMA at 631-286-6314 or simply "reply to all" to this email. Regards, Christopher F. Dwyer, Associate L.K. McLean Associates PC 437 South Country Road Brookhaven, New York 11719 Phone: (631) 286-8668 Fax: (631) 286-6314 Cell: (516) 779-4776 Rudder, Lynda From: Chris Dwyer <cdwyer@lkma.com> Sent: Monday, November 10, 2014 3:45 PM To: dkane@commanderelectric.com Cc: Rudder, Lynda; Collins, Michael; Richter, Jamie Subject: RE: Addendum No. 1 - Southold Fuel Depot Project Attachments: Addendum No 1 - Southold Fuel Depot.pdf, fax coversheet addendum 1.pdf, Generator Spec.pdf; Simplex Fill Box.pdf Good afternoon, Attached you will find documents associated with Addendum No. 1 for the Fuel Dispensing Facility project in the Town of Southold. Please acknowledge receipt of this addendum by printing out the fax coversheet and faxing back to LKMA at 631-286-6314 or simply "reply to all" to this email. Regards, Christopher F. Dwyer, Associate L.K. McLean Associates PC 437 South Country Road Brookhaven, New York 11719 Phone: (631) 286-8668 Fax: (631) 286-6314 Cell: (516) 779-4776 Rudder, Lynda From: Chris Dwyer <cdwyer@lkma.com> Sent: Monday, November 10, 2014 3:44 PM To: michaels@islandpumpandtank.com Cc: Rudder, Lynda; Collins, Michael; Richter, Jamie Subject: RE: Addendum No. 1 - Southold Fuel Depot Project Attachments: Addendum No 1 - Southold Fuel Depot.pdf; fax coversheet addendum 1.pdf; Generator Spec.pdf; Simplex Fill Box.pdf Good afternoon, Attached you will find documents associated with Addendum No. 1 for the Fuel Dispensing Facility project in the Town of Southold. Please acknowledge receipt of this addendum by printing out the fax coversheet and faxing back to LKMA at 631-286-6314 or simply "reply to all" to this email. Regards, Christopher F. Dwyer, Associate L.K. McLean Associates PC 437 South Country Road Brookhaven, New York 11719 Phone: (631) 286-8668 Fax: (631) 286-6314 Cell: (516) 779-4776 Rudder, Lynda From: Chris Dwyer <cdwyer@lkma.com> Sent: Monday, November 10, 2014 3:44 PM To: joel@ccliinc.com Cc: Rudder, Lynda; Collins, Michael; Richter, Jamie Subject: RE: Addendum No. 1 - Southold Fuel Depot Project Attachments: Addendum No 1 - Southold Fuel Depot.pdf, fax coversheet addendum 1.pdf, Generator Spec.pdf; Simplex Fill Box.pdf Good afternoon, Attached you will find documents associated with Addendum No. 1 for the Fuel Dispensing Facility project in the Town of Southold. Please acknowledge receipt of this addendum by printing out the fax coversheet and faxing back to LKMA at 631-286-6314 or simply "reply to all" to this email. Regards, Christopher F. Dwyer, Associate L.K. McLean Associates PC 437 South Country Road Brookhaven, New York 11719 Phone: (631) 286-8668 Fax: (631) 286-6314 Cell: (516) 779-4776 Rudder, Lynda From: Chris Dwyer <cdwyer@lkma.com> Sent: Monday, November 10, 2014 3:44 PM To: kjbindustries@aol.com Cc: Rudder, Lynda; Collins, Michael; Richter, Jamie Subject: RE: Addendum No. 1 - Southold Fuel Depot Project Attachments: Addendum No 1 - Southold Fuel Depot.pdf, fax coversheet addendum l.pdf; Generator Spec.pdf; Simplex Fill Box.pdf Good afternoon, Attached you will find documents associated with Addendum No. 1 for the Fuel Dispensing Facility project in the Town of Southold. Please acknowledge receipt of this addendum by printing out the fax coversheet and faxing back to LKMA at 631-286-6314 or simply "reply to all' to this email. Regards, Christopher F. Dwyer, Associate L.K. McLean Associates PC 437 South Country Road Brookhaven, New York 11719 Phone: (631) 286-8668 Fax: (631) 286-6314 Cell: (516) 779-4776 Rudder, Lynda From: Chris Dwyer <cdwyer@lkma.com> Sent: Monday, November 10, 2014 3:43 PM To: nguercio@henrichinc.com Cc: Rudder, Lynda; Collins, Michael; Richter, Jamie Subject: Addendum No. 1 - Southold Fuel Depot Project Attachments: Addendum No 1 - Southold Fuel Depot.pdf, fax coversheet addendum 1.pdf; Generator Spec.pdf; Simplex Fill Box.pdf Good afternoon, Attached you will find documents associated with Addendum No. 1 for the Fuel Dispensing Facility project in the Town of Southold. Please acknowledge receipt of this addendum by printing out the fax coversheet and faxing back to LKMA at 631-286-6314 or simply "reply to all" to this email. Regards, Chris #11934 STATE OF NEW YORK) ) SS: COUNTY OF SUFFOLK) Karen Kine of Mattituck, in said county, being duly sworn, says that she is Principal Clerk of THE SUFFOLK TIMES, a weekly newspaper, published at Mattituck, in the Town of Southold, County of Suffolk and State of New York, and that the Notice of which the annexed is a printed copy, has been regularly published in said Newspaper once each week for 1 week(s) successfully commencing on the 23rd day of October, 2014. 77 Principal Clerk ()L Sworn to before me this 17 day of TI 014. LEGAL NOTICE 1 TOWN OF SOUTHOLD y 53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971 PHONE. 631-765-1560/FAX- 631-765- OTINAVOLINSKI 9015 �PA31MTOBID NOTARY PUBLIC -STATE OF NEW YORK NOnCE IS HEREBY GIVEN No. 01V06105050 THAT SEALED PROPOSALS ARE Qualified In Suffolk County SOUGHT AND REQUESTED FOR 1HEFOLLOWING: My Commission Exolrf4a February 28, 2016 BID NAME: "SOUTHOLD FUEL DISPENSING FACILITY" Defidte specifications may be ob- WNW at the Southold Town Clerk's Of flee beginning October 23, 2014 PL•�'E OF OFF.tvrN�c• TOWN OF SOUTHOLD TOWN CLERKS OFFICE 53095 MAINROAD SOUTHOIA NY 11971 DATE OF OPENINrc• November 13,2014 .Nnvrc• 2:00 PM CON Acr PERSON: hfidwel Collins, P.E. Tows of Southold, 631-765-1560 VENDORS MUST SUBMIT BIDS IN,4F'A .AQ ENVELOPES. NZASE PRINT ON THE FACE OF ENVEWPE 1) NAME & ADDRESS OF BID- flFIE, I�3 WST BE ACCOMPANIED BYA MIUD SECURITY. R is *e l*ddees responsibility to read dw 8*mhed Bid Specifications, Instruc- tiaas to Bidders, and General Conditions, which outline bidding rules of the Town Of Soridanld Upon submission of bid, it is understood that the bidder has read, ftray understands and will comply with said GENERAL CONDITIONS and specifi- cation requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of the bid document for your records A non-refundable fee of $25.o0 will be charged for plans and specifications Pay- ment can W made by either money order, cash or business; check (payable to the Town of Southold). A nor-mmukrtbrj e4kWer's confer - arcs will be *W atn Novan- ber 3, 2014 at the Highway wh_- Feconic Lane in Pleconic. The Town of Southold welcomes and encourages minority and women -owned (businesses to participate in the biddmg Dated: October 20, 2014 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK L11AA 437 South Countn< Road • Brookhaven • Neuv York • 11719 (631) 286-8668 9 FAX (63 1) 286-6314 EUGENE F. DALY. P.E., P.T.O.ET1.1 PRESIDENT and C.E.O. RAYMOND G. DIBIASE P.E. P.T.O.E M. PTP TV, EXECUTIVE. VICE PRESIDENT DANIEL P. JEDLICKA, P L.S.. VICE PRESIDENT Town of Southold 53095 Route 25 P.O. Box 1179 Southold, N.Y. 11971 L. K. McLean Associates, PC October 22, 2014 Attn: Michael Collins P.E., Office of the Town Engineer Re: Town of Southold: Southold Fueling Facility Final Bid Documents for Public Bid Phase LKMA Project #: 13108.000 Dear Mr. Collins: CONSULTING ENGINI EFRS Associates CHRISTOPHER F. DWYER ROBERT A. STEELE, P.E. JAMES L. DeKONING, P.E. STEVEN W. EISENBERG, P.E. ANDREW B. SPEISER As requested by the Town of Southold, our office has prepared the final bid documents associated with the Southold Fueling Facility located at the Town of Southold Highway Yard. Attached you will find the final bid package delivered to the Town Clerk's Office (10 copies of plans and specifications) via hand delivery on October 22, 2014 for the commencement of the bid process on October 23, 2014. Our office shall reach out to local, qualified contractors to participate in this process: Bids are expected to be submitted no later than 2:00„,NovQxrlber 13, 2014 as defined in the Invitation to Bidders. If you have any questions regarding these final bid packages, please do not hesitate to contact this office. Very truly yours, Christopher F. Dwyer, Associate L.K. McLean Associates PC CFD:mf Enc.: (1) Bid Packages CC: Town Clerk Copy w/enc. Superintendent of Highways, Vincent Orlando, Highway Department w/enc. James Richter RA, Office of the Engineer w/enc. LKMA File Copy w/enc. • Founded in 1950 - Rudder, Lynda co c( "s+V,-� ` ; '\'� From: Reisenberg, Lloyd Sent: Tuesday, October 21, 2014 9:29 AM To: Rudder, Lynda Subject: RE: for publication 10/23 Posted L.Ioyd H. Reisenberg Network and Systems Adininistrator Town of Southold, New York www.southoldtownny. pov lloydr@southoldtownny. pov 0: 631-765-1891 M:631-879-1554 1 F: 631-765-5178 CONFIDENTIALITY NOTICE: This communication with its contents may contain confidential and/or legally privileged information. It is solely for the use of the intended recipient(s). Unauthorized interception, review, use or disclosure is prohibited and may violate applicable laws including the Electronic Communications Privacy Act. If you are not the intended recipient, please contact the sender and destroy all copies of the communication. From: Rudder, Lynda Sent: Monday, October 20, 2014 8:57 AM To: Collins, Michael; Jim Dinizio; Beltz, Phillip; Cushman, John; Doherty, Jill; Finnegan, Martin; Ghosio, Bob; Kiely, Stephen; Krauza, Lynne; Louisa Evans; Reisenberg, Lloyd; Russell, Scott; Standish, Lauren; Tomaszewski, Michelle; Tracey Doubrava (tdoubrava(×review.com); William Ruland Subject: for publication 10/23 Please publish in the 10/23 and the Town website STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold, New York being duly sworn, says that on the 201h day of October , 2014, she affixed a notice of which the annexed printed notice is a true copy, in a proper and substantial manner, in a most public place in the Town of Southold, Suffolk County, New York, to wit: Town Clerk's Bulletin Board, 53095 Main Road, Southold, New York. Bid on Fueling Station 'zabeth A. Neville Southold Town Clerk Sworn before me this 201h day of October , 2014. r s Notary Public LYNDA M. RUDDER Notary Public, State of New Yok No. 01 RU6020932 Qualified in Suffolk County Commission Expires March 8, Zfl-!S:— P7111IJ14 ¥ ACWYJ tgja Diiduq wood &reov,)au3A.,o -vo moo .Aollup- ni h; ,q M,S noizi;;intrio3 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: "SOUTHOLD FUEL DISPENSING FACILITY" Definite specifications may be obtained at the Southold Town Clerk's Office beginning October 23, 2014 PLACE OF OPENINGS: TOWN OF SOUTHOLD TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD, NY 11971 CONTACT PERSON: DATE OF OPENINGS: November 13, 2014 Michael Collins, P.E. Town of Southold, 631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. TIME OF OPENINGS: 2:00 PM PLEASE PRINT ON THE FACE OF ENVELOPE: 1) NAME & ADDRESS OF BIDDER 2) BID NAME BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY. It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders, and General Conditions, which outline bidding rules of the Town of Southold. Upon submission of bid, it is understood that the bidder has read, fully understands and will comply with said GENERAL CONDITIONS and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of the bid document for your records. A non-refundable fee of $25.00 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 10:00AM on November 3, 2014 at the Highway Yard at 275 Peconic Lane in Peconic. The Town of Southold welcomes and encourages minority and women -owned businesses to participate in the bidding process. Dated: October 20, 2014 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON OCTOBER 23, 2014, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH A. NEVILLE, TOWN CLERK, TOWN HALL, 53095 MAIN ROAD, PO BOX 1179, SOUTHOLD, NY 11971. Copies to the following: Suffolk Times Town Board Members Town Attorney Comptroller Engineer Dodge Reports Burrelle's Information Data Construction Town Clerk's Bulletin Board 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: "SOUTHOLD FUEL DISPENSING FACILITY" Definite specifications may be obtained at the Southold Town Clerk's Office beginning October 23, 2014 PLACE OF OPENINGS: TOWN OF SOUTHOLD TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD, NY 11971 CONTACT PERSON: DATE OF OPENINGS: November 13, 2014 Michael Collins, P.E. Town of Southold, 631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. TIME OF OPENINGS: 2:00 PM PLEASE PRINT ON THE FACE OF ENVELOPE: 1) NAME & ADDRESS OF BIDDER 2) BID NAME BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY. It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders, and General Conditions, which outline bidding rules of the Town of Southold. Upon submission of bid, it is understood that the bidder has read, fully understands and will comply with said GENERAL CONDITIONS and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of the bid document for your records. A non-refundable fee of $25.00 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 November 3, 2014 at the Highway Yard at 275 Peconic Lane in Peconic. The Town of Southold welcomes and encourages minority and women -owned businesses to participate in the bidding process. Dated: October 20, 2014 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON OCTOBER 23, 2014, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH A. NEVILLE, TOWN CLERK, TOWN HALL, 53095 MAIN ROAD, PO BOX 1179, SOUTHOLD, NY 11971. Copies to the following: Suffolk Times Town Board Members Town Attorney Comptroller Engineer Dodge Reports Burrelle's Information Data Construction Town Clerk's Bulletin Board 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: "SOUTHOLD FUEL DISPENSING FACILITY" Definite specifications may be obtained at the Southold Town Clerk's Office beginning October 23, 2014 PLACE OF OPENINGS: TOWN OF SOUTHOLD TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD, NY 11971 CONTACT PERSON: DATE OF OPENINGS: November 13, 2014 Michael Collins, P.E. Town of Southold, 631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. TIME OF OPENINGS: 2:00 PM PLEASE PRINT ON THE FACE OF ENVELOPE: 1) NAME & ADDRESS OF BIDDER 2) BID NAME BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY. It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders, and General Conditions, which outline bidding rules of the Town of Southold. Upon submission of bid, it is understood that the bidder has read, fully understands and will comply with said GENERAL CONDITIONS and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of the bid document for your records. A non-refundable fee of $25.00 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 November 3, 2014 at the Highway Yard at 275 Peconic Lane in Peconic. The Town of Southold welcomes and encourages minority and women -owned businesses to participate in the bidding process. Dated: October 20, 2014 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON OCTOBER 23, 2014, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH A. NEVILLE, TOWN CLERK, TOWN HALL, 53095 MAIN ROAD, PO BOX 1179, SOUTHOLD, NY 11971. Copies to the following: Suffolk Times Town Board Members Town Attorney Comptroller Engineer Dodge Reports Burrelle's Information Data Construction Town Clerk's Bulletin Board Rudder, Lynda From: Cerria Torres <ctorres@timesreview.com> Sent: Monday, October 20, 2014 8:52 AM To: Rudder, Lynda; Collins, Michael; Jim Dinizio; Beltz, Phillip; Cushman, John; Doherty, Jill; Finnegan, Martin; Ghosio, Bob; Kiely, Stephen; Krauza, Lynne; Louisa Evans; Reisenberg, Lloyd; Russell, Scott; Standish, Lauren; Tomaszewski, Michelle; Tracey Doubrava; William Ruland Subject: Re: for publication 10/23 This notice is scheduled to publish in The Suffolk Times on 10/23/14. Thankyou rises REVIEW Cerria Torres Display Ad Coordinator 631.354.8011 (D) ctorres timesreview.com legals .timesreview.com www.timesreview.com From: <Rudder>, Lynda <lynda.rudder@town.southold.ny.us> Date: Monday, October 20, 2014 8:56 AM To: "Collins, Michael"<michael.collins@town.southold.ny.us>, Jim Dinizio <iim@iamesdinizio.com>, "Beltz, Phillip" <Phillip.Beltz@town.southold.ny.us>, "Cushman, John" <John.Cushman@town.southold.ny.us>, "Doherty, Jill" <fill.doherty@town.southold.ny.us>, "Finnegan, Martin" <martin.finnegan@town.southold.ny.us>, "Ghosio, Bob" <bob.Rhosio@town.southold.nv.us>, "Kiely, Stephen"<stephen.kiely@town.southold.ny.us>, "Krauza, Lynne" <lynne.krauza@town.southold.nv.us>, Louisa Evans <lpevans06390@gmail.com>, "Reisenberg, Lloyd" <Lloyd.Reisenberg@town.southold.ny.us>, "Russell, Scott" <Scott.Russe ll@town. southoId. ny.us>, "Standish, Lauren" <Lauren.Standish@town.southold.ny.us>, "Tomaszewski, Michelle"<michellet@town.southold.ny.us>, Times Review <tdoubrava@timesreview.com>, William Ruland <rulandfarm@yahoo.com> Subject: for publication 10/23 Please publish in the 10/23 and the Town website Rudder, Lynda From: Rudder, Lynda Sent: Monday, October 20, 2014 8:57 AM To: Collins, Michael; Oim@jamesdinizio.com); Beltz, Phillip; Cushman, John; Doherty, Jill; Finnegan, Martin; Ghosio, Bob; Kiely, Stephen; Krauza, Lynne; Louisa Evans (Ipevans06390@gmail.com); Reisenberg, Lloyd; Russell, Scott; Standish, Lauren; Tomaszewski, Michelle; Tracey Doubrava (tdoubrava@timesreview.com); William Ruland Subject: for publication 10/23 Attachments: fueling station.doc Please publish in the 10/23 and the Town website Southold Town Board - Letter Board Meeting of May 20, 2014 RESOLUTION 2014-432 Item # 5.9 �f �yaE ADOPTED DOC ID: 9787 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2014-432 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MAY 20,2014: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk to advertise for bids for the construction of a consolidated fueling station at the Town's Highway/DPW Yard, including the installation of new utility lines, the construction of a new utility shed and the demolition of the existing fuel tanks, all in accordance with specifications prepared by L.K. McLean Associates, P.C.. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Jill Doherty, Councilwoman SECONDER: William P. Ruland, Councilman AYES: Ghosio, Dinizio Jr, Ruland, Doherty, Evans, Russell Generated May 22, 2014 Page 20 • • C • • • • C • • October 22, 2014 TOWN OF SOUTHOLD ' SOUTHOLD HIGHWAY YARD FUEL DISPENSING FACILITY CONSTRUCTION SPECIFICATION SOUTHOLD, SUFFOLK COUNTY, NEW YORK LKMA Project No: 13108.00 Prepared For: TOWN OF SOUTHOLD Highway Department 275 Peconic Lane Peconic, New York 11958 Prepared By: L.K. McLEAN ASSOCIATES, P.C. Consulting Engineers 437 South Country Road Brookhaven, New York 11719 (631) 286-8668 40 MMMJ C • 0 • Cl 0 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: "SOUTHOLD FUEL DISPENSING FACILITY" Definite specifications may be obtained at the Southold Town Clerk's Office beginning October 23, 2014 PLACE OF OPENINGS: TOWN OF SOUTHOLD TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD, NY 11971 CONTACT PERSON: DATE OF OPENINGS: November 13, 2014 Michael Collins, P.E. Town of Southold, 631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. TIME OF OPENINGS: 2:00 PM PLEASE PRINT ON THE FACE OF ENVELOPE: 1) NAME & ADDRESS OF BIDDER 2) BID NAME BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY. It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders, and General Conditions, which outline bidding rules of the Town of Southold. Upon submission of bid, it is understood that the bidder has read, fully understands and will comply with said GENERAL CONDITIONS and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of the bid document for your records. A non-refundable fee of $25.00 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 November 3, 2014 at the Highway Yard at 275 Peconic Lane in Peconic. The Town of Southold welcomes and encourages minority and women -owned businesses to participate in the bidding process. 0 • • a • 0 Lj • 0 TABLE OF CONTENTS TOWN OF SOUTHOLD SOUTHOLD FUEL DISPENSING FACILITY Title Page Invitation to Bid Table of Contents Instructions to Bidders Standard Insurance Requirements General Conditions Conditions of Contract Proposal Form Package Qualification of Bidders Contract Agreement NYS Wage Rates Technical Specifications Appendix A — PSEG Primary Spec Letter Appendix B — SCDHS Permit to Construct Plans I13-1 thru I13-6 SIR 1 thru SIR 3 GC -1 thru GC -12 CC -1 thru CC -18 QS -1 thru QS -4 A-1 thru A-3 Divisions 1, 2, 3, 4, 13, 15B & 16 14 pages • • i f C7 1. 2. 3. 4. 5. 6. 7. 8. 9. 10 11 12 13 14 15 16 17 18 INSTRUCTIONS TO BIDDERS INDEX Receipt and Opening of Bids Form, Preparation and Presentation of Proposal Bid Security Qualifications of Bidders Rejection of Bids Bidders Responsibility Construction Terms and Conditions Security for Faithful Performance Bid Reservations Non -Collusive Statement Addenda and Interpretations Method of Award Single Price Bid Analysis Municipal Exempt Status Labor Law Wage Rates Insurance Required by the Town of Southold Quantities 0 IB - 1 0 INSTRUCTIONS TO BIDDERS 1. RECEIPT AND OPENING OF BIDS The Town of Southold invites bids on the forms herein provided for the Southold Fuel • Dispensing Facility at the Highway Department yard in Peconic, New York. Sealed bids shall be received by the office of the Southold Town Clerk, 53095 Route 25 Southold, New York 11971, no later than 2:00 P.M. prevailing time on Thursday, November 13th, 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 considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay in the mail or in the handling of the mail by employees of the Town. Whether sent by mail or by means of personal delivery, the bidder assumes responsibility for having his bid deposited on time at the place specified. Faxed bids will not be accepted. • 2. FORM, PREPARATION AND PRESENTATION OF PROPOSAL The Proposal Form as issued by the Town shall be completely filled in, in black ink or typed on the original bid form. No photocopies will be accepted. All blank spaces for bid prices must be filled in, in both words and figures, with a total or gross sum for which the bid is made. All lines must have an indication of the bidder's response whether it be "0", "N/A", "No Charge", or a dollar figure. All lines must be filled in to indicate bidder's acknowledgement of the request. Bids that do not have all applicable lines filled in on the bid proposal form may be disqualified as a non-responsive bid. We cannot assume there is "no charge" when lines are left empty. Bids that contain any omission, erasure, alteration, addition or items not called for in the itemized bid form or that contain irregularities of any kind will not be accepted. In case of discrepancy between the unit price and total amount bid for any item, the unit price, as expressed in words, shall govern. The following two items will automatically render a bid unacceptable to the Town of Southold: • a. Failure to sign bid proposal page. b. Failure to include necessary bid security deposit (as required). • It shall be fully understood that any deviations from the inclusion of the above items will be grounds to see the bid as non-compliant and will not be considered for award. 3. BID SECURITY (a) The Bid must be accompanied by a certified check on a solvent bank or trust company with its principal place of business in New York State, or an acceptable bid bond, in an amount equal to not less than five percent (5%) of the total amount bid, made payable to the Town of Southold (herein identified as Owner), as assurance that the bid is made in good faith. The certified checks or bid bonds of unsuccessful bidders will be returned after execution of the Contract between the Owner and the successful bidder; the certified check or bid bond of the successful bidder will be retained until filing and approval of the Performance Bond and until the completion of ten . percent (10%) of the work under the Contract. 0 113-2 INSTRUCTIONS TO BIDDERS (b) The successful bidder, upon his failure or refusal to execute and deliver the Contract and bonds required within ten (10) days after the date of notice of the acceptance of his bid, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security he deposited with his bid. • 4. QUALIFICATIONS OF BIDDERS (a) Forms for qualifications of bidders, giving evidence of sufficient facilities, equipment, experience and financial ability to insure completion of the work are provided with the bid • specification package, and shall be filled out by the contractor and returned with the bid submission. (b) Information contained in any statement of financial ability shall be not more than thirty days old at the time of submission. (c) The Town reserves the right to make such investigation as it may deem necessary or advisable to determine any bidder's ability to do the work, and the bidder shall furnish to the Town, on request, all data and information pertinent thereto. The Town reserves the right to reject any bid if such investigation fails to satisfy the Town that the bidder is fully qualified to do the work. Financial instability of a bidder may be cause for non -award. 5. REJECTION OF BIDS (a) The TOWN BOARD reserves the right to reject any bid if the evidence submitted in the qualifications statement or an investigation of such bidder fails to satisfy the TOWN BOARD that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. Conditional bids will be considered informal and will be rej ected. (b) The TOWN BOARD reserves the right to reject any and all bids, in whole or in part, to waive any informality in any or all bids, and to accept the bid or part thereof which it deems most favorable to the Town after all bids have been examined and/or checked. • 6. BIDDERS RESPONSIBILITY (a) Bidders are cautioned not to submit bids until after having inspected the site of the proposed improvement and having made themselves familiar with local conditions. The attention of persons intending to submit bids is specifically called to the paragraph of the Contract which debars a Contractor from pleading misunderstanding or deception because of estimates or quantities, character, location or other conditions surrounding the same. Special attention is called to the notes on the Plans or in the itemized form of bid, which are made a part of this Contract, which may alter or revise the Specifications for the particular contract. i (b) No representation is made as to the existence or nonexistence of groundwater, which may in any way impede the work, proposed to be accomplished. Each bidder shall fully inform himself as to groundwater and sub -surface conditions prior to submitting his bid. (c) The submission of a bid will be construed to mean that the bidder is fully informed as to the 113-3 0 • • C extent, cost, and proposed job in incidental thereto. INSTRUCTIONS TO BIDDERS character of the materials, labor, and equipment required to complete the accordance with the Plans and Specifications, including all other expenses (d) Bidders must examine the Plans and Specifications and exercise their own judgment as to the nature and amount of the whole of the work to be done, and for the bid prices, must assume all risks of variance by whomsoever made in computation or statement of amounts or quantities necessary to fully complete the work in strict compliance with the Contract Documents. (e) The Bidder shall assume all risks and responsibility and shall complete the work in whatever material and under whatever conditions he may encounter or create, without extra cost to the Town. (f) No pleas of ignorance or misunderstanding of conditions that exist or that may hereafter exist, or of conditions or difficulties that may be encountered in the execution of the work under this Contract, as a result of failure to make the necessary examinations and investigations, will be to fulfill in every detail all of the requirements of the Contract Documents, or will be accepted as a basis for any claims whatsoever for extra compensation, or for an extension of time. 7. CONSTRUCTION TERMS AND CONDITIONS The successful bidder is warned that the work specified in the Conditions of Contract, together with the Instructions to Bidders, Proposal Form, General Conditions, Plans, Specifications and instructions of the Engineer or his duly authorized representative will be rigidly enforced. • 8. SECURITY FOR FAITHFUL PERFORMANCE AND MAINTENANCE The successful bidder shall be required to execute a Performance Bond equal to one hundred percent (100%) of the amount bid, such bonds to be executed by a New York licensed insurance • carrier/surety company with an A rating or better from A.M. Best & Co. and acceptable to the Owner; or bonds secured by collateral; or securities approved by the Owner. The Performance Bond shall be written so as to remain in full force and effect as a maintenance bond for a period of not less than one (1) year after the date of final acceptance of the work. The successful bidder, upon failure to execute and deliver the bonds required within ten (10) days after the date of notice of award, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security deposited with his bid, and he will be liable for and he agrees to pay to the Owner on demand, the difference between the price bid and the price for which such contract shall subsequently be re -let including the cost of such re -letting less the amount of such deposit. • No plea of mistake in such accepted bid shall be available to the bidder for recovery of his deposit or as a defense to any action upon accepted bid unless said mistake can be proven by documentary evidence acceptable to the Town. After approval of the bonds and execution of the Contract and after ten (10) percent of the work has been completed, the bid security accompanying the bid will be returned. • 0 IB -4 INSTRUCTIONS TO BIDDERS 9. BID RESERVATIONS Bids submitted shall remain in effect for forty-five (45) days past the date of bid opening. This period may be extended, for the benefit of the Town, by mutual agreement between the Bidder and the Purchasing Agent. 10. NON -COLLUSIVE STATEMENT n The form of non -collusion bidding certification contained in the proposal package must be • executed by the Bidder and submitted with the proposal. The submission of this statement certifies that the prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor. 11. ADDENDA AND INTERPRETATIONS Every request for information or interpretation of the Contract Documents or Drawings must be addressed in writing to the Town Engineering Department of Southold 53095 Main Road Southold, New York 11971 (fax) 631-765-1366, and to be given any consideration, must be received at least five (5) days prior to the date fixed for the opening of bids. Any such interpretations or supplemental instructions will be in the form of written addenda, and will be mailed or faxed to all prospective bidders. The failure of any bidder to receive any such addenda will not relieve the bidder of any obligation under his bid as submitted. Any addenda so issued shall become part of the Contract Documents. • 12. METHOD OF AWARD The bid will be awarded to the lowest responsive, responsible bidder, as will best promote the public interest, taking into consideration the reliability of the bidder, the quality of the materials, equipment, or supplies to be furnished, and conformity with the specifications. • 13. SINGLE PRICE BID ANALYSIS In the event a single bid is received, the Town will conduct a price analysis of the bid price prior to the award of the contract. 0 14. MUNICIPAL EXEMPT STATUS The Town is exempt from the payment of Federal, State and local taxes. Taxes must not be included in proposal prices. • 15. LABOR LAW The Contractor and each and every subcontractor performing work at the site of the project to which this Contract relates shall comply with the applicable provisions of the Labor Law, as amended, of the State of New York. IB -5 0 • INSTRUCTIONS TO BIDDERS Attention is called to certain provisions of the Labor Law, as set forth in the Conditions of Contract, Paragraph 11, which are hereby referred to and made a part hereof. • 16. WAGE RATES The rates of wages determined by the New York State Industrial Commissioner pursuant to the Labor Law, which shall be paid on this project, are set forth herein following the Instructions to Bidders. Contractors and subcontractors are required to submit to the Town, within thirty days after issuance of the first payroll, and every thirty days thereafter, a transcript of the original payroll records, subscribed and affirmed as true under the penalties of perjury. • 17. INSURANCE REQUIRED BY THE TOWN OF SOUTHOLD The successful bidder will be required to procure and pay for the following types of insurance, as set forth in more detail herein following the Instructions to Bidders in the Standard Insurance • requirements Section. (a) Comprehensive Automobile Policy (b) Comprehensive General Liability (c) Excess/Umbrella Insurance • (d) Owner's and Contractor's Protective Liability (e) Workmen's Compensation Insurance (f) Disability Insurance and Unemployment Insurance • 18. QUANTITIES Any quantities set forth in the bid specifications are approximations only. No guarantee is made for any quantities stated. Payment shall be on the basis of actual quantities supplied or the actual • work done at the unit prices quoted. • 0 40 IB -6 0 STANDARD INSURANCE REQUIREMENTS TOWN OF SOUTHOLD CONTRACT INSURANCE REOUIREMENTS INSURANCE IDENTIFICATION: THE BID NUMBER IS TO APPEAR ON ALL INSURANCE • CERTIFICATES INDEPENDENT CONTRACTOR: The Corporation/Contractor/Agency/Consultant, is an independent contractor and covenants and agrees that it, its agents, servants and/or employees will neither hold itself/themselves out as, nor claim to be an employee, servant or agent of the TOWN OF SOUTHOLD, and that it, its agents and employees will not make claim, demand or application to or for any right or privilege applicable to an officer or employee of the TOWN OF SOUTHOLD including, but not limited to Worker's Compensation coverage, Unemployment Insurance benefits, Social Security coverage or retirement membership or credit. 0 INSURANCE: Contractor/vendor shall not commence work under this contract until he has obtained all insurance required under the following paragraphs, and the Town of Southold has approved such insurance. WORKERS' COMPENSATION: Contractor/vendor shall take out and maintain during the life of this contract, such insurance as will protect both the owner and the contractor from claims under worker's compensation acts and amendments thereto and from any other claims for property damage and for personal injury including death, which may arise from operations under this contract, whether such operations by contractor or by any other party directly or indirectly employed by the contractor. Copy of Certificate to be provided to the Town of Southold. DISABILITY INSURANCE & UNEMPLOYMENT INSURANCE: Contractor/vendor shall take out and maintain during the entire term of the contract any disability benefits and unemployment insurance as required by law. Copy of Certificate to be provided to the Town of Southold. GENERAL LIABILITY INSURANCE: The contractor/vendor shall take out and maintain during the life of the contract, such bodily injury liability and property damage liability insurance as shall protect him and the Town from claims for damages for bodily injury including accidental death, as well as from claims for property damage which may arise from operations under this contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them. It shall be the responsibility of the contractor/vendor to maintain such insurance in amounts sufficient to fully protect himself and the Town, but in no instance shall amounts be less than those set forth below. These amounts are specified only to establish the minimum coverage acceptable. Bodily injury liability and property damage liability insurance in an amount not less than $1,000,000 (one million dollars) for damages on account of any one accident, and in an amount of not less than $1,000,000 (one million dollars) on account of all accidents (general aggregate). EXCESS/UMBRELLA INSURANCE: The contractor/vendor shall take out and maintain during the life of the project an excess/ umbrella insurance policy in an amount of not less than $2,000,000 (Two million dollars) each occurrence and aggregate. SIR - I STANDARD INSURANCE REQUIREMENTS 0 OTHER CONDITIONS OF COMMERCIAL GENERAL LIABILITY INSURANCE: Coverage shall be written on commercial general liability form. 17, 2. Coverage shall include: A. Contractual liability B. Independent contractors C. Products and completed operations E AUTOMOBILE LIABILITY INSURANCE: Automobile bodily injury liability and property damage liability insurance shall be provided by the contractor/vendor with a minimum combined single limit (CSL) of $1,000,000 (one million dollars). OTHER CONDITIONS OF AUTOMOBILE LIABILITY INSURANCE: • 1. Coverage shall include: A. All owned vehicles B. Hired car and non -ownership liability coverage C. Statutory no-fault coverage OWNERS & CONTRACTORS PROTECTIVE LIABILITY: An OCP Policy shall be required by the Town of Southold in limits of $1,000,000 combined single limit, each occurrence, $1,000,000 General Aggregate. This insurance must fully cover the legal liability of the specific farm owner, as Owner, NAMING THE FARM OWNER AND TOWN OF SOUTHOLD AS INSURED. The contractor shall furnish the Town with the original insurance policy. ADDITIONAL CONDITIONS OF INSURANCE: 1. Contractor/vendor shall submit copies of any or all required insurance policies as and when requested by the Town. 2. If any of the contractor's/vendor's policies of insurance are cancelled or not renewed during the life of the contract, immediate notice of cancellation of non -renewal shall be delivered to the Town no less than 10 days prior to the date and time of cancellation or non -renewal. CERTIFICATE OF INSURANCE: The contractor/vendor shall file with the Town of Southold prior to commencing work under this contract, a certificate of insurance. 1. Certificate of insurance shall include: A. Name and address of insured B. Issue date of certificate C. Insurance company name D. Type of coverage in effect E. Policy number F. Inception and expiration dates of policies included G. Limits of liability for all policies on certificate. included on certificate r SIR -2 0 • • • • • • ! L • C STANDARD INSURANCE REQUIREMENTS Description of operations/locations/etc. Box must include the statement: "THE TOWN OF SOUTHOLD IS LISTED AS ADDITIONAL INSURED" CERTIFICATE HOLDER SHALL BE LISTED AS: TOWN OF SOUTHOLD 53095 MAIN ROAD SOUTHOLD. NY 11971 2. If the contractor's/vendor's insurance policies should be non -renewed, cancelled or expire during the life of the contact, the Town shall be provided with a new certificate indicating the replacement policy information as requested above. Thirty days (30) prior written notice to the Town of Southold for cancellation is applicable. SIR -3 • GENERAL CONDITIONS wnFX • • GC - 1 0 1. Definitions of Terms 2. Standards of Workmanship 3. Samples 4. Manufactured Materials 5. Laboratory • 6. Shop Drawings 7. Permits 8. Plans and Specifications 9. Cutting, Patching and Digging 10. Errors, Omissions and Discrepancies 11. Temporary Office & Toilet 12. Proper Method of Work and Proper Materials 13. Inspection 14. Waiver 15. Water and Electric Power 16. Machinery and Equipment 17. Maintenance 18. Schedule of Operations 19. Right to Use Work 20. Notice of Warning 21. Warning Signs 22. Accident Prevention 23. Damages 24. Maintenance of Traffic 25. Final Site Cleaning 26. Protection of Land Markers, Trees, Shrubs, and Property 27. Protection of Utilities 28. No Damages for Delay 29. Record Keeping 30. Subcontractors and Suppliers 31. Penal Law • • GC - 1 0 GENERAL CONDITIONS 1. DEFINITIONS OF TERMS: Whenever the following words and expressions are used in the Specifications, it is understood that they have the meaning defined below: PLANS: All official drawings or reproductions of drawings pertaining to the work or to any structure connected therewith. • SPECIFICATIONS: The body of directions, requirements, descriptions, etc. contained in this document, together with all documents of any description and agreements made (or to be made) pertaining to the methods or manner of performing the work and/or to the quantities and quality of • materials to be furnished and accepted under this Contract. OWNER: Shall mean Town Board, Town of Southold. ENGINEER (ARCHITECT): the Owner and/or duly authorized representative to represent the Owner in the execution of the work covered by the consultants and assistants engaged by the Owner and the Engineer to the extent of the particular duties entrusted to them. CONTRACT: Collectively, the Contract executed by the Owner and the Contractor, Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Special Conditions, Specifications, Construction Drawings, Addenda, Performance Bonds, and all supplemental agreements made or to be made. CONTRACTOR: The party of the second part hereto, whether corporation, firm or individual, or any combination thereof, and successor, personal representatives, executors, administrators and assigns, and any person, firm or corporation who or which shall at any time be substituted in place of the second part under this Contract. INSPECTOR: An authorized representative of the Owner or his Engineer assigned to make any and all necessary inspections of the work performed and the materials furnished by the Contract. n MATERIALS: Any approved materials acceptable to the Engineer and conforming to the requirements of these Specifications. WORK: All of the work proposed to be accomplished at the site of the project, and all such other work as is in any manner required to accomplish the complete project. This includes all plant, labor, materials, supplies, equipment and other facilities and acts necessary or proper or incidental to the carrying out and completion of the terms of this Contract. The term "work performed" shall be construed to include the material delivered to and suitably stored at the site of the project. 2. STANDARDS OF WORKMANSHIP: The apparent silence of the Specifications as to any detail or an apparent omission from them of a detailed description concerning any work to be done and materials to be furnished shall be regarded as meaning that only the best general practice observed in the latest current construction work is to prevail and that only material and workmanship of first quality is to be used in this connection and all interpretations of these Specifications shall be made upon this basis. . GC -2 0 • GENERAL CONDITIONS 3. SAMPLES: The Contractor shall furnish for approval, all samples as directed. The work shall be in accordance with approved samples. Samples shall be submitted in ample time so as to prevent delay in fabrication or ordering of materials, allowing for a reasonable time for the Engineer to consider the samples submitted and, if necessary, to permit a resubmission of samples to the Engineer until approval is given. Work and material shall be furnished and executed in accordance with approved samples, in every • aspect. Each sample shall be labeled, bearing material, name and quality, Contractor's name, date and other pertinent data. Unless otherwise specified, samples shall be in duplicate and of adequate size to show quality, type, color, range and finish and texture of material. Materials shall not be ordered until approval is received in writing from Engineer. 4. MANUFACTURED MATERIALS: Where several materials are specified by name, the Engineer shall have the right, before execution of the Contract, to require any and all bidders to state the materials upon which they based their bid. Where any materials are specified by name or trade name, or by catalog number of a company or companies, the Contractor shall furnish the article mentioned unless approval of the Engineer is obtained in writing for a substitution. Should Contractor desire to substitute another material for one or more specified by name, he shall apply in writing for such permission and state credit or extra involved. He shall also provide supporting data and samples for Engineer's consideration. Unless particularly specified otherwise, all manufactured articles, materials and equipment shall be . applied, assembled, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer and including the necessary preparation to properly install the work. Where reference is made to manufacturer's directions, the Contractor shall submit such directions to the Engineer as required. The materials used in construction shall be disposed as not to endanger the work, and so that full • access may at all times be had to partly completed work and structures and they shall be so disposed as to cause no injury to those having access to the work or any of the units. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their respective trades. Standards of work required throughout shall be of such grades as will bring first- class results only. The type of labor employed by the Contractor shall be such as will insure the uninterrupted continuity of the entire work, without conflict of any kind. 5. LABORATORY: Laboratories shall be designated by the Engineer for testing the materials to be used under the Contract. Where tests are made by other than the designated laboratories, two • certified copies showing correctly the chemical analysis and physical tests shall be furnished to the Engineer. 6. SHOP DRAWINGS: The Contractor shall submit to the Engineer six (6) copies of all shop drawings and schedules and no work shall be fabricated until his approval has been given. All shop ' drawings submitted to the Engineer must be in English, and must bear the Contractor's stamp of approval evidencing that the drawings have been checked. GC -3 0 GENERAL CONDITIONS The Contractor will make any corrections in the drawings required by the Engineer and will file with the Engineer four corrected copies. Approval by the Engineer of such drawings or schedules shall not relieve the Contractor from responsibility for (a) errors of any sort in shop or setting drawings or schedules; or (b) deviations from Plans and Specifications unless the Contractor, at the • time of submission of said drawings and schedules, has given notice to the Engineer of any such deviations. 7. PERMITS: 7.1 Municipal: All work in connection with the installation of pipes or other underground structures of a like nature either within or without the limits of the highway, shall follow all the provisions as contained herein together with the provisions, as they apply, of the Highway Law (Town Code) with all subsequent changes, additions or corrections thereto. i 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, 40 including but not limited to the following, unless Contractor is specifically required to obtain the same pursuant to other provisions of this document: (1) Building permit (2) Fire prevention permit (3) Health Department/Application to construct a) Sanitary system including SPDES permit b) Hazardous materials storage The following additional permits when required under law shall also be obtained by the Owner: (1) NYSDEC permit(s) (2) Town Division of Environmental Protection (3) Suffolk County Farmland Committee 40 (4) U.S. Army Corp of Engineers The Contractor shall give all notices, and comply with all laws, ordinances, rules, regulations and conditions of the permits, bearing on the conduct of the work as drawn and specified, and shall be responsible for acquisition of all pertinent information necessary for such compliance. The Contractor shall be responsible for: (1) Coordinating all building department and other department and agency inspections and approvals, (2) Obtaining U.L. approvals, (3) Health Department inspections and approvals, (4) Obtaining final certificate of occupancy. On projects involving multiple contracts, it shall be the responsibility of the "General Contractor" to • GC -4 0 • GENERAL CONDITIONS coordinate with the building department and other agencies and to obtain the certificate of occupancy. It shall be the responsibility of the mechanical contractors (prime contractors other than the G.C.) to coordinate inspections and approvals of that part of the project, which falls within the • scope of their contract with the G.C., and/or as may be appropriate, directly with the approving agency. In the event that one or more of the contractors on a multi -contract project fails to perform the work in a timely manner, thereby causing undue delay in the completion of the project, and the issuance • of the certificate of occupancy, the owner shall in that event, have the option to exercise "The owners right to stop work or terminate contract" as provided for in the conditions of the contract. B. Pipes and Underground Structures: All work in connection with the installation of pipes or other underground structures of a like nature either within or without the limits of the highway, shall • follow all the provisions, as they apply, of the Highway Law As per Town Code Standards) with all subsequent changes, additions or corrections thereto. C. Any work to be performed within the Town Highway right-of-way will require a Town Highway Department road -opening permit. Obtaining of the permit and subsequent release/approval shall be the responsibility of the Contractor. Acceptance of the contractor's performance bond in lieu of the Contractors road -opening bond shall be at the option of the Highway Department. • 7.2 Suffolk County: All permits required for opening County roads and making connections with County drains will be obtained by the Owner. A copy of the permit, which must be kept on the job at all times, will be supplied to the Contractor. The Contractor will not be permitted to open any County road or make any connection to any County drain until he has been supplied with this • permit. (a) Department of Public Works All permits required for opening County roads and making connections with County drains, will be obtained by the Owner. A Copy of the permit, which must be kept on the job at all times, will be supplied to the Contractor. The Contractor will not be permitted to open any County road or make any connection to any County drain until he has been supplied with this permit. The Contractor shall be responsible for conformance to all conditions of the permit and for the subsequent release/approval. (b) Department of Health Services: The Contractor shall be responsible for obtaining approvals pursuant to Health Department permits described in paragraph 7.1 A. • GC -5 0 GENERAL CONDITIONS • 7.3 State of New York: The Contractor shall obtain all necessary New York State highway permits whenever the Contract requires any work to be done within or upon existing State highway right-of- ways. These permits shall be obtained from the District Office in Hauppauge prior to the performance of the work. Upon application for the permit, the Contractor will be required to supply • the following: (1) Three (3) copies of a sketch or print showing description and location of the proposed work. The Engineer will supply these prints to the Contractor. (2) Contingent liability insurance for the State (in addition to his own liability insurance) shall be • furnished in amounts and manner as required by the State of New York. The contingent protective liability and completed operations liability insurance policy to cover: "The people of the State of New York and/or the Superintendent of Public Works covering liability arising with respect to all operations through highway permits by permittee or by anyone acting by, through or for the permittee, including omissions and supervisory acts of the State", in the amount of personal injury (including death) and property damage as required. 8. PLANS AND SPECIFICATIONS: The Contractor will be furnished with five sets of Plans and Specifications giving all the details and dimensions necessary for carrying out the work. One copy of Plans and Specifications furnished to the Contractor must be kept constantly on the site. Anything shown on the Plans and not mentioned in the Specifications or mentioned in the Specifications and not shown on the Plans and all the work and materials necessary for the completion of the work according to the intent and meaning of the Contract shall be furnished, performed and done as if the same were both mentioned in the Specifications and shown on the Drawings. Any conflict or inconsistency between the Plans and Specifications, or any discrepancy between the figures and scale of Drawings, shall be submitted by the Contractor to the Engineer, whose decision thereon shall be conclusive. In the event the meaning of any portion of the Specifications or Drawings or any supplementary drawings or instructions of the Engineer is doubtful, the same shall be understood to call for the best • type of construction, both as to materials and workmanship, which reasonably can be interpreted. All materials and workmanship must be strictly in accordance with the Specifications. The Plans show approximate size, arrangement and location of the proposed work. The Engineer will give base lines, grades, shapes and dimensions and the Contractor shall construct the work exactly in accordance with such instructions of the Engineer subject, however, to change as provided for under the headings "Changes and Alterations" and "Compensation to be Paid to the Contractor". • Additional copies of Plans and Specifications, when requested, will be furnished to the Contractor at cost of reproduction. The Contractor shall furnish to each of the subcontractors and materialmen such copies of the Contract Documents as may be required for their work. • GC -6 40 J GENERAL CONDITIONS 9. CUTTING, PATCHING AND DIGGING: The Contractor shall do all cutting, fitting or patching of his work that may be required to make its several parts come together properly and fit it to receive or be received by work of other contractors shown upon or reasonably implied by • Drawings and Specifications for the completed structure, and he shall make good after them as Engineer may direct. Any cost caused by defective or ill-timed work shall be borne by the party responsible therefor. • The Contractor shall not endanger any work by cutting, digging or otherwise, and shall not cut or alter the work of any other contractor save with the consent of the Engineer. 10. ERRORS, OMISSIONS AND DISCREPANCIES: • a) If any errors, omissions or discrepancies appear in the drawings, Specifications or other documents, the Contractor shall, within ten days from receiving such Drawings, Specifications or documents, notify the Engineer in writing of such errors or omissions. In the event of the Contractor's failing to give such notice, he will be held responsible for the results of any such errors or omissions and the cost of rectifying the same. b) If, in the opinion of the Contractor, any work is shown on Drawings, or details, or is specified in such a manner as will make it impossible to produce a first class piece of work, or should discrepancies appear between the Drawings and/or Specifications, he shall refer the same to the Engineer for interpretation before proceeding with the work. If the Contractor fails to make such references to the Engineer, no excuse will thereafter be entertained for failure to carry out the work • in satisfactory manner as directed. c) Should a conflict occur in or between the Drawings and Specifications and/or existing conditions, the Contractor shall be deemed to have estimated on the more expensive way of doing the work, unless he shall have asked for and obtained a decision in writing from the Engineer, before the submission of bids, as to which method or material will produce the results to the best interest of the Town. 11. TEMPORARY OFFICE & TOILET: The Contractor shall provide an office trailer for use by the town and its representatives. The trailer shall be climate controlled and have a clean plan • table, desk and chair provided inside. The Contractor shall provide and maintain a sanitary temporary toilet where directed by the Engineer. The temporary toilet shall be enclosed and weatherproof and kept in a sanitary condition at all times. Upon removal of the temporary outside toilet, the vault shall be disinfected, filled and all evidence of the toilet removed from the site. • 12. PROPER METHOD OF WORK AND PROPER MATERIALS: The Engineer shall have the power in general to direct the order and sequence of the work, which shall be such as to pen -nit the entire work under this Contract to be begun and to proceed as rapidly as possible and such as to bring the several parts of the work to a successful completion at about the same time. If at any time before the commencement or during the progress of the work the materials and • appliances used or to be used appear to the Engineer as insufficient or improper for assuring the GC -7 0 GENERAL CONDITIONS quality of the work required, or the required rate of progress, he may order the Contractor to increase their efficiency or to improve their character, and the failure of the Engineer to demand any increase of such efficiency or improvement shall not release the Contractor from his obligation to secure the quality of work or the rate of progress specified. During freezing or inclement weather, no work shall be done except such as can be done satisfactorily and in a manner to secure first-class construction throughout. All work shall be done in such a manner as will properly protect and support existing permanent structures, pipe lines, etc. C • 13. INSPECTION: Inspectors shall be authorized to inspect all work done on materials furnished. Such inspections may extend to all parts of the work and to the preparation or manufacture of the materials to be used. In case of any dispute arising between the Contractor and the Inspector as to materials furnished or the manner of performing the work, the Inspector shall have the authority to reject material or suspend the work until the question at issue shall be referred to and decided by the Engineer. The Inspector shall not be authorized to revoke, alter, enlarge, relax or release any requirements of these Specifications, nor to approve or accept any portion of the work, nor to issue instruction contrary to the Plans and Specifications. The Inspector shall in no case act as foreman or perform other duties for the Contractor or interfere with the management of the work by the latter. Any advice, which the Inspector may give the Contractor, shall in no way be construed as binding • the Engineer nor the Owner in any way nor releasing the Contractor from the fulfillment of the terms of the Contract. The Contractor shall be conclusively presumed to be acquainted with all existing conditions and to guarantee that all work and materials shall, upon final completion of the work, be turned over to the • Owner in a complete and perfect condition and he shall be responsible for the proper care, maintenance and protection of all work and material until his entire Contract is completed and all work and materials found in good condition and accepted. The Contractor will be held responsible for the entire work until completed and accepted by the Engineer and the Owner. • The Contractor shall, at all times, provide the Owners, Engineer, assistants and inspectors under him with necessary facilities for determining both on the work and at the places of manufacture, that all work being performed and all materials being manufactured are strictly in accord with the Contract. Until acceptance of work by the Owner, the Contractor shall be responsible for all damages to the work including action of the elements or any other cause whatsoever. The Contractor shall • continuously and adequately protect the work against damage from any cause. 14. WAIVER: Neither the inspection by the Owner or Engineer or any part of their employees nor any order, measurement or certificate by the Engineer nor any order by the Owner for the payment of any money nor any payment for or acceptance of, the whole or any part of the work by the Engineer or the Owner nor any extension of time nor any possession taken by the Owner or its employees shall operate as a waiver of any provision of this Contract or of any power herein reserved to the Owner or any right to damages herein provided; nor shall any waiver of any breach of the Contract constitute a waiver of any subsequent breach. Any remedy provided in this Contract shall be construed as cumulative; that is in addition to each and every remedy herein provided. 41 GC -8 0 • GENERAL CONDITIONS 15. WATER AND ELECTRIC POWER: All water and electric power supply for construction purposes must be provided by the Contractor. The cost shall be borne by the Contractor. 16. MACHINERY AND EQUIPMENT: All machinery, equipment, trucks and vehicles used in the prosecution of the work or in connection therewith, shall at all times be in proper working condition. The Contractor shall be responsible for curtailing noise, smoke, fumes or any other nuisance resulting from his operations. He shall, upon written notification from the Engineer, make any repairs, replacements, adjustments, additions, and furnish mufflers when necessary to fulfill these requirements. 17. MAINTENANCE: If within one year from the date of issuance of the Final Certificate, any portion of the work shall, in the opinion of the Owner, require repairing, replacing, or rebuilding, the Contractor shall start such repairs within five (5) days after the receipt of notice from the Owner, and if the Contractor shall fail or neglect to start such repairs within the said five (5) days, the Owner may employ such other person or persons as they deem proper to make such repairs and pay • the expense thereof out of any sum retained by them, provided nothing herein contained shall limit the liability of the Contractor or his Surety to the Owner for nonperformance of the Contractor's obligations at any time. 18. SCHEDULE OF OPERATIONS: Within 5 days after the signing of the Contract, the Contractor shall submit a proposed program of operations, showing clearly how he proposes to • conduct the work so as to bring about the completion of his work within the time limit specified. This program shall outline the proposed sequence of operations, the rates of progress and the dates when his work will be sufficiently advanced to permit the installation of work under this Contract. 19. RIGHT TO USE WORK: The Owner may enter upon and use the whole or any portion of the work, which may be in condition to use any time previous to its final acceptance by the Owner. Such use shall not constitute or be evidence of acceptance by the Owner or the Engineer of the whole or any part of the material furnished or work performed under the Contract. 20. NOTICE OF WARNING: If the Contractor shall fail to make prompt payment to persons • supplying labor or materials for the work, or refuse or fail to supply enough properly skilled workmen or proper materials or refuse or fail to prosecute the work or any part thereof with such diligence as will insure its completion within the period herein specified (or any duly authorized extension thereof) or fail to complete the work within said period or fail or refuse to regard laws, ordinances, codes, instructions of the Engineer, then the Engineer shall forward by registered mail to the Contractor, at the address given in the Contract, a Notice of Warning, and in the event the Contractor fails to comply with said Notice of Warning within five (5) days from receipt thereof, the Owner shall have the right to terminate the Contract. 21. WARNING SIGNS: Contractor shall provide and maintain proper luminous warning and detour signs where directed by the Engineer. Obstructions such as stored materials, equipment and excavations shall be marked with not less than two lights, which shall be not more than 4 feet apart. GC -9 0 GENERAL CONDITIONS All lights shall be kept burning from one-half hour before sunset to until one-half hour after sunrise. C 22. ACCIDENT PREVENTION: During the performance of the work, the Contractor shall exercise all reasonable precautions for the protection of persons and property. The safety provisions • of applicable laws, building and construction codes shall be observed. Machinery, equipment and all other physical hazards shall be guarded in accordance with the safety provisions of the Manual of Accident Prevention in Construction published by the Associated General Contractors of America to the extent that such provisions are not inconsistent with Federal, State or Municipal laws or regulations. • If any operation, practice or condition is deemed by the Engineer to be unsafe, he shall notify the Contractor in writing to take corrective action. Where, in the opinion of the Engineer, any operation, practice or condition shall be promptly discontinued and before the affected part of the work is resumed, remedial action taken. • The Owner reserves the right to remedy any neglect on the part of Contractor as regards the protection of the work which may come to its attention, after 24 hours' notice in writing; except that in cases of emergency it shall have the right to remedy any neglect without notice, and in either case to deduct the cost of such remedy from money due the Contractor. Nothing in the foregoing • paragraphs shall be construed as relieving the Contractor from full responsibility at all times for safe prosecution of the work. 23. DAMAGES: The Contractor shall pay and make good all losses or damages arising out of any cause connected with the Contract and shall indemnify and save harmless the Owner from any and all claims and any and all liability or responsibility of every nature and kind for any loss, damage or injury which may be brought against the Owner or any of its officers or agents, by reason of, or connected with the work or materials furnished under the Contract and shall pay all costs and expenses of every kind, character, and nature whatever, occurring upon or arising out of the Contract. • 24. MAINTENANCE OF TRAFFIC: All work under this Contract is to be completed within the time indicated in the Contract Agreement or as extended by the Owner. If in the meantime it should become necessary, because of the lateness of the season, or any other reason to stop the work, the Contractor shall at his own expense, open proper drainage ditches, erect temporary structures where necessary, prepare the roads so there will be minimum interference with traffic, set up and maintain • a competent organization as directed by the Engineer, to keep the highways in first class condition for traffic, and take every precaution to prevent any damage or unreasonable deterioration of the work during the time it is closed. 25. FINAL SITE CLEARING: Before final payment will be approved, the Contractor shall prepare the construction areas as follows: All basins, manholes and pipe as constructed shall be cleaned free from accumulated construction dirt, silt, form work, etc., and all proper restoration as called for in the items of the Specifications shall be complete in every detail. The Contractor shall clean all construction areas free from accumulated forms, excavation fill, construction materials and construction shanties. All areas shall be completed in every detail and shall be broom cleaned from excess dirt and materials. • GC- 10 GENERAL CONDITIONS 26. PROTECTION OF LAND MARKERS, TREES, SHRUBS, AND PROPERTY: Wherever in the conduct of the work, a monument marking a point of public or private survey is • encountered or brought to view by excavation, the fact shall at once be communicated to the Engineer. In no case shall the Contractor remove the same until the location for resetting shall have been made by the Engineer. All monuments or land markings exposed to view when the work is first undertaken shall be carefully preserved and the greatest care exercised to prevent injury to or disturbance of position of the same. • The unit price of all items shall include the cost of restoring to its former condition any sidewalks or curbs, as well as restoring any trees, shrubs or lawns that may be damaged during this construction. No additional payment will be made. • The Contractor is required at his own expense to obtain any and all permits for use of private property if he uses such property for storage, transportation or accomplishment of the work under the Contract. Private property shall be cleaned up neatly, any damage repaired and premises restored to their original condition. • 27. PROTECTION OF UTILITIES: The Contractor shall familiarize himself with the existence of structures of municipal and other public service corporations on or adjoining the site of the work, and give reasonable opportunity to and cooperation with the owners of these utilities in the work of reconstructing or altering them. Such reconstruction and alteration shall be so conducted as to delay or interfere as little as practicable with the work of the Contractor. Any additional cost of various items of work because of these utilities shall be included in the price bid for these items. • The Engineer shall direct the public utility corporations to shift or remove those utility structures that may be necessary to permit the Contractor to carry out the work in accordance with the Plans. The Contractor shall not remove or cause to be removed, any structure or part of a structure owned by a public utility corporation without the approval of the Engineer. • The Contractor shall cooperate with the public utility corporation whose structures (aerial, surface or subsurface) are within the limits of or along the outside of the right-of-way, to make it possible for them to maintain uninterrupted service. The Contractor shall conduct his operations in such a way as to delay or interfere as little as practicable with the work of the utility corporation. • 28. NO DAMAGES FOR DELAY: Notwithstanding any other provisions to this Contract, the Contractor agrees to make no claim for damages for delay in the performance of this Contract occasioned by any act of the Town or any of its representatives, and agrees that any such claim shall be fully compensated for by an extension of time to complete performance of the work as • provided herein. This provision shall not apply to any act or omission to act of the Town or any of its representatives, wherein the same is done in bad faith and with deliberate intent to delay the Contractor in the performance of this Contract. • GC- 11 0 GENERAL CONDITIONS C 29. RECORD KEEPING: The Contractor shall establish and maintain complete and accurate books, records, documents, accounts and other evidence directly pertinent to performance under this contract (hereinafter the "records"). The records must be kept for the balance of the contract term and for six (6) years thereafter. • 30. SUBCONTRACTORS AND SUPPLIERS: Within five days after receipt from the Engineer of notice to begin work, the Contractor will furnish written notice of names of all subcontractors to be employed on the project and the general items of work to be done by them. Simultaneously, the Contractor shall furnish written notice of the names of suppliers of materials to • be used on the project. The Owner may disapprove for good cause any subcontractor or material supplier selected by the Contractor by giving written notice of its disapproval within five (5) days after receiving the names of subcontractors and material suppliers, to the Contractor who shall thereupon promptly notify the Owner of the names of the subcontractor or material supplier selected in replacement which shall again be subject to approval by the Owner. 31. PENAL LAW: Attention is called to Section 1918 of the Penal Law as follows: Construction or blastingpipes conveying combustible gas No person shall discharge explosives in the ground, nor shall any person other than a state or county employee regularly engaged in the maintenance and repair thereof excavate in any then existing street, highway, or public place, unless notice thereof in writing shall have been given at least seventy-two hours in advance to the person, corporation or municipality engaged in the distribution of gas in such territory. The person having direction or control of such work shall give such notice, and further he shall ascertain whether there is within one hundred feet in such street, highway or public place, or in the case of a proposed discharge of explosives within a radius of two hundred feet of such discharge, any pipe of any other person, corporation or municipality conveying combustible gas, and if thereby any such pipe, he shall also give such notice to any other such person, corporation or municipality. Provided, however, that in any emergency involving danger to life, health, or property it shall be lawful to excavate without using explosives if the notices • prescribed herein are given as soon as reasonably possible, and to discharge explosives to protect a person or persons from an immediate and substantial danger of death or serious personal injury if such notices are given before any such discharge is undertaken. Any such work shall be performed in such manner as to avoid danger to any pipe conveying combustible gas. Any violation of the provisions of this section shall be a misdemeanor. C • GC - 12 • 0 0 0 0 0 0 0 0 CONDITIONS OF CONTRACT INDEX 1. Contract Documents and Definitions 2. Scope of the Work 3. Compensation to be paid to the Contractor 4. Time of Essence 5. Commencement of Work 6. Time of Completion 7. Liquidated Damages for Delays 8. Extension of Time. No Waiver 9. Weather 10. Contract Security 11. Laws and Ordinances 12. Qualifications for Employment 13. Non -Discrimination 14. Payment of Employees 15. Estimates and Payments 16. Acceptance of Final Payment Constitutes Release 17. Construction Reports 18. Inspection and Tests 19. Plans and Specifications: Interpretations 20. Subsurface Conditions Found Different 21. Contractor's Title to Materials 22. Superintendence by Contractor 23. Protection of Work, Persons and Property 24. Representations of Contractor 25. Patent Rights 26. Authority of the Engineer 27. Changes and Alterations 28. Correction of Work 29. Weather Conditions 30. The Owner's Right to Withhold Payments 31. The Owner's Right to Stop Work or Terminate Contract 32. Contractor's Right to Stop Work or Terminate Contract 33. Responsibility for Work 34. Use of Premises and Removal of Debris 35. Suits of Law 36. Power of the Contractor to Act in an Emergency 37. Provisions Required by Law Deemed Inserted 38. Subletting, Successor and Assigns 39. General Municipal Law Clause 40. Grades, Lines, Levels, and Surveys 41. Insurance Requirements 42. Foreign Contractors 43. Lien Law 44. Refusal to Waive Immunity 45. Exemption from Sales and Use Tax CONDITIONS OF CONTRACT u 1. CONTRACT DOCUMENTS AND DEFINITIONS The Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Specifications, Form of Contract, Construction Drawings, together with any • Addenda, shall form part of this Contract, and the provisions thereof shall be as binding upon the parties hereto, as if they were herein fully set forth. The table of contents, titles, heading, headlines, and marginal notes contained herein are solely to facilitate reference to various provisions of the Contract Documents and in no way affect, limit or cast light upon the interpretation of the provisions to which they refer. Whenever the term "Contract Documents" is • used, it shall mean and include the Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Specifications, Form of Contract, Construction Drawings and any Addenda. In case of any conflict or inconsistency between the provisions of the Contract and those of the Specifications, the provisions of this Contract shall govern. • Extra Work: The term "extra work", as used herein, refers to and includes all work required by the Owner, which in the judgment of the Engineer involves changes in or additions to work required by the Plans, Specifications and any Addenda in their present form and which is not covered by a specific unit price in the Form of Bid. Subcontractor: The term "subcontractor" shall mean any person, firm, or corporation supplying • labor and material for work at the site of the project but not including the parties to this Contract. Notice: The term "notice", as used herein, shall mean and include written notice. Written notice shall be deemed to have been duly served when delivered to, or at last known business address of, the person, firm or corporation for whom intended, or his, their, or its duly authorized agents, representatives, or officer, or when enclosed in a postage prepaid wrapper or envelope addressed to such person, firm or corporation at his, their or its last known business address and deposited in a United States mailbox. Directed, Required, Approved, Acceptable: Whenever they refer to the work or its performance, • "directed", "required", "permitted", "ordered", "designated", "prescribed", and words of like import shall imply the direction, requirement, permission, order, designation or prescription of the Engineer, and "approved", "satisfied", or "satisfactory", "in the judgment of', and words of like import, shall mean approved, or acceptable to, or satisfactory to, or in the judgment of the Engineer. • 2. SCOPE OF THE WORK The Contractor will furnish all plant, labor, materials, supplies, equipment and other facilities and things necessary or proper for, or incidental to, the work contemplated by this Contract as • required by, and in strict accordance with the applicable Plans, Specifications and Addenda prepared by the Engineer and/or required by, and in strict accordance with, such changes as are ordered and approved pursuant to this Contract, and will perform all other obligations imposed on him by this Contract. CC -2 17, 0 9 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 (* See Note) The Contractor agrees that he will eommenee or -k inmnediately on and not Wet! than to !, m days after .,;gpifig of the Ceiit fa �cruc.c. * Note — No work shall be done prior to March 1, 2015. • 6. TIME OF COMPLETION The time of completion of the entire contract work shall be TWO HUNDRED AND FORTY (240) CONSECUTIVE CALENDAR DAYS from the date the contract is signed by all parties. The date of such completion shall be the date of the Certification of Completion herein specified. The entire work must be satisfactorily completed so that the project improvements are available • to the Town for use. CC -3 0 CONDITIONS OF CONTRACT • The Owner reserves the right to order the Contractor to suspend operations, when in the opinion of the Engineer, improper weather conditions make such action advisable, and to order the Contractor to resume operations when weather and ground conditions permit. The days during which such suspension of work is in force are not chargeable against the specified completion • date. 7. LIQUIDATED DAMAGES FOR DELAYS The time limit being essential to and of the essence of this Contract, the Contractor hereby agrees • that the Owner shall be, and is hereby authorized to deduct and retain out of the money which may be due or may become due to said Contractor under this agreement, the sum of One Thousand Five Hundred ($1,500.00) per day which amount is hereby agreed upon, fixed and determined by the parties hereto as the liquidated damages, including overhead charges, services, inspector's wages and interest on the money invested, that the Owner will suffer by reason of • such default, for each and every day during which the aforesaid work may be incomplete over and beyond the time herein stipulated for its completion in 6 — Time of Completion, provided, however, that the Owner shall have the right to extend the time for the completion of said work. 8. EXTENSIONS OF TIME. NO WAIVER C 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. 11 9. WEATHER During unsuitable weather, all work must stop when such work would be subject to injury and the Contractor shall transfer his men and materials to those parts of the work where weather conditions will not have any effect on the workmanship. The Contractor shall not be entitled to • any damages on account of such damages or suspension, and he must protect any work that might be injured by the elements and make good any work that is injured. 10. CONTRACT SECURITY • (a) The Contractor shall furnish a Performance Bond, or other acceptable security, equal to one hundred percent (100%) of the amount of the bid as security for the faithful performance of the Contract, and for the payment of all persons performing labor or furnishing materials in connection with this Contract. The Performance Bond shall be written so as to remain in full force and effect as a maintenance bond for a period of not less than one (1) year after the date of acceptance of the work by the Engineer. CC - 4 • • CONDITIONS OF CONTRACT (b) Additional or Substitute Bond: If at any time the Owner shall be or become dissatisfied with any surety or sureties, or if for any other reason such bond shall cease to be adequate security to • the Owner, the Contractor shall within five (5) days after notice from the Owner to do so, substitute an acceptable bond in such form and sum and signed by such other surety as may be satisfactory to the Owner. The premiums on such bonds shall be made until the new surety shall have been qualified. • 11. LAWS AND ORDINANCES In the execution of the Contract, the Contractor shall comply and obey all federal, state, county and local laws, ordinances, codes and regulations relating to the performance of the Contract, including but not limited to, labor employed thereon, materials supplied, obstructing streets and • highways, maintaining signals, storing, handling and use of explosives and all other general ordinances and state statutes affecting him or his employees or his work hereunder in his relations with the Municipality or any other persons, and also all laws, codes, ordinances controlling or limiting the Contractor while engaged in executing the work under the Contract. • As a condition of the Contract, the Contractor shall and does hereby agree to comply with all requirements of the labor laws of the State of New York. The Contractor shall comply with the provisions of Sections 291- 299 of the Executive Law and Civil Rights Law, shall furnish all information and reports deemed necessary by the State Commission for Human Rights, the Attorney General and the Industrial Commissioner for • purposes of investigation to ascertain compliance with such sections of the Executive Law and Civil Rights Law. The Contract may be forthwith cancelled, terminated or suspended, in whole or in part, by the contracting agency upon the basis of a finding made by the State Commission for Human Rights • that the Contractor has not complied with these laws. The Contractor hereby expressly agrees to comply with all the provisions of the Labor Law and any and all amendments thereto, insofar as the same are applicable to this Contract. The Labor Law, as amended, provides that no laborer, workman or mechanic in the employ of the • Contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by this Contract, shall be permitted or required to work more than eight (8) hours in any one (1) calendar day, except in cases of extraordinary emergency caused by fire, flood or danger to life or property; that no such person shall be employed more than eight (8) hours in any day or more than five (5) days in any week expect in such emergency; that the • wages to be paid for a legal day's work as herein before defined, to laborers, workmen or mechanics upon the work called for under this Contract or upon any material used upon, or in connection therewith, shall not be less than the prevailing rate for a day's work in the same trade or occupation in the locality within the state where such work is to be done and each laborer, workman or mechanic employed by the Contractor, subcontractor or other person about or upon the work shall be paid the wages herein provided; that employees engaged in the construction, maintenance, and repair of highways and in water works construction outside the limits of cities CC -5 • CONDITIONS OF CONTRACT and villages are no longer exempt from the provisions of the Labor Law which require the payment of the prevailing rate of wages and the eight (8) hour day. Section 222 of the Labor Law, as amended by Chapters 556 and 557 of the Laws of 1933, • provides that preference in employment shall be given to citizens of the State of New York who have been residents of Suffolk County for at least six (6) consecutive months immediately prior to the commencement of their employment. Each person so employed shall furnish satisfactory proof of residence in accordance with rules adopted by the Industrial Commissioner. Persons other than citizens of the State of New York shall be employed only when such citizens are not available. Section 222 further provides that upon the demand of the State Industrial Commissioner, the Contractor shall furnish a list of names and addresses of all his subcontractors and further provides that a violation of this section shall constitute a misdemeanor and shall be punishable by a fine of not less than Fifty Dollars ($50.00) nor more than Five Hundred Dollars ($500.00) or by imprisonment for not less than thirty nor more than ninety days, or both fine and • imprisonment. Section 220-A of the Labor Law, as amended by Chapter 472 of the Laws of 1932, provides that before payment is made by or on behalf of the State of any city, county, town or village or other civil division of the state of any sums due on account of a contract for a public improvement, it is • the duty of the Comptroller or the financial officer of the Municipal Corporation to require the Contractor and each and every subcontractor to file a certified statement in writing, in satisfactory form, certifying to the amounts then due and owing to any and all laborers for daily or weekly wages on account of labor performed upon the work of the Contractor, setting forth therein the names of the persons whose wages are unpaid and the amount due each respectively. • Section 220-B of the Labor Law, as so amended, provides that any interested person who shall have previously filed a protest in writing objecting to the amounts due or to become due to him for daily or weekly wages for labor performed on the public improvement for which the Contract was entered into, or if for any reason, it may be deemed advisable, the Comptroller of the State or financial officer of the Municipal Corporation may deduct from the whole amount of any • payment on account thereof of the sums or sum admitted by any contractor or subcontractor in such statement or statements so filed to be due and owing by him on account of labor performed and may withhold the amount so deducted for the benefit of the laborers for daily or weekly wages, whose wages are unpaid as shown by the verified statements filed by any contractor or subcontractor and may pay directly to any person the amount or amounts so shown to be due for • such wages. Section 220-C of the Labor Law, as so amended, provides the penalty for making of a false oath or verification. Section 220-D of the Labor Law provides that the advertised Specifications for every contract for • the construction, reconstruction, maintenance and/or repair of highways to which the State, county, town and/or village is a party shall contain a provision stating the minimum rate of hourly wage that can be paid, as shall be designated by the Industrial Commissioner, to the laborers employed in the performance of the Contract either by the Contractor, subcontractor or other person doing or contracting to do the whole or part of the work contemplated by the CC -6 r-, CONDITIONS OF CONTRACT Contract, and the Contract shall contain a stipulation that such laborers shall be paid not less than such hourly minimum rate of wage. Any person or corporation that willfully pays, after entering into such Contract, less than such stipulated minimum hourly wage scale shall be guilty of a • misdemeanor and upon conviction, shall be punished for a first offense by a fine of Five Hundred Dollars ($500.00) or by imprisonment for not more than thirty (30) days, or both by fine and imprisonment; for a second offense by a fine of One Thousand Dollars ($1,000.00) and in addition thereto, the Contract on which the violation has occurred shall be forfeited, and no such person or corporation shall be entitled to receive any sum nor shall any officer, agent or • employee of the State pay the same or authorize its payment from the funds under his charge or control to any person or corporation for work done upon any contract, on which the Contractor has been convicted of second offense in violation of the provisions of this section. The minimum wage rates established by the Industrial Commissioner, State of New York, for this Contract are set forth herein above as part of "Instructions to Bidders". • 12. QUALIFICATIONS FOR EMPLOYMENT No person under the age of sixteen (16) years and no person currently serving sentence in a penal or correctional institution shall be employed to perform any work on the project under this • Contract. No person whose age or physical condition is such as to make his employment dangerous to his health or safety or to the health or safety of others, shall be employed to perform any work on this project; provided, however, that such restrictions shall not operate against the employment of physically handicapped persons, otherwise employable, where each person may be safely assigned to work which they can ably perform. • 13. NON-DISCRIMINATION There shall be no discrimination because of race, creed, color, national origin, age or sex in the employment of persons for work under this Contract, whether performed by the Contractor or any subcontractor. Neither shall the Contractor and subcontractor or any person acting on behalf • of the Contractor or subcontractor discriminate in any manner against or intimidate any employee hired for the performance of work under this Contract on account of race, creed, color, national origin, age or sex. There may be deducted from the amount payable to the Contractor by the Owner under this • Contract a penalty of Five Dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of this paragraph; provided that for a second or any subsequent violation of the terms of this paragraph, this Contact may be canceled or terminated by the Owner and all monies due or to become due hereunder may be forfeited. 14. PAYMENT OF EMPLOYEES The Contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this Contract in full (less deductions made mandatory by law) in cash or company check and not less often than once each week. • CC -7 9 CONDITIONS OF CONTRACT 15. ESTIMATES & PAYMENTS (a) Monthly: At the end of each calendar month during the progress of the work, the Engineer shall make an approximate estimate of the work satisfactorily done, based upon the prices set • forth in the Proposal Form. In consideration of the work done, the Owner will pay or cause to be paid to the Contractor the amount estimated by the Engineer as due him less five (5) percent. The making of any such estimate or payment made thereon shall not be taken or construed as an acceptance by the Owner of any work so estimated and paid for. The five percent (5%) of the amount of the monthly estimate remaining unpaid will be retained by the Owner as a guarantee that the Contractor will faithfully and completely fulfill all obligations imposed by the Contract and Specifications, and against any damages caused the Owner by reason of any failure on the part of the Contractor to fulfill all conditions and obligations herein contained. • (b) Final Estimate: One month after the completion and acceptance of the work specified and contracted for, the Engineer will make a final estimate of all the work done. Thereafter, the Owner will pay the full amount, less prior payments, less any amounts retained to complete the work according to the provisions of the Specifications, less any money paid by the Owner by reason of said Contractor having failed to carry out faithfully and completely all the obligations and requirements herein contained. Upon final settlement, according to the conditions herein specified and not until such settlement shall have been made, will the Contractor be relieved from the obligations assumed in the Contract. (c) Measurement for Payment: The Engineer shall make due measurement of work done during the progress of the work and his estimate shall be final and conclusive evidence of the amounts • of work performed by the Contractor under, and by virtue of, this agreement and shall be taken as full measure of compensation to be received by the Contractor. When requested by the Contractor, the Engineer shall measure, re -measure or re -estimate any portion of the work, but the expense of such re -measurement or re -estimating shall, unless material error is proved, be paid for by the Contractor. • (d) No payments will be made for materials delivered to the site which have not been incorporated into the work. (e) Contractors and subcontractors are required to submit to the Town, within thirty days after • issuance's of the first payroll, and every thirty days thereafter, a transcript of the original payroll record, subscribed and affirmed as true under the penalties of perjury. r-, r, u CONDITIONS OF CONTRACT 16. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE The acceptance by the Contractor of the final payment shall be, and shall operate as a release to • the Owner from all claims and all liabilities to the Contractor for all the things done or furnished in connection with this work and for every act and neglect of the Owner and others relating to or arising out of, this work, excepting the Contractor's claims for interest upon the final payment, if this payment be improperly delayed. No payment, however, final or otherwise, shall operate to release the Contractor or his sureties from any obligations under this Contract or the Performance • Bond. 17. CONSTRUCTION REPORTS The Contractor shall submit to the Engineer prior to commencing any work under this Contract, • a detailed schedule and plan of operations indicating the manner in which the Contractor proposes to prosecute the work and a time schedule therefor. Such schedules are not intended to bind the Contractor to a pre -determined plan or procedure, but rather to enable the Engineer to coordinate the work of the Contractor with work required of, and to be performed by others. The detailed schedule shall include a list of the subcontractors and material suppliers he proposes to use on the work. The Contractor shall furnish the Engineer with periodic estimates for partial payments as required elsewhere in the Contract Documents, and in addition thereto will furnish the Engineer with a detailed estimate for final payment. Prior to being eligible to receive the final payment under this Contract, the Contractor shall furnish the Engineer with substantial proof that all bills for services rendered and materials supplied have been paid. The enumeration of the above reports in no way relieves the Contractor of his responsibility • under existing Federal or State Laws of filing such other reports with agencies as may be required by such existing laws or regulations. 18. INSPECTION AND TESTS • All material and workmanship shall be subject to inspection, examination and test by the Engineer at any time during the construction and at any and all places where manufacturing of materials used and/or construction is carried on. Without additional charge, Contractor shall furnish promptly all reasonable facilities, labor and • materials necessary to make any tests required by the Engineer and/or required by the Specifications. If at any time before final acceptance of the entire work, the Engineer considers necessary or advisable an examination of any portion of the work already completed, by removing or tearing out the same, the Contractor shall upon request, furnish promptly all necessary facilities, labor and materials for such examination. If such work is found to be defective in any material CC -9 0 CONDITIONS OF CONTRACT respect, due to the fault of the Contractor or any subcontractor, or if any work shall be covered over without the approval or consent of the Engineer, whether or not the same shall be defective, the Contractor shall be liable for the expense for such examination and of satisfactory reconstruction. • If, however, such approval and consent shall have been given and such work is found to meet the requirements of this Contract, the Contractor shall be recompensed for the expense of such examination and reconstruction in the manner herein provided for the payment of cost of extra work. • The selection of laboratories and/or agencies for the inspection and tests of supplies, materials or equipment shall be subject to the approval of or designated by the Owner. Satisfactory documentary evidence that the material has passed the required inspection and tests must be furnished to the Engineer prior to the incorporation of the material in the work. • Any rejected work will be removed from the site of the project completely at the expense of the Contractor. 19. PLANS AND SPECIFICATIONS: INTERPRETATIONS The Contractor shall keep at the site of the work one copy of the Plans and Specifications signed and identified by the Engineer. Anything shown on the Plans and not mentioned in the Specifications or mentioned in the Specifications and not shown in the Plans shall have the same effect as if shown or mentioned in both. In case of any conflict or inconsistency between the Plans and Specifications, the Specifications shall govern. Any discrepancy between the figures and drawings shall be submitted to the Engineer whose decision thereon shall be conclusive. 20. SUBSURFACE CONDITIONS FOUND DIFFERENT Should the Contractor encounter subsurface conditions at the site materially differing from those shown on the Plans or indicated in the Specifications, he shall immediately give notice to the Engineer of such conditions, before they are disturbed; the Engineer shall thereupon promptly investigate the conditions and if he finds that they materially differ from those shown on the Plans or indicated on the Specifications, he shall at once make such changes in the Plans and/or Specifications as he may find necessary. Any increase or decrease of cost resulting from such changes will be adjusted in the manner provided herein for adjustment as to extra and/or additional work and changes. 21. CONTRACTOR'S TITLE TO MATERIALS L No materials or supplies for the work shall be purchased by the Contractor or any subcontractor subject to any chattel mortgage or under a conditional sale or other agreement by which an interest is retained by the seller. The Contractor warrants that he has good title to all materials and supplies used by him in the work. • CC - 10 • CONDITIONS OF CONTRACT 22. SUPERINTENDENCE BY CONTRACTOR • At the site of the work, the Contractor shall give his constant, personal attention to the work or employ a construction superintendent or foreman who shall have full authority to act for the Contractor. It is understood that such representative shall be acceptable to the Engineer and shall be one who can be continued in that capacity for the particular job involved unless he ceases to be on the Contractor's payroll. The Contractor's superintendent and foreman must be able to read and speak the English language. 23. PROTECTION OF WORK, PERSONS AND PROPERTY Precaution shall be exercised at all times for the proper protection of all persons, property and work. The Contractor shall give notice to the owners of utilities which may serve the area and request their assistance in predetermining the location and depth of various pipes, conduits, manholes, and other underground facilities. The safety provisions of applicable laws, building and construction codes shall be observed. Machinery, equipment and all hazards shall be guarded or eliminated in accordance with the safety provisions of the Manual of Accident • Prevention in Construction published by the Associated General Contractors of America, to the extent that such provisions are not in contravention of applicable law. The Contractor shall furnish entirely at his own expense any and all additional safety measures deemed necessary by the Owner or his Engineer to adequately safeguard the traveling public. The Contractor shall, at all hours of the day, safely guard and protect his own work and adjacent • property from any damage and shall replace or make good any such damage, loss or injury, unless such be caused directly by errors contained in the Contract Documents, or by the Owner or its duly authorized representatives. The Contractor shall provide and maintain such watchmen, barriers, lights, flares and other • signals at his own expense, as will effectively prevent any accident in consequence of his work for which the Owner might be liable. The Contractor shall be liable for all injuries or damage caused by his act or neglect, or that of his employees. The Contractor shall take particular care to avoid the blocking of fire hydrants, fire alarm boxes, letterboxes, traffic signals or other visible devices maintained for the use of the public. 24. REPRESENTATIONS OF CONTRACTOR The Contractor represents and warrants: • (a) That he is financially solvent and that he is experienced in, and competent to, perfonn 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 • 11 CONDITIONS OF CONTRACT 0 (b) That he is familiar with all Federal, State and Municipal Law, ordinances and n;gulations 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 hi n 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 need ,-d for the performance of the work, the general local conditions which may in any way affect th -, work or its performance. 0 25. PATENT RIGHTS As part of his obligation hereunder and without any additional compensation, the Conti actor will pay for any patent fees or royalties required in respect to the work or any part thereo F 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 inf ingement 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 Engine(r, 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 sha l confirm in writing any oral orders, directions, requirements or determinations. The enumeration herein or elsewhere in the Contract Documents of particular instance in which the opinion, judgment, discretion or determination of the Engineer shall control or in which work shall be per-ormed 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 alte ations 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 w ork to be done, no claim for damages or anticipated profits will be warranted on the work, whic 1 may be dispensed with. If such alterations increase the amount of work, such increases shall bi.- paid for CC -12 C C r� • CONDITIONS OF CONTRACT 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 reduced by such amount as in the judgment of the Engineer shall be equitable. The Contractor expressly warrants that his work shall be free from any defects in materials or • workmanship and agrees to correct any defects, which may appear within one year following the final completion of the work. Neither the acceptance of the completed work nor payment therefor shall operate to release the Contractor or his sureties from any obligations under or upon this Contract or the Performance Bond. 29. WEATHER CONDITIONS • In the event of temporary suspension of work or during inclement weather or whenever the Engineer shall direct, the Contractor will, and will cause his subcontractors to protect carefully his and their work and materials against damage or injury from the weather. If in the opinion of the Engineer any work or material shall have been damaged or injured by reason of failure on the • part of the Contractor or any of his subcontractors to protect his or their work, such work and materials shall be removed and replaced at the expense of the Contractor. 30. THE OWNER'S RIGHT TO WITHHOLD PAYMENTS • The Owner may withhold from the Contractor so much of any approved payments due him as may, in the judgment of the Owner, be necessary: (a) To assure the payment of just claims then due and unpaid of any persons supplying labor or materials for the work; • (b) To protect the Owner from loss due to defective work not remedied; or (c) To protect the Owner from loss due to injury to persons or damage to the work or property of other contractors or subcontractors or others, caused by the act or neglect of the Contractor or any of his subcontractors. The Owner shall have the right, as agent for the Contractor to apply • such amounts so withheld in such manner as the Owner may deem proper to satisfy such claims CC -13 0 CONDITIONS OF CONTRACT or to secure such protection. Such applications of such money shall be deemed payme its for the account of the Contractor. • 31. THE OWNER'S RIGHT TO STOP WORK OR TERMINATE CONTRACT • If, (a) The Contractor shall be adjudged bankrupt or make an assignment for the benefit of creditors; or • (b) A receiver or liquidator shall be appointed for the Contractor for any of his property and shall not be dismissed within 20 days after such appointment, or the proceedings in connection therewith shall not be stayed on appeal within the said 20 days; or (c) The Contractor shall refuse or fail, after notice or warning from the Engineer, to supply • enough properly skilled workmen or proper materials; or (d) The Contractor shall refuse or fail to prosecute the work or any part thereof with such diligence as will insure its completion within the periods herein specified (or any duly � uthorized • 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 Coni ract; then and in any such event, the Owner, without prejudice to any other rights or remedy it r iay 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 at y 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 finish(A If the unpaid balance of the compensation to be paid the Contractor hereunder shall exceed th ; expense of so completing the work (including compensation for additional managerial, administ -ative and inspection services and any damages for delay), such excess shall be paid to the Cont -actor. 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 w irk is so terminated, the Owner may take possession of and utilize in completing the work, such ; naterials, appliances, supplies, plant and equipment as may be on the site of the work and iecessary thereof If the Owner does not so terminate the right of the Contractor to proceed, the Contractor shall continue to work. CC - 14 0 • CONDITIONS OF CONTRACT 32. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work shall be stopped by order of the Court or other public authority for a period of three • (3) months without act or fault of the Contractor or any of his agents, servants, employees or subcontractors, the Contractor may, upon ten (10) days' notice to the Owner, discontinue his performance of the work and/or terminate the Contract; in which event, the liability of the Owner to the Contractor shall be determined as provided in Paragraph 31. The Contractor shall not be obligated to pay to the Owner any excess of the expense of completing the work over the unpaid • balance of the compensation to be paid to the Contractor hereunder. 33. RESPONSIBILITY FOR WORK The Contractor agrees to be responsible for the entire work embraced in this Contract until its completion and final_ acceptance, and that any unfaithful or imperfect work that may become damaged from any cause either by act of commission or omission to properly guard and protect the work that may be discovered at any time before the completion and acceptance shall be removed and replaced by good and satisfactory work without any charge to the Owner, and that such removal and replacement will be performed immediately on the requirement of the Engineer, notwithstanding the fact that it may have been overlooked by the proper inspector, and partial payment made thereon. It is fully understood by the Contractor that the inspection of the work shall not relieve him of any obligation to do sound and reliable work as herein prescribed, and that any omission to disapprove any work by the Engineer at or before the time of partial payment or other estimate shall not be construed to be acceptance of any defective work. • 34. USE OF PREMISES AND REMOVAL OF DEBRIS The Contractor expressly undertakes at his own expense: (a) To store his apparatus, materials, supplies and equipment in such orderly fashion at the site of the work as will not unduly interfere with the progress of his work or the work of any of his • subcontractors; • (b) To frequently clean up all refuse, rubbish, scrap materials and debris caused by the operations to the end that at all times, the site of the work shall present a neat, orderly and workmanlike appearance; (c) Before final payment hereunder to remove all surplus material, temporary structures, plants of any description and debris of every nature resulting from his operations. 35. SUITS OF LAW • The Contractor shall indemnify and save harmless the Owner from and against all suits, claims, demands or actions for any injury sustained or alleged to be sustained by any party or parties in connection with the construction of the work or any part thereof, or any commission or omission of the contractor, his employees or agents of any subcontractor, and in case of any such action • shall be brought against the Owner, the Contractor shall immediately take charge of and defend the same at his own cost and expense. CC - 15 • CONDITIONS OF CONTRACT 36. POWER OF THE CONTRACTOR TO ACT IN AN EMERGENCY • In case of an emergency, which threatens loss or injury to property and/or safety of life, the • Contractor will be permitted to act as he sees fit without previous instructions from the Engineer. He shall notify the Engineer thereof immediately and any compensation claimed by the Contractor due to extra work made necessary because of his acts in such emergency shall be submitted to the Engineer for approval. • Where the Contractor has not taken action but has notified the Engineer of an emergency indicating injury to persons or damage to adjoining property or to the work being accomplished under this Contract, then upon authorization from the Engineer to prevent such threatened injury or damage, he shall act as instructed by the Engineer. The amount of reimbursement claimed by the Contractor on account of any such action shall be determined in the manner provided herein for the payment of extra work. 37. PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and the Contract shall read and be enforced as though it were included herein, and if through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon the application of either party the Contract shall be forthwith be physically amended to make such insertion. 38. SUBLETTING, SUCCESSOR AND ASSIGNS • The Contractor shall not sublet any part of the work under this Contract nor assign any money due him hereunder without first obtaining the written consent of the Owner. This Contract shall insure the benefit of and shall be binding upon the parties hereunder and upon their respective successors and assigns, but neither party shall assign or transfer his interest herein in whole or in • part without consent of the other. 39. GENERAL MUNICIPAL LAW CLAUSE Pursuant to the provisions of Section 103-a of the General Municipal Law, in the event that the • Bidder or any member, partner, director or officer of the Bidder, should refuse, when called before a grand jury to testify concerning any transaction or contract had with the State, any political subdivision thereof, a public authority or any public Department, agency or official of the State or of any political subdivision thereof or of a public authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning • such transaction or contract, such person, and any firm, partnership, or corporation of which he is a member, partner, director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or any public Department, agency or official thereof for goods, work or services for a period of five (5) years after such refusal, and any and all contracts made with any municipal corporation or any public Department, agency or official thereof on or after the first day of July, 1959, by such CC - 16 • CONDITIONS OF CONTRACT person, and by any firm, partnership or corporation of which he is a member, partner, director or officer may be cancelled or tenninated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the • municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. 40. GRADES, LINES, LEVELS AND SURVEYS • The Engineer shall furnish the Contractor with the basic horizontal and vertical controls from which the Contractor shall transfer and stake his lines and grades and for their accuracy. The Engineer will establish the basic horizontal and vertical controls at the start of the work, and it shall be the responsibility of the Contractor to safeguard such controls; and if, in the opinion of • the Engineer, these controls are damaged or destroyed either in whole or in part, the Contractor shall pay the cost of having the damaged controls verified, checked, corrected or replaced. 41. INSURANCE REQUIREMENTS • The Contractor shall not commence work until the Town has approved all the insurance required under this Contract as required immediately following the Instructions to Bidders. Additionally, the Contractor shall indemnify and save harmless the Town of Southold from and against all losses and all claims, demands, payments, suits, actions, recoveries and judgments of every kind or nature, brought or recovered against the Town of Southold by reason of any act or omission of the Contractor, his agent or employees in the performance of the Contract. • The Contractor shall not permit any subcontractor to commence any work under this contract until satisfactory proof of carriage of the required insurance has been posted with and approved by the Town. • 42. FOREIGN CONTRACTORS Foreign Contractors must comply with the provisions of Articles 9A and 16 of the Tax Law, as amended, prior to submission of a bid for the performance of this work. The certificate of the New York State Tax Commission to the effect that all taxes have been paid by the foreign • contractor shall be conclusive proof of the payment of taxes. The term "foreign contractor" as used in this subdivision means in the case of an individual, a person who is a legal resident of another state or foreign country; and in the case of a foreign corporation, one organized under the laws of a state other than the State of New York. • 43. LIEN LAW Attention of all persons submitting bids is specifically called to the provisions of Section 25, Subdivision 5, Section 25A and 25B of the Lien Law, as amended, in relation to funds being received by a contractor for a public improvement declared to constitute trust funds in the hands of such Contractor to be applied first to the payment of certain claims. • CC - 17 CONDITIONS OF CONTRACT 44. REFUSAL TO WAIVE IMMUNITY C 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. • 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 C • A • • • • • A • • • Itemized Proposal for: Highway Department - Southold Fuel Dispensing Facility Town of Southold Highway Department Bid Date: November 13, 2014 LKMA #: 13108.000 ITEM NO. ESTIMATED DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS General Conditions & Mobilization 1 1 for /LS Dollars Cents Site Preparation 2 1 for /LS Dollars Cents Demolitions and Removals 3 1 for /LS Dollars Cents Unclassified Excavation & Grading 4 1 for /LS Dollars Cents Concrete Filled Bollards 5 44 for /EA Dollars Cents Complete Installation of Aboveground 8,000 Gallon Gas Tank 6 1 for /EA Dollars Cents Complete Installation of Aboveground 8,000 Gallon Diesel Tank 7 1 for /EA Dollars Cents Fuel Canopy 8 1 for /LS Dollars Cents PF -1A Itemized Proposal for: Highway Department - Southold Fuel Dispensing Facility Town of Southold Highway Department Bid Date: November 13, 2014 LKMA #: 13108.000 ITEM NO. ESTIMATED DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS Concrete Slabs 9 1,800 for /SF Dollars Cents Concrete Curb 10 200 for /LF Dollars Cents Concrete Pavement 11 3,100 for /SF Dollars Cents Full Depth RCA Pavement 12 700 for /SF Dollars Cents Full Depth Asphalt Pavement 13 600 for /SF Dollars Cents Dispenser Island 14 1 for /LS Dollars Cents Utility Building on concrete foundation 15 1 for /LS Dollars Cents Concrete Sound Wall & Footing 16 1 for /LS Dollars Cents PF -2A • • • • • • • • • • • Itemized Proposal for: Highway Department - Southold Fuel Dispensing Facility Town of Southold Highway Department Bid Date: November 13, 2014 LKMA #: 13108.000 ITEM NO. ESTIMATED DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS New Gas Service & 250 KW Natural Gas Generator 17 1 for /LS Dollars Cents New Electric Service 18 1 for /LS Dollars Cents Fire Suppression & Signage 19 1 for /LS Dollars Cents Abandonment of Monitoring Wells 20 3 for /EA Dollars Cents TOTAL BID Items (Add All Items) Dollars Cents (Numerically) WRITTEN IN WORDS NOTE: The Town of Southold reserves the right to increase, decrease, or eliminate in its entirety any or all items prior to or after award of the bid. 1,000 Gallon Tank Removal, and SCDHS Inspections ALT 1 4 for /EA Dollars Cents 2,500 Gallon Tank Removal, and SCDHS Inspections ALT 2 1 for /EA Dollars Cents PF -3A 0 • • • 9 e 0 • 0 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 0 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. L 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 i 0 7. List five major projects you organization has completed in the past five years: A Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone # Telephone# Amount Completion % of Work 0 A F: QS -2 0 a 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): U Individual's Name 0 Present Position Years of Of Office Experience Type of Work For Which In What 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? 0 10. Bank References: r 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? i i QS -3 0 • 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) R Sworn to before me this day of , 201_ Notary Public Commission Expiration Date: • 0 • • • QS -4 • CONTRACT AGREEMENT THIS AGREEMENT made this day of Two Thousand and Thirteen 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 lb of constructing the Southold Fuel Dispensing Facility • 0 AS DESCRIBED IN THE Contract Documents made and prepared by the Town of Southold, and L.K. McLean Associates P.C. , 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 0 Terms used in the Agreement which are defined in Article 1 of the General Conditions shall have the meanings indicated in the General Conditions. Neither Owner nor Contractor shall, without the prior written consent of the other, assign or sublet in whole or part his interest under any of the Contact Documents; and, specifically, Contractor shall not assign any monies due or to become due without the prior written consent of the Owner. Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives of the other party hereto in respect to all covenants, agreements and obligations contained in the Contract Documents. The Contract Documents constitute the entire agreement between Owner and Contractor and may only be altered, amended or repealed by a duly executed written instrument signed by both parties. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. Total Bid Written in Words Written in Figures TOWN OF SOUTHOLD CONTRACTOR BY BY Scott A. Russell, Supervisor • BY Town Attorney 0 TITLE (CORPORATE SEAL) A-2 Dollars Cl • 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 • • 0 0 C • 40 0 V Andrew M. Cuomo, Governor Southold Engineering Dept Matt Frascinella, Junior Engineer L.K. McLean Associates, PC 437 South Country Road Brookhaven NY 11719 to Peter M. Rivera, Commissioner Schedule Year 2014 through 2015 Date Requested 10/20/2014 PRC# 2014009748 Location Southold Highway Dept. Yard Project ID# 13108 Project Type Install a municipal fuel dispensing faciliy with above ground fuel storage tanks. Install new gas and electric services and emergency backup generator. 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: Name & Title of Representative: www. I abor. state. ny. us. Date Cancelled: Phone: (518) 457-5589 Fax: (518) 485-1870 W. Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240 ISM1111 PWAsk@labor. state. ny. us U General Provisions of Laws Covering Workers on Article 8 Public Work Contracts Introduction The Labor Law requires public work contractors and subcontractors to pay laborers, workers, or mechanics employed in the performance of a public work contract not less than the prevailing rate of wage and supplements (fringe benefits) in the locality where the work is performed. Responsibilities of the Department of Jurisdiction A Department of Jurisdiction (Contracting Agency) includes a state department, agency, board or commission: a county, • city, town or village; a school district, board of education or board of cooperative educational services; a sewer, water, fire, improvement and other district corporation; a public benefit corporation; and a public authority awarding a public work contract. The Department of Jurisdiction (Contracting Agency) awarding a public work contract MUST obtain a Prevailing Rate Schedule listing the hourly rates of wages and supplements due the workers to be employed on a public work project. This schedule may be obtained by completing and forwarding a "Request for wage and Supplement Information" form (PW 39) to the Bureau of Public Work. The Prevailing Rate Schedule MUST be included in the specifications for the contract to be awarded and is deemed part of the public work contract. Upon the awarding of the contract, the law requires that the Department of Jurisdiction (Contracting Agency) furnish the following information to the Bureau: the name and address of the contractor, the date the contract was let and the approximate dollar value of the contract. To facilitate compliance with this provision of the Labor Law, a copy of the Department's "Notice of Contract Award" form (PW 16) is provided with the original Prevailing Rate Schedule. The Department of Jurisdiction (Contracting Agency) is required to notify the Bureau of the completion or cancellation of any public work project. The Department's PW 200 form is provided for that purpose. Both the PW 16 and PW 200 forms are available for completion online. Hours No laborer, worker, or mechanic in the employ of a contractor or subcontractor engaged in the performance of any public work project shall be permitted to work more than eight hours in any day or more than five days in any week, except in cases of extraordinary emergency. The contractor and the Department of Jurisdiction (Contracting Agency) may apply to the Bureau of Public Work for a dispensation permitting workers to work additional hours or days per week on a particular public work project. There are very few exceptions to this rule. Complete information regarding these exceptions is available on the "4 Day / 10 Hour Work Schedule" form (PW 30R). Wages and Supplements The wages and supplements to be paid and/or provided to laborers, workers, and mechanics employed on a public work project shall be not less than those listed in the current Prevailing Rate Schedule for the locality where the work is performed. If a prime contractor on a public work project has not been provided with a Prevailing Rate Schedule, the contractor must notify the Department of Jurisdiction (Contracting Agency) who in turn must request an original Prevailing Rate Schedule form the Bureau of Public Work. Requests may be submitted by: mail to NYSDOL, Bureau of Public Work, State Office Bldg. Campus, Bldg. 12, Rm. 130, Albany, NY 12240; Fax to Bureau of Public Work (518) 485-1870; or electronically at the NYSDOL website www.labor.state.ny.us. Upon receiving the original schedule, the Department of Jurisdiction (Contracting Agency) is REQUIRED to provide complete copies to all prime contractors who in turn MUST, by law, provide copies of all applicable county schedules to each subcontractor and obtain from each subcontractor, an affidavit certifying such schedules were received. If the original schedule expired, the contractor may obtain a copy of the new annual determination from the NYSDOL website www. labor. state. ny.us. The Commissioner of Labor makes an annual determination of the prevailing rates. This determination is in effect from July 1 st through June 30th of the following year. The annual determination is available on the NYSDOL website www.labor.state.ny.us. Payrolls and Payroll Records r Every contractor and subcontractor MUST keep original payrolls or transcripts subscribed and affirmed as true under penalty of perjury. Payrolls must be maintained for at least three (3) years from the project's date of completion. At a minimum, payrolls must show the following information for each person employed on a public work project: Name, Address, Last 4 Digits of Social Security Number, Classification(s) in which the worker was employed, Hourly wage rate(s) paid, Supplements paid or provided, and Daily and weekly number of hours worked in each classification. 0 0 Every contractor and subcontractor shall submit to the Department of Jurisdiction (Contracting Agency), within thirty (30) days after issuance of its first payroll and every thirty (30) days thereafter, a transcript of the original payrolls, subscribed and affirmed as true under penalty of perjury. The Department of Jurisdiction (Contracting Agency) shall collect, review for facial validity, and maintain such payrolls. In addition, the Commissioner of Labor may require contractors to furnish, with ten (10) days of a request, payroll records sworn to as their validity and accuracy for public work and private work. Payroll records include, by are not limited to time cards, work description sheets, proof that supplements were provided, cancelled payroll checks and payrolls. Failure to provide the requested information within the allotted ten (10) days will result in the withholding of up to 25% of the contract, not to exceed $100,000.00. If the contractor or subcontractor does not maintain a place of business in New York State and the amount of the contract exceeds $25,000.00, payroll records and certifications must be kept on the project worksite. The prime contractor is responsible for any underpayments of prevailing wages or supplements by any subcontractor. All contractors or their subcontractors shall provide to their subcontractors a copy of the Prevailing Rate Schedule specified in the public work contract as well as any subsequently issued schedules. A failure to provide these schedules by a contractor or subcontractor is a violation of Article 8, Section 220-a of the Labor Law. All subcontractors engaged by a public work project contractor or its subcontractor, upon receipt of the original schedule and any subsequently issued schedules, shall provide to such contractor a verified statement attesting that the subcontractor has received the Prevailing Rate Schedule and will pay or provide the applicable rates of wages and supplements specified therein. (See NYS Labor Laws, Article 8 . Section 220-a). Determination of Prevailing Wage and Supplement Rate Updates Applicable to All Counties The wages and supplements contained in the annual determination become effective July 1st whether or not the new determination has been received by a given contractor. Care should be taken to review the rates for obvious errors. Any f corrections should be brought to the Department's attention immediately. It is the responsibility of the public work contractor to use the proper rates. If there is a question on the proper classification to be used, please call the district office located nearest the project. Any errors in the annual determination will be corrected and posted to the NYSDOL website on the first business day of each month. Contractors are responsible for paying these updated rates as well, retroactive to July 1st. When you review the schedule for a particular occupation, your attention should be directed to the dates above the column of rates. These are the dates for which a given set of rates is effective. To the extent possible, the Department posts rates in its possession that cover periods of time beyond the July 1 st to June 30th time frame covered by a particular annual determination. Rates that extend beyond that instant time period are informational ONLY and may be updated in future annual determinations that actually cover the then appropriate July 1st to June 30th time period. Withholding of Payments When a complaint is filed with the Commissioner of Labor alleging the failure of a contractor or subcontractor to pay or provide the prevailing wages or supplements, or when the Commissioner of Labor believes that unpaid wages or supplements may be due, payments on the public work contract shall be withheld from the prime contractor in a sufficient amount to satisfy the alleged unpaid wages and supplements, including interest and civil penalty, pending a final determination. When the Bureau of Public Work finds that a contractor or subcontractor on a public work project failed to pay or provide the requisite prevailing wages or supplements, the Bureau is authorized by Sections 220-b and 235.2 of the Labor Law to so notify the financial officer of the Department of Jurisdiction (Contracting Agency) that awarded the public work contract. Such officer MUST then withhold or cause to be withheld from any payment due the prime contractor on account of such contract the amount indicated by the Bureau as sufficient to satisfy the unpaid wages and supplements, including interest and any civil penalty that may be assessed by the Commissioner of Labor. The withholding continues until there is a final determination of the underpayment by the Commissioner of Labor or by the court in the event a legal proceeding is instituted for review of the determination of the Commissioner of Labor. The Department of Jurisdiction (Contracting Agency) shall comply with this order of the Commissioner of Labor or of the court with respect to the release of the funds so withheld. Summary of Notice Posting Requirements The current Prevailing Rate Schedule must be posted in a prominent and accessible place on the site of the public work project. The prevailing wage schedule must be encased in, or constructed of, materials capable of withstanding adverse weather conditions and be titled "PREVAILING RATE OF WAGES" in letters no smaller than two (2) inches by two (2) 4D inches. The "Public Work Project" notice must be posted at the beginning of the performance of every public work contract, on each job site. 0 0 Every employer providing workers. compensation insurance and disability benefits must post notices of such coverage in the format prescribed by the Workers. Compensation Board in a conspicuous place on the jobsite. Every employer subject to the NYS Human Rights Law must conspicuously post at its offices, places of employment, or employment training centers, notices furnished by the State Division of Human Rights. Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite notices furnished by the NYS Department of Labor. Apprentices Employees cannot be paid apprentice rates unless they are individually registered in a program registered with the NYS Commissioner of Labor. The allowable ratio of apprentices to journeyworkers in any craft classification can be no greater than the statewide building trade ratios promulgated by the Department of Labor and included with the Prevailing Rate Schedule. An employee listed on a payroll as an apprentice who is not registered as above or is performing work outside the classification of work for which the apprentice is indentured, must be paid the prevailing journeyworker's wage rate for the classification of work the employee is actually performing. NYSDOL Labor Law, Article 8, Section 220-3, require that only apprentices individually registered with the NYS Department of Labor may be paid apprenticeship rates on a public work project. No other Federal or State Agency of • office registers apprentices in New York State. Persons wishing to verify the apprentice registration of any person must do so in writing by mail, to the NYSDOL Office of Employability Development / Apprenticeship Training, State Office Bldg. Campus, Bldg. 12, Albany, NY 12240 or by Fax to NYSDOL Apprenticeship Training (518) 457-7154. All requests for verification must include the name and social security number of the person for whom the information is requested. The only conclusive proof of individual apprentice registration is written verification from the NYSDOL Apprenticeship i Training Albany Central office. Neither Federal nor State Apprenticeship Training offices outside of Albany can provide conclusive registration information. It should be noted that the existence of a registered apprenticeship program is not conclusive proof that any person is registered in that program. Furthermore, the existence or possession of wallet cards, identification cards, or copies of state forms is not conclusive proof of the registration of any person as an apprentice. Interest and Penalties • In the event that an underpayment of wages and/or supplements is found: - Interest shall be assessed at the rate then in effect as prescribed by the Superintendent of Banks pursuant to section 14-a of the Banking Law, per annum from the date of underpayment to the date restitution is made. - A Civil Penalty may also be assessed, not to exceed 25% of the total of wages, supplements, and interest due. Debarment Any contractor or subcontractor and/or its successor shall be ineligible to submit a bid on or be awarded any public work contract or subcontract with any state, municipal corporation or public body for a period of five (5) years when: - Two (2) willful determinations have been rendered against that contractor or subcontractor and/or its successor within any consecutive six (6) year period. - There is any willful determination that involves the falsification of payroll records or the kickback of wages or supplements. Criminal Sanctions Willful violations of the Prevailing Wage Law (Article 8 of the Labor Law) may be a felony punishable by fine or imprisonment of up to 15 years, or both. Discrimination No employee or applicant for employment may be discriminated against on account of age, race, creed, color, national origin, sex, disability or marital status. No contractor, subcontractor nor any person acting on its behalf, shall by reason of race, creed, color, disability, sex or national origin discriminate against any citizen of the State of New York who is qualified and available to perform the work to which the employment relates (NYS Labor Law, Article 8, Section 220-e(a)). No contractor, subcontractor, nor any person acting on its behalf, shall in any manner, discriminate against or intimidate any employee on account of race, creed, color, disability, sex, or national origin (NYS Labor Law, Article 8, Section 220- e(b) ). 0 w The Human Rights Law also prohibits discrimination in employment because of age, marital status, or religion. There may be deducted from the amount payable to the contractor under the contract a penalty of $50.00 for each calendar day during which such person was discriminated against or intimidated in violation of the provision of the contract (NYS Labor Law, Article 8, Section 220-e(c) ). The contract may be cancelled or terminated by the State or municipality. All monies due or to become due thereunder • may be forfeited for a second or any subsequent violation of the terms or conditions of the anti -discrimination sections of the contract (NYS Labor Law, Article 8, Section 220-e(d) ). Every employer subject to the New York State Human Rights Law must conspicuously post at its offices, places of employment, or employment training centers notices furnished by the State Division of Human Rights. Workers' Compensation In accordance with Section 142 of the State Finance Law, the contractor shall maintain coverage during the life of the contract for the benefit of such employees as required by the provisions of the New York State Workers' Compensation Law. A contractor who is awarded a public work contract must provide proof of workers' compensation coverage prior to being allowed to begin work. The insurance policy must be issued by a company authorized to provide workers' compensation coverage in New York State. Proof of coverage must be on form C-105.2 (Certificate of Workers' Compensation Insurance) and must name this agency as a certificate holder. If New York State coverage is added to an existing out-of-state policy, it can only be added to a policy from a company authorized to write workers' compensation coverage in this state. The coverage must be listed under item 3A of the information page. The contractor must maintain proof that subcontractors doing work covered under this contract secured and maintained a workers' compensation policy for all employees working in New York State. • Every employer providing worker's compensation insurance and disability benefits must post notices of such coverage in the format prescribed by the Workers' Compensation Board in a conspicuous place on the jobsite. . Unemployment Insurance Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite notices furnished by the New York State Department of Labor. 0 r1 E 0 • • • • • • a C] • 0 Andrew M. Cuomo, Governor Southold Engineering Dept. Matt Frascinella, Junior Engineer L.K. McLean Associates, PC 437 South Country Road Brookhaven NY 11719 Peter M. Rivera, Commissioner Schedule Year 2014 through 2015 Date Requested 10/20/2014 PRC# 2014009748 Location Southold Highway Dept. Yard Project ID# 13108 Project Type Install a municipal fuel dispensing faciliy with above ground fuel storage tanks. Install new gas and electric services and emergency backup generator. Notice of Contract Award New York State Labor Law, Article 8, Section 220.3a requires that certain information regarding the awarding of public work contracts, be furnished to the Commissioner of Labor. One "Notice of Contract Award" (PW 16, which may be photocopied), MUST be completed for EACH prime contractor on the above referenced project. Upon notifying the successful bidder(s) of this contract, enter the required information and mail OR fax this form to the office shown at the bottom of this notice, OR fill out the electronic version via the NYSDOL website. Contractor Information All information must be supplied Federal Employer Identification Number: Name: Address: City: Amount of Contract: Approximate Starting Date: Approximate Completion Date www. labor. state. ny.us. State: Zip: Contract Type: [ ] (01) General Construction (02) Heating/Ventilation [ ] (03) Electrical (04) Plumbing [ ] (05) Other : Phone: (518) 457-5589 Fax: (518) 485-1870 W. Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240 PW 16 PWAsk@labor. state.ny. us • • IMPORTANT NOTICE ri CONTRACTORS & • CONTRACTING AGENCIES • Social Security Numbers on Certified Payrolls The Department of Labor is cognizant of the concerns of the potential for misuse or inadvertent disclosure of social security numbers. Identity theft is a growing problem and we are sympathetic to contractors' concerns with regard to inclusion of this information on payrolls if another identifier will suffice. For these reasons, the substitution of the use of the last four digits of the social security number on certified payrolls submitted to contracting agencies on public work projects is now acceptable to the Department of Labor. • NOTE: This change does not affect the Department's ability to request and receive the entire social security number from employers during the course of its public work / prevailing wage investigations. • • • r - u To all State Departments, Agency Heads and Public Benefit Corporations IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND Budget Policy & Reporting Manual • B-610 Public Work Enforcement Fund effective date December 7, 2005 1. Purpose and Scope: This Item describes the Public Work Enforcement Fund (the Fund, PWEF) and its relevance to State agencies and public benefit corporations engaged in construction or reconstruction contracts, maintenance and repair, and announces the recently -enacted increase to the percentage of the dollar value of such contracts that must be deposited into the Fund. This item also describes the roles of the following entities with respect to the Fund: - New York State Department of Labor (DOL), - The Office of the State of Comptroller (OSC), and - State agencies and public benefit corporations. 2. Background and Statutory References: DOL uses the Fund to enforce the State's Labor Law as it relates to contracts for construction or reconstruction, maintenance and repair, as defined in subdivision two of Section 220 of the Labor Law. State agencies and public benefit corporations participating in such contracts are required to make payments to the Fund. • C Chapter 511 of the Laws of 1995 (as amended by Chapter 513 of the Laws of 1997, Chapter 655 of the Laws of 1999, Chapter 376 of the Laws of 2003 and Chapter 407 of the Laws of 2005) established the Fund. • 3. Procedures and Agency Responsibilities: The Fund is supported by transfers and deposits based on the value of contracts for construction and reconstruction, maintenance and repair, as defined in subdivision two of Section 220 of the Labor Law, into which all State agencies and public benefit corporations enter. Chapter 407 of the Laws of 2005 increased the amount required to be provided to this fund to .10 of one -percent of the total cost of each such contract, to be calculated at the time agencies or public benefitcorporations enter into a new contract or if a contract is amended. The provisions of this bill became effective August 2, 2005. • 0 • To all State Departments, Agency Heads and Public Benefit Corporations IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND OSC will report to DOL on all construction -related ("D") contracts approved during the • month, including contract amendments, and then DOL will bill agencies the appropriate assessment monthly. An agency may then make a determination if any of the billed contracts are exempt and so note on the bill submitted back to DOL. For any instance where an agency is unsure if a contract is or is not exempt, they can call the Bureau of Public Work at the number noted below for a determination. Payment by check or journal voucher is due to DOL within thirty days from the date of the billing. DOL will verify the amounts and forward them to OSC for processing. For those contracts which are not approved or administered by the Comptroller, monthly reports and payments for deposit into the Public Work Enforcement Fund must be provided to the Administrative Finance Bureau at the DOL within 30 days of the end of each month or on a payment schedule mutually agreed upon with DOL. • Reports should contain the following information: - Name and billing address of State agency or public benefit corporation; - State agency or public benefit corporation contact and • phone number; - Name and address of contractor receiving the award; - Contract number and effective dates; - Contract amount and PWEF assessment charge (if contract amount has been amended, reflect increase or decrease to original contract and the adjustment in the PWEF charge); and • - Brief description of the work to be performed under each contract. Checks and Journal Vouchers, payable to the "New York State Department of Labor" should be sent to: Department of Labor Administrative Finance Bureau-PWEF Unit Building 12, Room 464 State Office Campus Albany, NY 12240 Any questions regarding billing should be directed to NYSDOL's Administrative Finance Bureau-PWEF Unit at (518) 457-3624 and any questions regarding Public Work Contracts should be directed to the Bureau of Public Work at (518) 457-5589. • 0 Construction Industry Fair Play Act Required Posting For Labor Law Article 25-B § 861-d Construction industry employers must post the "Construction Industry Fair Play Act" notice in a prominent and accessible place on the job site. Failure to post the notice can result in penalties of tip to $1,500 for a first offense and up to $5,000 for a second offense. The posting is included as part of this wage Schedule. Additional copies may be obtained from the NYS DOL website, www.labor.ny.gov. If you have any questions concerning the Fair Play Act, please call the State Labor Department toll-free at 1-866-435-1499 or email us at: dol. misclassified@ labor. state.ny.us . • F, • E • „ • • L • �� "'� New York State Department of Labor Required Notice under Article 25-B of the Labor Law 9 �- ��fNT ATTENTION ALL EMPLOYEES, CONTRACTORS AND SUBCONTRACTORS: YOU ARE COVERED BY THE • CONSTRUCTION INDUSTRY FAIR PLAY ACT The law says that you are an employee unless: • You are free from direction and control in performing your job AND • You perform work that is not part of the usual work done by the business that hired you AND • You have an independently established business Your employer cannot consider you to be an independent contractor unless all three of these facts apply to your work. IT IS AGAINST THE LAW FOR AN EMPLOYER TO MISCLASSIFY EMPLOYEES AS INDEPENDENT CONTRACTORS OR PAY EMPLOYEES OFF -THE -BOOKS. • Employee rights. If you are an employee: • You are entitled to state and federal worker protections such as o unemployment benefits, if unemployed through no fault of your own, able to work, and otherwise qualified o workers' compensation benefits for on-the-job injuries • o payment for wages earned, minimum wage, and overtime (under certain conditions) o prevailing wages on public work projects o the provisions of the National Labor Relations Act and o a safe work environment • It is a violation of this law for employers to retaliate against anyone who asserts their rights • under the law. Retaliation subjects an employer to civil penalties, a private lawsuit or both. Independent Contractors: If you are an independent contractor: You must pay all taxes required by New York State and Federal Law. Penalties for paying off -the -books or improperly treating employees as independent contractors: • • Civil Penalty First Offense: up to $2,500 per employee. Subsequent Offense(s): up to $5,000 per employee. • Criminal Penalty First Offense: Misdemeanor - up to 30 days in jail, up to a $25,000 fine • and debarment from performing Public Work for up to one year. Subsequent Offense(s): Misdemeanor - up to 60 days in jail, up to a $50,000 fine and debarment from performing Public Work for up to 5 years. • If you have questions about your employment status or believe that your employer may have violated your rights and you want to file a complaint, call the Department of Labor at 1(866)435-1499 or send an email to dol.misclassifiedC&-Iabor.state.nv.us. All complaints of fraud and violations are taken seriously and you can remain anonymous. Employer Name: • IA 999 (09110) • E L • C C7 C • • WORKER NOTIFICATION (Labor Law §220, paragraph a of subdivision 3-a) Effective February 24, 2008 This provision is an addition to the existing prevailing wage rate law, Labor Law §220, paragraph a of subdivision 3-a. It requires contractors and subcontractors to provide written notice to all laborers, workers or mechanics of the prevailing wage rate for their particular job classification on each pay stub*. It also requires contractors and subcontractors to post a notice at the beginning of the performance of every public work contract on each job site that includes the telephone number and address for the Department of Labor and a statement informing laborers, workers or mechanics of their right to contact the Department of Labor if he/she is not receiving the proper prevailing rate of wages and/or supplements for his/her particular job classification. The required notification will be provided with each wage schedule, may be downloaded from our website www. labor. state. ny.us or made available upon request by contacting the Bureau of Public Work at 518-457-5589. * In the event that the required information will not fit on the pay stub, an accompanying sheet or attachment of the information will suffice. E L • C C7 C • • • • F, • • E • THIS 'S": PUBLIC WORK PROJECT If you are employed on this project as a worker, laborer, or mechanic you are entitled to receive the prevailing wage and supplements rate for the classification at which you are working. Chapter 629 of These wages are set by law and must be posted the Labor Laws at the work site. They can also be found at: of 2007: www.labor.ny.gov • Contractor Name: • Project Location: PW 101 (10.12) • If you feel that you have not received proper wages or benefits, please call our nearest office.* Albany Binghamton Buffalo Garden City New York City Newburgh (518) 457-2744 (607) 721-8005 (716) 847-7159 (516) 228-3915 (212) 775-3568 (845) 568-5287 Patchogue Rochester Syracuse Utica White Plains (631) 687-4882 (585) 258-4505 (315) 428-4056 (315) 793-2314 (914) 997-9507 * For New York City government agency construction projects, please contact the Office of the NYC Comptroller at (212) 669-4443, or www.comptroller.nyc.gov — click on Bureau of Labor Law. w L w w w OSHA 10 -hour Construction Safety and Health Course — S 1537-A Effective July 18, 2008 This provision is an addition to the existing prevailing wage rate law, Labor Law §220, section 220-h. It requires that on all public work projects of at least $250,000.00, all laborers, workers and mechanics working on the site, be certified as having successfully completed the OSHA 10 -hour construction safety and health course. It further requires that the advertised bids and contracts for every public work contract of at least $250,000.00, contain a provision of this requirement. NOTE: The OSHA 10 Legislation only applies to workers on a public work project that are required, under Article 8, to receive the prevailing wage. (03.12) Page 1 of 2 Where to find OSHA 10-hour Construction Course 1. NYS Department of Labor website for scheduled outreach training at: www.labor.state.nv.us/workep2rotection/safetvhealth/DOSH ONSITE CONSULTATION shtm 2. OSHA Training Institute Education Centers: Rochester Institute of Technology OSHA Education Center Rochester, NY Donna Winter Fax (585) 475-6292 e-mail: dlwtpokrit.edu (866) 385-7470 Ext. 2919 www.rit.edu/—outreach/course.php3?CourselD=54 Atlantic OSHA Training Center UMDNJ — School of Public Health Piscataway, NJ Janet Crooks Fax(732)235-9460 e-mail: crooksje(a umdnj.edu (732)235-9455 htips://ophp.umdni.edu/wconnect/ShowSchedule awp?--GROUP—AOTCON-10 Atlantic OSHA Training Center University at Buffalo Buffalo, New York Joe Syracuse Fax(716)829-2806 e-mail:mailto: j aps(a)buffalo. edu (716)829-2125 htlp://www.smbs.buffalo.edu/CENTERS/trc/schedule OSHA php Keene State College Manchester, NH Leslie Singleton e-mail: lsingletin(a keene.edu (800)449-6742 www.keene.edu/courses/pn*nt/courses—osha.cfm 3. List of trainers and training schedules for OSHA outreach training at: www.OutreachTrainers.org (03.12) Page 2 of 2 1] C`. • • • n C 0 Requirements for OSHA 10 Compliance Chapter 282 of the Laws of 2007, codified as Labor Law 220-h took effect on July 18, 2008. The statute provides as follows: The advertised specifications for every contract for public work of $250,000.00 or more must contain a provision requiring that every worker employed in the performance of a public work contract shall be certified as having completed an OSHA 10 safety training course. The clear intent of this provision is to require that all employees of public work contractors, required to be paid prevailing rates, receive such training "prior to the performing any work on the project." The Bureau will enforce the statute as follows: All contractors and sub contractors must attach a copy of proof of completion of the OSHA 10 course to the first certified payroll submitted to the contracting agency and on each succeeding payroll where any new or additional employee is first listed. Proof of completion may include but is not limited to: 0 • Copies of bona fide course completion card (Note: Completion cards do not have an expiration date.) • Training roster, attendance record of other documentation from the certified trainer pending the issuance of the card. • • Other valid proof **A certification by the employer attesting that all employees have completed such a course is not sufficient proof that the course has been completed. • Any questions regarding this statute may be directed to the New York State Department of Labor, Bureau of Public Work at 518-485-5696. • • • Page 1 of I • WICKS Reform 2008 ( For all coil advertised or solicited for h1d o►t or after 7 1 /081 • n • Raises the threshold for public work projects subject to the Wicks Law requiring separate specifications and bidding for the plumbing, heating and electrical work. • The total project's threshold would increase from $50,000 to: $3 million in Bronx, Kings, New York, Queens and Richmond counties; $1.5 million in Nassau, Suffolk and Westchester counties; and $500,000 in all other counties. For projects below the monetary threshold, bidders must submit a sealed list naming each subcontractor for the plumbing, HVAC and electrical work and the • amount to be paid to each. The list may not be changed unless the public owner finds a legitimate construction need, including a change in specifications or costs or use of a Project Labor Agreement (PLA), and must be open to public inspection. Allows the state and local agencies and authorities to waive the Wicks Law and • use a PLA if it will provide the best work at the lowest possible price. If a PLA is used, all contractors shall participate in apprentice training programs in the trades of work it employs that have been approved by the Department of Labor (DOL) for not less than three years. They shall also have at least one graduate in the last three years and use affirmative efforts to retain minority apprentices. PLA's would be exempt from Wicks, but deemed to be public work subject to prevailing wage enforcement. The Commissioner of Labor shall have the power to enforce separate specification requirements on projects, and may issue stop -bid orders against public owners for non-compliance. Other new monetary thresholds, and similar sealed bidding for non -Wicks projects, would apply to certain public authorities including municipal housing authorities, NYC Construction Fund, Yonkers Educational Construction Fund, • NYC Municipal Water Finance Authority, Buffalo Municipal Water Finance Authority, Westchester County Health Care Association, Nassau County Health Care Corp., Clifton -Fine Health Care Corp., Erie County Medical Center Corp., NYC Solid Waste Management Facilities, and the Dormitory Authority. • Reduces from 15 to 7 days the period in which contractors mw,;f hay • • • • • C E • • V 0 0 PW30R-Notice (03.11) NYSDOL Bureau of Public Work 1 of 1 IMPORTANT INFORMATION Regarding Use of Form PW30R "Employer Registration for Use of 4 Day / 10 Hour Work Schedule" To use the '4 Day / 10 Hour Work Schedule': There MUST be a Dispensation of Hours (PW30) in place on the project AND You MUST register your intent to work 4 / 10 hour days, by completing the PW30R Form. REMEMBER... The '4 Day / 10 Hour Work Schedule' applies ONLY to Job Classifications and Counties listed on the PW30R Form. Do not write in any additional Classifications or Counties. (Please note : For each Job Classification check the individual wage schedule for specific details regarding their 4/10 hour day posting.) PW30R-Notice (03.11) NYSDOL Bureau of Public Work 1 of 1 Instructions for Completing Form PW30R "Employer Registration for Use of 4 Day/ 10 Hour Work Schedule" Before completing Form PW30R check to be sure ... • There is a Dispensation of Hours in place on the project. • The 4 Day / 10 Hour Work Schedule applies to the Job Classifications you will be using. • The 4 Day / 10 Hour Work Schedule applies to the County / Counties where the work will take place. Instructions (Type or Print legibly): Contractor Information: • Enter the Legal Name of the business, FEIN, Street Address, City, State, Zip Code; the Company's Phone and Fax numbers; and the Company's email address (if applicable) • Enter the Name of a Contact Person for the Company along with their Phone and Fax numbers, and the personal email address (if applicable) Project Information: • Enter the Prevailing Rate Case number (PRC#) assigned to this project 9 E 0 C • Enter the Project Name / Type (i.e. Smithtown CSD — Replacement of HS Roof) 0 • Enter the Exact Location of Project (i.e. Smithtown HS, 143 County Route #2, Smithtown,NY; Bldgs. 1 & 2) • If you are a Subcontractor, enter the name of the Prime Contractor for which you work 0 • On the Checklist of Job Classifications - o Go to pages 2 and 3 of the form o Place a checkmark in the box to the right of the Job Classification you are choosing o Mark all Job Classifications that apply ***Do not write in any additional Classifications or Counties. *** Requestor Information: • Enter the name of the person submitting the registration, their title with the company, and the date the registration is filled out Return Completed Form: • Mail the completed PW30R form (3 pages) to: NYSDOL Bureau of Public Work, SOBC — Bldg.12 — Rm.130, Albany, NY 12240 -OR - • Fax the completed PW30R form (3 pages) to: NYSDOL Bureau of Public Work at (518)485-1870 PW3011-Instructions (03.11) NYSDOL Bureau of Public Work 1 of 1 L 0 E 0 0 • • 9 f� NSW 1- New York State Department of Labor kr� Qp Bureau of Public Work W. Averell Harriman State Office Campus Building 12 - Room 130 Albany, New York 12240 Phone - (518) 457-5589 Fax - (518) 485-1870 Employer Registration for Use of 4 Day 110 Hour Work Schedule 3efore completing Form PW30R check to be sure ... There is a Dispensation of Hours in place on the project. The 4 Day / 10 Hour Work Schedule applies to the Job Classifications you will be using. The 4 Day / 10 Hour Work Schedule applies to the County / Counties where the work will take place. Please Type or Print the Requested Information When completed ... Mail to NYSDOL Bureau of Public Work, SOBC, Bldg. 12, Rm.130, Albany, NY 12240 -or- Fax to NYSDOL Bureau of Public Work at (518) 485-1870 Contractor Information Company Name: . Address: City: Phone Number . Contact Person: Fax Number: FEIN: State: Zip Code: Email Address: Phone No: Fax No: Email: Project Information 0 Project PRC#: 0 Exact Location of Project: (If you are Subcontractor) Prime Contractor Name: Job Classification(s) to Work 4/10 Schedule: Requestor Information Name: Title: Project Name/Type: County: (Choose all that apply on Job Classification Checklist - Pages 3-6) *** Do not write in any additional Classifications or Counties*** Date : PW -30R (07.14) 1 of 6 9 0 'lease use the list below with the number assigned to each county as a reference to the orresponding numbers listed in the following pages under "Entire Counties" & "Partial Counties' 1. Albany County 33. Oneida County 2. Allegany County 34. Onondaga County • 3. Bronx County 35. Ontario County 4. Broome County 36. Orange County 5. Cattaraugus County 37. Orleans County 6. Cayuga County � 38. Oswego County 7. Chautauqua County 39. Otsego County 8. Chemung County 40. Putnam County 9. Chenango County 41. Queens County 10. Clinton County 42. Rensselaer County 11. Columbia County 12. Cortland County 43. Richmond County (Staten Island) 13. Delaware County 44. Rockland County 14. Dutchess County 45. Saint Lawrence County 15. Erie County 46. Saratoga County 16. Essex County 47. Schenectady County 17. Franklin County 48. Schoharie County 18. Fulton county 49. Schuyler County 19. Genesee County 50. Seneca County 20. Greene County 51. Steuben County 21. Hamilton County 52. Suffolk County 22. Herkimer County 53. Sullivan County 23. Jefferson County 54. Tioga County 24. Kings County (Brooklyn) 55. Tompkins County 25. Lewis County 56. Ulster County 26. Livingston County 57. Warren county 27. Madison County 58. Washington County 28. Monroe County 59. Wayne County 29. Montgomery County 60. Westchester County 30. Nassau County 61. Wyoming County 31. New York County (Manhattan) 62. Yates County � 32. Niagara County PW -30R (07.14) NYSDOL Bureau of Public Work 2 of 6 0 0 0 0 41 40 0 0 0 n u 0 Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule) *** Do not write in any additional Classifications or Counties*** Job Classification Tag # Entire Counties Partial Counties CheBox Carpenter-Building 276B -All 7 2,5 Carpenter -Building 276B -Cat 15 5 ❑ Carpenter - Building 276-B-DW-LIV 26, 28, 35, 59 61 Carpenter -Building 2768 -Gen 19, 32, 37 61 Carpenter -Floor Layers 2768 -FL -Liv 26, 28, 35, 59 61 ❑ Carpenter-Heavy&Highway 276HH-All 2, 5, 7 ❑ Carpenter-Heavy&Highway 276HH-Erie 15 ❑ Carpenter-Heavy&Highway 276HH- Gen 19, 32, 37, 61 ❑ Carpenter-Heavy&Highway 276HH-Liv 26, 28, 35, 59 ❑ Carpenter -Residential 276R -All 7 2,5 ❑ Carpenter - Building 277B-Bro 4,54 ❑ Carpenter - Building 277B-CAY 6, 50, 62 Carpenter - Building 2776 CS 8, 12, 49, 51, 55 I2 Carpenter - Building 277 JLS 23, 25, 45 Carpenter - Building 277 omh 22, 27, 33 Carpenter - Building 277 On 34 Carpenter - Building 2770s 38 E Carpenter- Building 277CDO Bldg 9, 13,39 Carpenter - Heavy&Highway 277CDO HH 9, 13,39 Carpenter - Heavy&Highway 277HH-BRO 4, 6, 8, 12, 49, 50, 51, 54, 55, 62 Carpenter - Heavy/Highway 277 oneida 22, 23, 25, 27, 33, 34, 38, 45 E Carpenter - Building 291 B -Alb 1, 18, 20, 29, 42, 47, 48 Carpenter - Building 291 B-Cli 10, 16, 17 Carpenter - Building 291 B -Ham 21, 57, 58 Carpenter - Building 291 B -Sar 46 Carpenter - Heavy&Highway 291 HH -Alb 1, 10, 16, 17,18, 20, 21, 29, 42, 46, 47, 48, 57,58 Electrician 25m 130,52 Electrician-Teledata Cable Splicer 43 12, 22, 27, 33, 38 6, 9, 34, 39, 55, 59 El I PW -30R (07.14) NYSDOL Bureau of Public Work 3 of 6 Job Classification Checklist r (Place a checkmark by all classifications that will be using the 4/10 schedule) *** Do not write in any additional Classifications or Counties*** Job Classification Tag # Entire Counties Partial Counties check Box Electrician 86 26,28 19, 35, 37, 59, 61 Electrician 840Teleclata ❑ and 840 Z1 62 6, 34, 35, 50, 59 Electrician 910 10, 16, 17, 23, 25, 45 L Electrician Lineman 10491-ine/Gas 30, 41, 52 1, 2, 4, 5, 6, 7, 8, 9, 10, 11, 12, 13, 14, 15, 16, 17, 18, 19, 20, 21, 22, 23, 25, 26, 27, 28, 29, 32, 33, 34, 35, 36, 37, 38, 39, 40, 42, 44, 46, Electrician Lineman 1249a 47, 48, 49, 50, 45, 51, 53, 54, 55, 56, 57, 58, 59, 61, 62 Electrical Lineman 1249a West 60 ❑ 1, 2, 4, 5, 6, 7, 8, 9, 10, 12, 13, 15, 16, 17, 18, Electrical Lineman 1249a -LT 19, 20, 21, 22, 23, 25, 26, 27, 28, 29, 32, 33, ❑ 34, 35, 37, 38, 39, 42, 46, 47, 48, 49, 50, 45, 51, 53, 54, 55, 57, 58, 59, 61, 62 Electrical Lineman 1249aREG8LT 11, 14, 36, 40, 44,56 ❑ Electrical Lineman 1249aWestLT 60 Elevator Constructor 138 11, 14, 20, 36, 40, 53, 56 13, 44, 60 E Elevator Constructor 14 2, 5, 7, 15, 19, 32, 37, 61 Elevator Constructor 27 8, 26, 28, 35, 49, 50, 51, 59, 62 1, 10, 16, 18, 21, 22, 29, 39, 42, 46, 47, 48, Elevator Constructor 35 57,58 ❑ Elevator Constructor 62.1 4, 6, 9, 12, 23, 25, 27, 33, 34, 38, 45, 54, 55 13 Ll Glazier 201 1, 10, 11, 16, 17, 18, 20, 21, 29, 42, 46, 47, 48, 57, 58 ❑ Glazier 660r 2, 5, 7, 15, 19, 32, 37, 61 Glazier 660 2, 5, 7, 15, 19, 32, 37, 61 Glazier 677,1 23, 25, 26, 28, 35, 45, 50, 59, 62 E Glazier 677Z-2 6, 12, 22, 27, 33, 34,38 E Glazier 677z3 4, 8, 9, 13, 39, 49, 51, 54,55 E Glazier 677r•2 6, 12, 22, 27, 33, 34, 38 4, 6, 8, 9, 12, 22, 23, 25, 27, 33, 34, 38, 39, Insulator - Heat & Frost 30 -Syracuse 49, 50, 45, 54, 55 ❑ Laborers - Building 322-2H 17, 23, 25, 45 ❑ Laborers - Building 785(7) 4 9, 13, 54 _l11 I PW -30R (07.14) NYSDOL Bureau of Public Work 4 of 6 C, 0 n u 0 E E 11 r� u 0 n L. El n u 40 n u 0 Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule) *** Do not write in any additional Classifications or Counties*** Job Classification Tag # Entire Counties Partial Counties 149 check Box Laborers - Building 7858 -CS 8,51 ❑ Laborers- Heavy & Highway 322/2h 17, 23, 25, 45 ❑ Laborers- Heavy & Highway 7-785b 12,55 49,54 ❑ Laborers Heavy & Highway 785(7) 4 9, 13,54 ❑ Laborer - Heavy & Highway 785HH-CS 8,51 49 ❑ Laborer - Building 621 b 2, 7 5 Laborer - Residential 621 r 2,7 5 E Mason -Building 3b -Co -Z2 8, 49, 51 2 Mason -Building 3B -Z1 19, 26, 28, 35, 50, 59, 61, 62 Mason -Building -Residential 3B -Z1 R 19, 26, 28, 35, 50, 59, 61, 62 Mason -Building 3B -Bing -Z2 4, 9, 13, 39,54 Mason -Building 3B-Ith-Z2 12,55 Mason -Building 3B -Jam -Z2 7 2,5 Mason -Building -Residential 3B-Jam-Z2R 2, 4, 8, 7, 9, 12, 39, 13, 49, 51, 54, 55 5 Mason -Building 3B -Z3 15, 32, 37 5 Mason -Building -Residential 3B-Z3R 15, 32, 37 5 Mason -Heavy Highway 3h 2, 4, 8, 7, 9, 12, 13, 19, 26, 28, 35, 37, 39, 49, 50, 51, 54, 55, 59, 61, 62 5, 15,32 ❑ Mason -Tile Finisher 3TF-Z1 19, 26, 28, 35, 50, 59, 61, 62 Mason -Tile Finisher 3TF-Z2 2, 4, 8, 7, 9, 12, 13, 39, 49, 51, 54,55 5 Mason -Tile Finisher 3TF-Z3 15, 32, 37 5 ❑ Mason -Tile Finisher 3TF-Z1 R 19, 26, 28, 35, 50, 59, 61, 62 ❑ Mason -Tile Finisher 3TF-Z2R 2, 4, 7, 9, 12, 13, 39, 49, 51, 54, 55 5 E Mason -Tile Finisher 3TF-Z3R 15, 32, 37 5 ❑ Mason -Tile Setter 3TS-Z1 19, 26, 28, 35, 50, 59, 61, 62 I LI PW -30R (07.14) NYSDOL Bureau of Public Work 5 of 6 Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule) *** Do not write in any additional Classifications or Counties*** Job Classification Tag # Entire Counties Partial Counties Check Box Mason -Tile Setter Residential 3TS-Z2R 2, 4, 7, 8, 9, 12, 13, 39, 49, 51, 54,55 5 ❑ Mason -Tile Setter Residential 3TS-Z3R 15, 32, 37 5 ❑ Mason - Building/Heavy&Highway 780 3, 24, 30, 31, 41, 43, 52 Operating Engineer - Heavy/Highway 137H/H 40,60 14 ❑ Operating Engineer Heavy& Highway 832H 2, 8, 26, 28, 35, 49, 51, 59, 62 19 ❑ Painter 150 28, 59, 62 26,35 Painter 178 B 4, 9, 54 ❑ Painter 178 E 8,49 51 ❑ Painter 1781 12,55 ❑ Painter 1780 13,39 ❑ Painter 31 6, 22, 27, 33, 34,50 25, 35, 38 ❑ Painter 38.0 38 ❑ Painter 38.W 23,45 25 ❑ Painter 4-BUf,Nia,Olean 2, 15, 19, 32, 37, 61 5, 7, 26, 51 ❑ Painter 4 -Jamestown 5,7 ❑ Sheetmetal Worker 46 26, 28, 35, 50, 59, 62 ❑ Sheetmetal Worker 46r 26, 28, 35, 50, 59, 62 ❑ Teamsters-Heavy&Highway 294h/h 1, 11, 18, 20, 29, 42, 46, 47, 48, 58 57 ❑ Teamsters-Heavy&Highway 317bhh 6, 12, 50, 51, 55, 62 2 Teamsters-Building/Heavy&Highway 456 40,60 ❑ El PW -30R (07.14) NYSDOL Bureau of Public Work 6 of 6 E C 1. 0 �i 0 �+ Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Introduction to the Prevailing Rate Schedule Information About Prevailing Rate Schedule This information is provided to assist you in the interpretation of particular requirements for each classification of worker contained in the attached Schedule of Prevailing Rates. Classification It is the duty of the Commissioner of Labor to make the proper classification of workers taking into account whether the work is heavy and highway, building, sewer and water, tunnel work, or residential, and to make a determination of wages and supplements to be paid or provided. It is the responsibility of the public work contractor to use the proper rate. If there is a question on the proper classification to be used, please call the district office located nearest the project. District office locations and phone numbers are listed below. Prevailing Wage Schedules are issued separately for "General Construction Projects" and "Residential Construction Projects" on a county - by -county basis. General Construction Rates apply to projects such as: Buildings, Heavy & Highway, and Tunnel and Water & Sewer rates. Residential Construction Rates generally apply to construction, reconstruction, repair, alteration, or demolition of one family, two family, row housing, or rental type units intended for residential use. Some rates listed in the Residential Construction Rate Schedule have a very limited applicability listed along with the rate. Rates for occupations or locations not shown on the residential schedule must be obtained from the General Construction Rate Schedule. Please contact the local Bureau of Public Work office before using Residential Rate Schedules, to ensure that the project meets the required criteria. Paid Holidays Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not required to perform work. If an employee works on a day listed as a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the work actually performed. Overtime At a minimum, all work performed on a public work project in excess of eight hours in any one day or more than five days in any workweek is overtime. However, the specific overtime requirements for each trade or occupation on a public work project may differ. Specific overtime requirements for each trade or occupation are contained in the prevailing rate schedules. Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employee actually performs work on such holidays. The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for these covered holidays can be found in the OVERTIME PAY section listings for each classification. Supplemental Benefits Particular attention should be given to the supplemental benefit requirements. In most cases the payment or provision of supplements is for each hour worked (noted in the schedule as Per hour worked'). Some classifications require the payment or provision of supplements for each hour paid (noted in the schedule as 'Per hour paid'), which require supplements tote paid or provided at a premium rate for premium hours worked. Some classifications may also require the payment or provision of supplements for paid holidays on which no work is performed. Effective Dates When you review the schedule for a particular occupation, your attention should be directed to the dates above the column of rates. These are the dates for which a given set of rates is effective. The rate listed is valid until the next effective rate change or until the new annual determination which takes effect on July 1 of each year. All contractors and subcontractors are required to pay the current prevailing rates of wages and supplements. If you have any questions please contact the Bureau of Public Work or visit the New York State Department of Labor website (www. labor. state. ny.us) for current wage rate information. Apprentice Training Ratios The following are the allowable ratios of registered Apprentices to Journey -workers. For example, the ratio 1:1,1:3 indicates the allowable initial ratio is one Apprentice to one Journeyworker. The Journeyworker must be in place on the project before an Apprentice is allowed. Then three additional Journeyworkers are needed before a second Apprentice is allowed. The last ratio repeats indefinitely. Therefore, three more Journeyworkers must be present before a third Apprentice can be hired, and so on. Please call Apprentice Training Central Office at (518) 457-6820 if you have any questions. Title (Trade) Ratio Boilermaker (Construction) 1:1,1:4 Boilermaker (Shop) 1:1,1:3 Carpenter(Bldg.,H&H, Pile Driver/Dockbuilder) 1:1,1:4 Carpenter (Residential) 1:1,1:3 Page 29 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Last Published on Oct 01 2014 Published by the New York State Department of Labor PRC Number 2014009748 Electrical (Outside) Lineman 1:1,1:2 Electrician (Inside) 1:1,1:3 Elevator/Escalator Construction & Modernizer 1:1,1:2 Glazier 1:1,1:3 Insulation & Asbestos Worker 1:1,1:3 Iron Worker 1:1,1:4 Laborer 1:1,1:3 Mason 1:1,1:4 Millwright 1:1,1:4 Op Engineer 1:1,1:5 Painter 1:1,1:3 Plumber & Steamfitter 1:1,1:3 Roofer 1:1,1:2 Sheet Metal Worker 1:1,1:3 Sprinkler Fitter 1:1,1:2 If you have any questions concerning the attached schedule or would like additional information, please contact the nearest BUREAU of PUBLIC WORK District Office or write to: Bureau of Public Work - New York City New York State Department of Labor 212-775-3579 Bureau of Public Work Bureau of Public Work - Patchogue State Office Campus, Bldg. 12 631-687-4904 Albany, NY 12240 Bureau of Public Work - Rochester Li V 1] L District Office Locations: Telephone # FAX # • Bureau of Public Work - Albany 518-457-2744 518-485-0240 Bureau of Public Work - Binghamton 607-721-8005 607-721-8004 Bureau of Public Work - Buffalo 716-847-7159 716-847-7650 Bureau of Public Work - Garden City 516-228-3915 516-794-3518 Bureau of Public Work - Newburgh 845-568-5287 845-568-5332 Bureau of Public Work - New York City 212-775-3568 212-775-3579 Bureau of Public Work - Patchogue 631-687-4882 631-687-4904 Bureau of Public Work - Rochester 585-258-4505 585-258-4708 • Bureau of Public Work - Syracuse 315-428-4056 315-428-4671 Bureau of Public Work - Utica 315-793-2314 315-793-2514 Bureau of Public Work - White Plains 914-997-9507 914-997-9523 Bureau of Public Work - Central Office 518-457-5589 518-485-1870 n Page 30 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County Suffolk County General Construction Asbestos Worker 10/01/2014 JOB DESCRIPTION Asbestos Worker DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07/01/2014 12/01/2014 Additional • Abestos Worker $ 47.00 Removal & Abatement Only* $ 0.50** NOTE: *On Mechanical Systems that are NOT to be SCRAPPED. To be allocated to (**) To be allocated at a later date SUPPLEMENTAL BENEFITS Per Hour: NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay. Repairs & Renovation Includes replacement of parts and repairs & renovation of existing unit. OVERTIME PAY OVERTIME PAY See (D, O) on OVERTIME PAGE HOLIDAY Paid: See (8, 16, 23, 24) on HOLIDAY PAGE a Page 31 Abestos Worker $ 4.70 Removal & Abatement Only OVERTIME PAY See (B, B2, *E, J) on OVERTIME PAGE Hours worked on Saturdays are paid at time and one half only if forty hours have been worked during the week. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8) on HOLIDAY PAGE REGISTERED APPRENTICES Apprentice Removal & Abatement Only: 1000 hour terms at the following percentage of Journeyman's rates. 1st 2nd 3rd 4th 78% 80% 83% 89% SUPPLEMENTAL BENEFIT Per Hour: Apprentice Removal & Abatement $ 4.70 4-12a - Removal Only Boilermaker 10/01/2014 JOB DESCRIPTION Boilermaker DISTRICT 4 ENTIRE COUNTIES Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Sullivan, Ulster, Westchester WAGES Per Hour: 07/01/2014 01/01/2015 Boilermaker $ 50.45 $ 51.56 Repairs & Renovations $ 50.45 $ 51.56 SUPPLEMENTAL BENEFITS Per Hour: 07/01/2014 01/01/2015 Boilermaker 32% of hourly 32% of hourly Repairs & Renovations Wage Paid Wage Paid +$25.16 +$25.19 NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay. Repairs & Renovation Includes replacement of parts and repairs & renovation of existing unit. OVERTIME PAY OVERTIME PAY See (D, O) on OVERTIME PAGE HOLIDAY Paid: See (8, 16, 23, 24) on HOLIDAY PAGE a Page 31 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County Overtime: See (5, 6, 11, 12, 15, 25) on HOLIDAY PAGE NOTE: *Employee must work in pay week to receive Holiday Pay. **Boilermarker gets 4 times the hourly wage rate for working on Labor Day. ***Repairs & Renovation see (B,E,Q) on HOLIDAY PAGE HOLIDAY REGISTERED APPRENTICES Wage per hour: (1/2) Year Terms at the following pecentage of Boilermaker's Wage 1st 2nd 3rd 4th 5th 6th 7th 8th $ 20.02 65% 65% 70% 75% 80% 85% 90% 95% 22.88 Supplemental Benefits Per Hour: 25.74 25.74 Helper 4th year 07/01/2014 01/01/2015 Apprentice(s) 32% of Hourly 32% of Hourly Wage Paid plus Wage Paid Plus amount below Amount Below 1 st Term $ 19.25 $ 1927 2nd Term 20.10 20.11 3rd Term 20.94 20.95 4th Term 21.78 21.80 5th Term 22.62 22.65 6th Term 23.47 23.49 7th Term 24.31 24.33 NOTE: "Hourly Wage Paid" shall include any and all premium(s) 4-5 Carpenter 10/01/2014 JOB DESCRIPTION Carpenter DISTRICT 8 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Rockland, Westchester PARTIAL COUNTIES Orange: South of but including the following, Waterloo Mills, SlateHill, New Hampton, Goshen, Blooming Grove, Mountainville, east to the Hudson River. Putnam: South of but including the following, Cold Spring, TompkinsCorner, Mahopac, Croton Falls, east to Connecticut border. Suffolk: West of Port Jefferson and Patchoque Road to Route 112 tothe Atlantic Ocean. WAGES Per hour: 07/01/2014 10/17/2014 Core Drilling Driller $ 35.71 $ 37.72 Driller Helper $ 28.60 $ 30.54 Additional Helpers: One (1) year increments. This is not an apprenticeship for Driller Helper 1st year $ 20.02 $ 20.02 Helper 2nd year 22.88 22.88 Helper 3rd year 25.74 25.74 Helper 4th year 28.60 28.60 Note: Hazardous Waste Pay Differential: For Level C, an additional 10% above wage rate per hour For Level B, an additional 10% above wage rate per hour For Level A, an additional 10% above wage rate per hour Note: When required to work on water: an additional $ 0.50 per hour. SUPPLEMENTAL BENEFITS Per hour paid: 07/01/2014 10/17/2014 Driller and $21.69 $ 21.69 All Helpers OVERTIME PAY OVERTIME: See (B,E,K*,P,R**) on OVERTIME PAGE. Page 32 to Ll El L r, 17, 0 [-i Li Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County HOLIDAY Paid: See (5,6) on HOLIDAY PAGE. Overtime: See (5,6) on HOLIDAY PAGE. ** See (8,10,11,13) on HOLIDAY PAGE. 40 8-1536-CoreDriller Carpenter 10/01/2014 JOB DESCRIPTION Carpenter DISTRICT 8 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES Per Hour: 07/01/2014 Timberman $ 44.33 SUPPLEMENTAL BENEFITS Per Hour: 07/01/2014 $ 45.36 OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See (18,19) on HOLIDAY PAGE. Paid: for 1st & 2nd yr. Apprentices See (5,6,11,13,16,18,19,25) Overtime: See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE. REGISTERED APPRENTICES Wages per hour: ( 1 ) year terms: 1 st 2nd 3rd 4th $17.73 $22.16 $28.81 $35.46 Supplemental benefits per hour: $ 30.86 8-1556 Tm Carpenter 10/01/2014 JOB DESCRIPTION Carpenter DISTRICT 8 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per hour: 07/01/2014 Building Millwright $ 48.44 SUPPLEMENTAL BENEFITS Per hour paid: Millwright $ 50.49 OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (18,19)* on HOLIDAY PAGE. Overtime See (5,6,8,11,13,18,19,25) on HOLIDAY PAGE. * must show up to work REGISTERED APPRENTICES 0 Page 33 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County Wages per hour is Pecentage of Journeyworkers wage: (1) year terms: 1 St. 2nd. 3rd. 4th. • $26.64 $31.49 $36.33 $46.02 Supplemental benefits per hour paid: Per hour: 07/01/2014 (1) year terms: Floor Coverer $ 49.88 1 St. 2nd. 3rd. 4th. $32.81 $36.15 $40.63 $46.21 OVERTIME PAY See (B, E, Q) on OVERTIME PAGE 8-740.1 Carpenter Paid: See (18, 19)on HOLIDAY PAGE. 10/01/2014 Paid: for 1st & 2nd yr. Apprentices See (5,6,11,13,16,18,19,25) JOB DESCRIPTION Carpenter DISTRICT 8 ENTIRE COUNTIES Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per Hour: 07/01/2014 Marine Construction: Marine Diver $ 61.30 Marine Tender 43.45 SUPPLEMENTAL BENEFITS Per Hour Paid: Journeyman $ 46.09 OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See (18,19) on HOLIDAY PAGE Overtime: See (5, 6, 10, 11, 13, 16, 18, 19) on HOLIDAY PAGE 8-1456MC Carpenter 10/01/2014 Page 34 40 JOB DESCRIPTION Carpenter DISTRICT 8 ENTIRE COUNTIES Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per hour: 07/01/2014 Carpet/Resilient Floor Coverer $ 49.88 INCLUDES HANDLING & INSTALLATION OF ARTIFICIAL TURF AND SIMILAR TURF INDOORS/OUTDOORS. SUPPLEMENTAL BENEFITS Per hour paid: Floor Coverer $ 44.07 OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (18, 19)on HOLIDAY PAGE. Paid: for 1st & 2nd yr. Apprentices See (5,6,11,13,16,18,19,25) Overtime: See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE. REGISTERED APPRENTICES Page 34 40 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County Wage per hour is Pecentage of Journeyworkers Wage (1) year terms: 1 St. 2nd. 3rd. 4th. • $19.95 $24.94 $32.42 $39.90 Supplemental benefits per hour: $ 30.22 8-2287 Carpenter 10/01/2014 JOB DESCRIPTION Carpenter DISTRICT 8 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per hour: 07/01/2014 i Piledriver $ 48.35 Dockbuilder $ 48.35 SUPPLEMENTAL BENEFITS • Per hour paid: Journeyworker $ 46.09 OVERTIME PAY See (B, E2, O) on OVERTIME PAGE HOLIDAY w Paid: See (18,19)on HOLIDAY PAGE. Paid: for 1st & 2nd yr. Apprentices See (5,6,11,13,16,18,19,25) Overtime: See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE. REGISTERED APPRENTICES Wages per hour (1)year terms: 1st 2nd 3rd 4th $19.34 $24.17 $31.43 $38.68 Supplemental benefits per hour: Apprentices $ 31.23 8-1556 Db Carpenter - Building / Heaw&Highway 10/01/2014 JOB DESCRIPTION Carpenter - Building / Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Suffolk PARTIAL COUNTIES Nassau: Work performed "North of Southern State Parkway and East of Seaford Creek" WAGES Per Hour: 07/01/2014 Carpenter (Building) $ 46.72 Carpenter (Heavy Highway) $ 46.72 "NOTE" ADD 15% to straight time hourly wage for NEW YORK STATE D.O.T. and other GOVERMENTAL MANDATED Off -Shift Work. Page 35 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County SUPPLEMENTAL BENEFITS 1 Year Terms at the Per Hour: Per Hour: Both Carpenter 1st Term Categories $ 29.49 • OVERTIME PAY 3rd Term See (B, E, Q) on OVERTIME PAGE $ 40.05 HOLIDAY Per Hour: Paid: See (1) on HOLIDAY PAGE Electrician Overtime: See (5, 6, 16, 25) on HOLIDAY PAGE Pump & Tank REGISTERED APPRENTICES One(1) Year Terms at the following: Per Hour: 1st 2nd 3rd 4th $ 18.14 $ 23.98 $ 27.88 $ 31.78 Supplemental Benefits Per Hour: All Terms: $ 16.00 Electrician See (1) on HOLIDAY PAGE JOB DESCRIPTION Electrician ENTIRE COUNTIES 1 Year Terms at the Nassau, Suffolk Per Hour: WAGES 1st Term Per Hour: 07/01/2014 Electrician 3rd Term Pump & Tank $ 40.05 SUPPLEMENTAL BENEFITS Per Hour: $ 26.03 Electrician $ 30.04 Pump & Tank 65.25% of "Wage Paid *Wage Paid includes any and all Premiums OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES 1 Year Terms at the Following: Per Hour: 1st Term $ 14.02 2nd Term $ 16.02 3rd Term $ 18.02 4th Term $ 20.03 5th Term $ 26.03 6th Term $ 30.04 SUPPLEMENTAL BENEFITS Per Hour: All Terms 65.25% Page 36 L 4-Reg.Council Nass/Suff 10/01/2014 DISTRICT 4 A 0 0 P, 0 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County of *Wage Paid *Wage Paid includes any and all Premiums 4-25 Pump &Tank Electrician Per Hour: 07/01/2014 10/01/2014 JOB DESCRIPTION Electrician DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk Wage Paid + $23.08 WAGES NOTE: "Hourly Wage Paid" shall include any and all premium[s) Per Hour: 07/01/2014 04/25/2015 Electrician/Wireman $ 49.20 $ 50.45 HVAC Controls 49.20 50.45 Fire Alarms 49.20 50.45 SUPPLEMENTAL BENEFITS • JOB DESCRIPTION Electrician ENTIRE COUNTIES Nassau, Suffolk 0 Page 37 DISTRICT 4 4-25 10/01/2014 Per Hour: 07/01/2014 04/25/2015 Electrcian/Wireman 16.0% of Hourly 16.0% of Hourly (all catagories) Wage Paid + $22.14 Wage Paid + $23.08 NOTE: "Hourly Wage Paid" shall include any and all premium[s) OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 15, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES One(1) Year Terms at the following Percetage of Journeyman(s) Wage: Apprentices with start dates PRIOR TO 10/02/2010: 4th 5th 6th 50% 60% 70% Apprentices with start dates AFTER 10/02/2010: 1st 2nd 3rd 4th 5th 6th 35% 40% 45% 55% 65% 75% Supplemental Benefits Per Hour: Apprentices Hired Apprentices Hired Prior to 10/02/2010 After 10/02/2010 07/01/2014 04/26/2015 07/01/2014 04/26/2015 1 st 0%+$0.00 0%+$0.00 3%+$2.56 3%+$2.72 2nd 0%+$0.00 0%+$0.00 8%+$3.88 8%+$4.09 3rd 0%+$0.00 0%+$0.00 9%+$4.69 9%+$4.96 4th 16%+$11.07 16%+$11.53 10%+$6.66 10%+$7.00 5th 16%+$13.28 16%+$13.84 13%+$10.21 13%+$10.70 6th 16%+$15.50 16%+$16.15 14%+$16.45 14%+$17.14 NOTE: Percentages are on "Hourly Wage Paid" NOTE: "Hourly Wage Paid" shall include any and all premium(s). • JOB DESCRIPTION Electrician ENTIRE COUNTIES Nassau, Suffolk 0 Page 37 DISTRICT 4 4-25 10/01/2014 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County WAGES Per Hour: 07/01/2014 04/25/2015 Telephone and Intergrated Tele -Data System Electrician $ 36.38 $ 36.58 This rate classification applies to ALL Voice, Data & Video work.: Excluding Fire Alarm Systems and Energy Managment Systems (HVAC Controls), in those cases the regular Electrician rate applies. To ensure proper use of this rate please call Nassau Offices at (516)228-3915 or Suffolk Offices at (631)687-4882. SUPPLEMENTAL BENEFITS Per Hour: Tele -Data Electrican 16% of 16% Of Hourly Wage Hourly Wage Paid + $16.63 Paid + $16.68 NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 15, 16, 25) on HOLIDAY PAGE 4-25tela Flantririan 10/01/2014 JOB DESCRIPTION Electrician DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/01/2014 Tree Trimmer/ Line Clearance Specialist $ 30.09 Ground Man $ 18.05 These rates apply to all tree trimming/removal contracts including but not limited to "Electrical Line Clearance"/"Long Island Railroad Right of Ways". All tree removal for heavy highway or building construction contracts MUST use Heavy Highway Laborer and Operating Engineer classifications. SUPPLEMENTAL BENEFITS Per Hour: 07/01/2014 Tree Trimmer/ 19.25% of Hourly Line Clearance Specialist Wage Paid + $ 8.60 Ground Man NOTE: "Hourly Wage Paid" shall include any and all premium(s) paid OVERTIME PAY See (B, E, P, S) on OVERTIME PAGE HOLIDAY Paid: See (5, 6, 8, 16, 23, 24, 25, 26) on HOLIDAY PAGE Overtime: See (5, 6, 8, 16, 23, 24, 25, 26) on HOLIDAY PAGE 4-1049/Tree Electrician 10/01/2014 JOB DESCRIPTION Electrician DISTRICT 4 Page 38 7 P, n 0 40 Ll 41 f Z F, 0 ok 0 t Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/01/2014 04/25/2015 Electrician Electrical Maintenance $ 40.70 $ 41.45 "PLEASE NOTE" Applicable to "EXISTING ELECTRICAL SYSTEMS" including, but not limited to TRAFFIC SIGNALS & STREET LIGHTING. Not used for addons. Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday, with one-half (1/2) hour allowed for a lunch period. NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project. SUPPLEMENTAL BENEFITS Per Hour: Electrician 12% of Hourly 12% of Hourly Wage Paid + $ 16.07 NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay OVERTIME PAY See (B, E2, K, P) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 15, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES One(1) Year Term(s) at the following Percentage of Journeyman(s) Wage: 1st 2nd 3rd 4th 5th 40% 50% 60% 70% 80% Supplemental Benefits: Apprentices Hired Prior to 04/26/2014 07/01/2014 04/25/2015 1 st 12%+$9.93 12%+$9.93 2nd 12%+$10.82 12%+$10.82 3rd 12%+$11.73 12%+$11.73 4th 12%+$12.62 12%+$12.62 5th 12%+$13.51 12%+$13.51 6th 12%+$13.64 12%+$13.69 NOTE: Percentages are on "Hourly Wage Paid" NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay Wage Paid + $ 16.46 6th 90% Apprentices Hired After 04/26/2014 07/01/2014 04/25/2015 3%+$3.50 3%+$3.50 8%+$4.04 8%+$4.04 9%+$5.08 9%+$5.08 10%+$6.84 10%+$6.84 11%+$10.79 11%+$10.79 DNA DNA 4-25m Electrician Lineman 10/01/2014 JOB DESCRIPTION Electrician Lineman DISTRICT 4 ENTIRE COUNTIES Nassau, Queens, Suffolk WAGES For Utility Distribution & Transmission Line Construction: Per Hour: 07/01/2014 03/29/2015 Lineman/Splicer $ 49.52 $ 50.76 Page 39 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor i Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County Material Man 43.08 44.16 Heavy Equip. Operator 39.62 40.61 Groundman 29.71 30.46 Flagman 22.28 22.84 S For Natural Gasline Construction: Per Hour: 07/01/2014 06/01/2015 Journeyman U.G.Mech. $ 41.45 $ 42.69 Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project. SUPPLEMENTAL BENEFITS Per Hour: Utility Distribution & Transmission Line Construction: 07/01/2014 03/29/2015 All Classifications 30.75% of Hourly 30.75% of Hourly Wage Paid + Wage Paid + $ 10.56 $ 11.36 NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay • Natural Gasline Construction: Per Hour: 07/01/2014 06/01/2015 Journeyman U.G.Mech. $ 20.51 $ 21.75 OVERTIME PAY See (B, E, Q) on OVERTIME PAGE OVERTIME for Natural Gas Mechanic: (B,G,P) HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 16, 23, 25, 26) on HOLIDAY PAGE Same as Above for natural Gas Mechanic. REGISTERED APPRENTICES 1000 hour Terms at the following Percentage of Journeyman's Wage. 1 st 2nd 3rd 4th 5th 6th 7th 60% 65% 70% 75% 80% 85% 90% SUPPLEMENTAL BENEFIT: 07/01/2014 03/29/2015 All Terms 30.75% of Hourly 30.75% of Hourly Wage Paid + Wage Paid + $ 10.56 $ 11.36 Natural Gasline Construction: 07/01/2014 06/01/2015 Natural Gas Mechanic: $ 20.51 $ 21.75 4-1049 Line/Gas Elevator Constructor 10/01/2014 JOB DESCRIPTION Elevator Constructor DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk PARTIAL COUNTIES Rockland: Entire County except for the Township of Stony Point Westchester: Entire County except for the Townships of Bedford, Lewisboro, Cortland, Mt. Kisco, North Salem, Pound Ridge, Somers and Yorktown. WAGES Page 40 11 is 0 s 0 0 0 40 0 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County Per hour: 07/01/2014 03/17/2015 Elevator Constructor $ 58.23 $ 59.55 Modernization & ENTIRE COUNTIES Service/Repair 46.00 46.92 SUPPLEMENTAL BENEFITS Per Hour: 11/01/2014 05/01/2015 Elevator Constructor $ 29.745 $ 31.045 Modernization & 29.595 31.195 Service/Repair $ 52.35* Additional OVERTIME PAY $ 1.50** Constructor. See ( D, M, T ) on OVERTIME PAGE. Repair & Maintenance $ 26.70` Modern./Service See ( B, F, S ) on OVERTIME PAGE. HOLIDAY Paid: See (5, 6, 8, 11, 15, 16, 25) on HOLIDAY PAGE Overtime: See (5, 6, 8, 11, 15, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES WAGES PER HOUR: *Note:1 st Term is based on Average wage of Constructor & Modernization. Terms 2 thru 4 Based on Journeymans wage of classification Working in. 1 YEAR TERMS: 1 st Term* 2nd Term 3rd Term 4th Term 50% 55% 65% 75% SUPPLEMENTAL BENEFITS Elevator Constructor 1 st Term $ 25.745 $ 27.220 2nd Term 26.145 27.635 3rd Term 26.945 28.455 4th Term 27.745 29.285 Modernization & Service/Repair 1 st Term $ 25.67 $ 27.145 2nd Term 26.065 27.550 3rd Term 26.845 28.36 4th Term 27.635 29.17 4-1 Glazier 10/01/2014 JOB DESCRIPTION Glazier DISTRICT 8 ENTIRE COUNTIES Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Sullivan, Ulster, Westchester WAGES Per hour: 07/01/2014 11/01/2014 05/01/2015 Glazier $ 51.00* $ 51.35* Additional $ 1.50** Scaffolding $ 52.00* $ 52.35* Additional $ 1.50** Scafolding includes swing scaffold, mechanical equipment, scissorjacks, man lifts, booms & buckets 24' or more, but not pipe scaffolding. Repair & Maintenance $ 26.70` $ 26.70* Additional $ 0.60** Page 41 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County Repair & Maintenance- All repair & maintenance work on a particular build ing,whenever performed, where the total cumulative contract value is under $100,000.00. *Additional $ .10 per hour for all regular hours worked **To be allocated at a later date. SUPPLEMENTAL BENEFITS Per hour paid: 07/01/2014 11/01/2014 05/01/2015 Journeyworker $ 26.69 $ 27.19 $ 27.19 Repair & Maintenance 16.14 16.14 16.14 OVERTIME PAY OVERTIME: Premium is applied to the respective base wage only. See (C*,D* E2, O) on OVERTIME PAGE. * If an optional 8th hour is required to complete the entire project, the same shall be paid at the regular rate of pay. If a 9th hour is worked, then both hours or more (8th & 9th or more) will be paid at double time rate of pay. For Repair & Maintenance see ( B, F, P) on overtime page. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (4, 6, 16, 25) on HOLIDAY PAGE Paid for the Repair & Maintenance (5, 6, 16 & 25) REGISTERED APPRENTICES Wage per hour: (1) year terms at the following wage rates: 07/01/2014 11/01/2014 05/01/2014 1st term $ 17.05 $ 17.25 $ 17.25 2nd term 25.24 25.24 25.24 3rd term 30.40 30.81 30.81 4th term 40.75 41.27 41.27 Supplemental Benefits: (Per hour worked) 1 st term $ 13.17 $ 13.32 $ 13.32 2nd term 22.45 22.45 22.45 3rd term 24.95 25.30 25.30 4th term 30.07 30.22 30.22 Insulator - Heat & Frost JOB DESCRIPTION Insulator - Heat & Frost ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07/01/2014 Insulators $ 63.68 Heat & Frost SUPPLEMENTAL BENEFITS Per Hour: Insulators $ 30.44 Heat & Frost OVERTIME PAY See (A, D, O, V) on OVERTIME PAGE HOLIDAY DISTRICT 4 10 n a E 8-1281 (DC9 NYC) 10/0112014 0 0 Page 42 is Page 43 0 4-46Reinf Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 11, 15, 16, 25, 26) on HOLIDAY PAGE REGISTERED APPRENTICES Wages: 1 year terms at the following wage rate. 1st 2nd 3rd 4th $25.47 $38.21 $44.59 $50.94 Supplemental Benefits per hour: Apprentice Insulator(s) 1st 2nd 3rd 4th $12.80 $18.26 $21.30 $24.35 4-12 Ironworker 10/01/2014 JOB DESCRIPTION Ironworker DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester PARTIAL COUNTIES Rockland: Southern section - south of Convent Road and east of Blue Hills Road. WAGES • Per hour: 07/01/2014 07/01/2015 Reinforcing & Additional Metal Lathing $ 52.03 $ 2.00` *To be allocated SUPPLEMENTAL BENEFITS . Per hour paid: Reinforcing & $ 31.55 Metal Lathing OVERTIME PAY See (B, B1, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 11, 13, 18, 19, 25) on HOLIDAY PAGE REGISTERED APPRENTICES (1) year terms at the following wage rates: Wages Per Hour: Apprentices Registered BEFORE 6/29/2011 1st term 2nd term 3rd term $ 28.11 $ 32.71 $ 37.77 Apprentices Registered ON or AFTER 6/29/2011 17.71 22.81 27.91 SUPPLEMENTAL BENIFITS Per Hour: Apprentices Registered BEFORE 6/29/2011 1 st term 2nd term 3rd term $ 23.02 $ 24.67 $ 25.82 Apprentices Registered On or AFTER 6/29/2011 20.08 20.08 20.08 Page 43 0 4-46Reinf Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County Ironworker 10/01/2014 JOB DESCRIPTION Ironworker DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester S WAGES Per hour: 07/01/2014 Ornamental $ 44.95 Chain Link Fence 44.95 Guide Rail Installation 44.95 SUPPLEMENTAL BENEFITS Per hour paid: Journeyworker: $ 43.71 OVERTIME PAY OVERTIME: See (A*,D1,E**,Q,V) on OVERTIME PAGE. *Time and one-half shall be paid for all work in excess of seven (7) hours at the end of a work day to a maximum of two (2) hours on any regular work day (8th & 9th hours of work) and double time shall be paid for all work thereafter. **Time and one-half shall be paid for all work on Saturday up to seven (7) hours and double time shall be paid for all work thereafter. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 25) on HOLIDAY PAGE REGISTERED APPRENTICES 1st term represents first 1-10 months, thereafter (1/2) year terms at the following percentage of Journeyman's wage. 1st 2nd 3rd 4th 5th 50% 55% 60% 70% 80% Supplemental Benefits per hour paid: • 1 st Term $ 34.02 2nd Term 34.98 3rd Term 35.95 4th Term 37.90 5th Term 39.65 4 -580 -Or . Ironworker 10/01/2014 JOB DESCRIPTION Ironworker DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES . Per Hour: 07/01/2014 IRONWORKER: Ironworker Rigger $ 53.25 Ironworker Stone • Derrickman $ 53.25 SUPPLEMENTAL BENEFITS Ironworker: $ 37.13 OVERTIME PAY See (*A, D1, **E, Q, V) on OVERTIME PAGE *Time and one-half shall be paid for all work in excess of seven (7) hours at the end of a work day to a maximum of two hours on any regular work day (the eighth (8th) and ninth (9) hours of work) and double time shall be paid for all work thereafter. **Time and one-half shall be paid for all work on Saturday up to seven (7) hours and double time shall be paid for all work thereafter. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 10, *24, 25) on HOLIDAY PAGE Page 44 40 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County *Work stops at schedule lunch break with full day's pay. REGISTERED APPRENTICES Wage per hour: (1/2) year terms at the following hourly wage rate: 1 st 2nd 3rd 4th 5th 6th 07/01/2014 $26.38 $26.38 $3973 $42.13 $45.56 $45.56 Supplemental benefits Per hour paid: . 1st & 2nd terms $18.82 3rd & 4th terms $27.86 5th & 6th terms $27.84 9-197D/R Ironworker 10/01/2014 • JOB DESCRIPTION Ironworker DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES PER HOUR: 07/01/2014 Ironworker: Structural $47.25 Bridges Machinery SUPPLEMENTAL BENEFITS PER HOUR: Journeyman $65.20 OVERTIME PAY See (B*,E**,Q,V) on OVERTIME PAGE. * Time and one-half shall be paid for all work in excess of (8) eight hours at the end of a work day to a maximum of two hours on any regular work day (the ninth (9th) and tenth (10th) hours of work)and double time shall be paid for all work thereafter. ** Time and one-half shall be paid for all work on Saturday up to eight (8) hours and double time shall be paid for all work thereafter. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 18, 19) on HOLIDAY PAGE REGISTERED APPRENTICES WAGES PER HOUR: 6 month terms at the following rate: 1st $ 24.73 2nd 25.33 3rd - 6th 25.93 Supplemental Benefits PER HOUR: All Terms 45.84 4-40/361-Str Laborer - Building 10/01/2014 JOB DESCRIPTION Laborer -Building DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES WAGES Per Hour: 07/01/2014 12/01/2014 Page 45 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County Building Laborer $ 35.65 Asbestos Abatement Workers 36.00 Additional $ 0.50* 2nd Term (Re -Roofing Removal see Roofer) 3rd Term • SUPPLEMENTAL BENEFITS 19.64 Per Hour: Building Laborer $ 26.16 4% of Total Package' Asbestoes Abatment Worker 15.45 OVERTIME PAY See (B, E, Q) on OVERTIME PAGE $ 40.22 4% of Total Package' See also(H)for Fire Watch on OVERTIME PAGE 35.05 Asbestos Worker See (B, H) $5.17 is differance between 'Base" and "Total" HOLIDAY Page 46 Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 25) on HOLIDAY PAGE Asbestos Worker see (5,6,8 &28) REGISTERED APPRENTICES Regular Hours Work Terms TERM #1 1 hr to 1000hrs TERM #2 1001 hrs to 2000hrs TERM #3 2001hrs to 3000hrs TERM #4 3001 hrs to 4000hrs Wages per hour: 1 st Term $ 16.60 2nd Term 19.45 3rd Term 22.85 4th Term 27.12 Benifits per hour 1 st Term $ 16.77 2nd Term 18.87 3rd Term 19.64 4th Term 19.64 4-66 Laborer - Heavy&Highway 10/01/2014 . JOB DESCRIPTION Laborer - Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES Laborer (Heavy/Highway): GROUP # 1: Asphalt Rakers, Concrete Curb Formsetters. GROUP # 2: Asphalt Shovelers, Roller Boys and Tampers. GROUP # 3: Basic Laborer, Power Tool (Jackhammer), Landscape Construction, Traffic Control Personnel(flaggers) WAGES PER HOUR: 07/01/2014 06/01/2015 Additional GROUP # 1 Total Wage Paid $ 44.85 4% of Total Package" "Base Wage" 39.68 GROUP # 2 Total Wage Paid $ 43.71 4% of Total Package' "Base Wage" 38.54 GROUP#3 Total Wage Paid $ 40.22 4% of Total Package' "Base Wage" 35.05 NOTE: 'Base Wage" for Premium/Overtime calculation Only. $5.17 is differance between 'Base" and "Total" Page 46 r, 0 0 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County (`) To be allocated at a later date SUPPLEMENTAL BENEFITS Per Hour: ALL GROUPS $ 25.95 After Forty (40)paid Hours in a work Week OVERTIME PAY $ 15.96 OVERTIME PAY OVERTIME PAY See (B, E2, F) on OVERTIME PAGE NOTES: Premium/Overtime Pay to be calculated on "Base Wage" only" Example Group# 3: $35.05 X Time and One Half = 52.58+$5.17 = $57.75. Premium Pay of 30% of base wage for all Straight time hours on all New York State, D.O.T. and other Goverment Mandated Off -Shift Work. Hazardous Material Work add an Additional 10% of base wage HOLIDAY HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (1) on HOLIDAY PAGE REGISTERED APPRENTICES 2000 hour(s) Terms at the following Pecentage of the Journeyman's Wage: 1 st 0-1999/Hrs 80% 2nd 2000-3999/Hrs 90% Supplemental Benefits per hour: All APPRENTICES $ 25.95 After Forty(40) paid hours 41 in a work Week $ 15.96 4-1298 Mason 10/01/2014 JOB DESCRIPTION Mason DISTRICT 4 ENTIRE COUNTIES 46 Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07/01/2014 Brick/Blocklayer $53.71 SUPPLEMENTAL BENEFITS Per Hour: Brick/Block Layer $23.18 OVERTIME PAY See (A, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE A& Overtime: See (5, 6, 25) on HOLIDAY PAGE v REGISTERED APPRENTICES (800 hour) Terms at the following Percentage of Journeyworkers Wage: 1st 2nd 3rd 4th 5th 50% 60% 70% 80% 90% Supplemental Benefits per hour: All Apprentices $ 14.90 Page 47 4-1 Brk Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County Mason - Building 10/01/2014 JOB DESCRIPTION Mason - Building DISTRICT 9 ENTIRE COUNTIES Nassau, Rockland, Suffolk, Westchester WAGES Per hour: 007/01/2014 12/01/2014 06/01/2015 An additional An additional Building: Tile Setters $ 52.58 $ 1.13* $ 1.13* * May be allocated between wages and benefits SUPPLEMENTAL BENEFITS Per Hour: Journey Worker $22.14* plus $8.05 OVERTIME PAY See (B, E, Q, V) on OVERTIME PAGE * This portion of benefits subject to same premium rate as shown for overtime wages. Work beyond 10 hours on Saturday shall be paid at double the hourly wage rate. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 11, 15, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES Wage per hour: Tile Setters: (750 hour) term at the following wage rate: Term: 1 st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th . 1- 751- 1501- 2251- 3001- 3751- 4501- 5251 6001- 6750- 750 1500 2250 3000 3750 4500 5250 6000 6750 7500 $26.91 $30.04 $33.86 $36.07 $39.91 43.53 $46.63 $46.17 $49.89 51.70 Starting 12/01/2014 An additional: i $0.65 $0.72 $0.78 $0.85 $0.91 $0.98 $1.04 $1.11 $1.17 $1.25 Starting 06/01/2015 An addtional: $0.65 $0.72 $0.78 $0.85 $0.91 $0.98 $1.04 $1.11 $1.17 $1.25 NOTE: INCREASES MAY BE ALLOCATED BETWEEN WAGES AND BENEFITS Supplemental Benefits per hour: 1st term $13.95* plus $0.71 6th term $17.35* plus $1.49 2nd term $14.95* plus $0.75 7th term $17.55* plus $5.34 3rd term $14.95* plus $1.09 8th term $18.75* plus $5.71 4th term $16.85* plus $1.13 9th term $19.15* plus $5.75 5th term $16.85* plus $1.45 10th term $20.87* plus $5.79 9-7/52A Mason - Building 10/01/2014 JOB DESCRIPTION Mason - Building DISTRICT 9 ENTIRE COUNTIES Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Sullivan, Ulster, Westchester WAGES Wages: 07/01/2014 01/01/2015 Page 48 r • i 0 0 L] Supplemental Benefits per hour paid at the following term: 1 st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th $21.86 $22.51 $23.14 $23.80 $24.43 $25.07 $25.71 $26.36 $27.64 $29.93 9-7/4 Mason - Building 10/01/2014 JOB DESCRIPTION Mason -Building DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES Per hour: 07/01/2014 01/01/2014 Building -Marble Restoration: Marble, Stone & $ 38.96 $ 39.25 Terrazzo Polisher, etc SUPPLEMENTAL BENEFITS Per Hour Paid: Journeyworker: Building -Marble Restoration: Marble, Stone & Polisher $ 23.00 $ 23.38 OVERTIME PAY See (B, "E, Q, V) on OVERTIME PAGE SON SATURDAYS, 8TH HOUR AND SUCCESSIVE HOURS PAID AT DOUBLE HOURLY RATE. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 11, 15, 25) on HOLIDAY PAGE 1 ST TERM APPRENTICE GETS PAID FOR ALL OBSERVED HOLIDAYS. REGISTERED APPRENTICES WAGES per hour: (900 hour)terms at the following wages: 1 st 2nd 3rd 4th 0-900 901-1800 1801-2700 over2700 Page 49 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Last Published on Oct 01 2014 Published by the New York State Department of Labor PRC Number 2014009748 Suffolk County Marble Cutters& Setters $ 55.85 $ 56.15 SUPPLEMENTAL BENEFITS Per Hour: Aft Journeyworker $ 29.58 $ 30.31 OVERTIME PAY See (B, E, Q, V) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 11, 15, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES t Wage Per Hour: 750 hour terms at the following wage. 1 st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 1- 751- 1501- 2251- 3001- 3751- 4501- 5251- 6001- 6751- 750 1500 2250 3000 3750 4500 5250 6000 6751 7500 $ 22.34 $25.13 $27.93 $30.72 $33.51 $36.30 $39.10 $41.89 $47.47 $53.06 • i 0 0 L] Supplemental Benefits per hour paid at the following term: 1 st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th $21.86 $22.51 $23.14 $23.80 $24.43 $25.07 $25.71 $26.36 $27.64 $29.93 9-7/4 Mason - Building 10/01/2014 JOB DESCRIPTION Mason -Building DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES Per hour: 07/01/2014 01/01/2014 Building -Marble Restoration: Marble, Stone & $ 38.96 $ 39.25 Terrazzo Polisher, etc SUPPLEMENTAL BENEFITS Per Hour Paid: Journeyworker: Building -Marble Restoration: Marble, Stone & Polisher $ 23.00 $ 23.38 OVERTIME PAY See (B, "E, Q, V) on OVERTIME PAGE SON SATURDAYS, 8TH HOUR AND SUCCESSIVE HOURS PAID AT DOUBLE HOURLY RATE. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 11, 15, 25) on HOLIDAY PAGE 1 ST TERM APPRENTICE GETS PAID FOR ALL OBSERVED HOLIDAYS. REGISTERED APPRENTICES WAGES per hour: (900 hour)terms at the following wages: 1 st 2nd 3rd 4th 0-900 901-1800 1801-2700 over2700 Page 49 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County 07/01/2014 $ 27.27 $ 31.17 $35.06 $ 38.96 01/01/2015 An additional An additional An additional An additional $0.47* $0.54* $0.60* $0.67' * May be allocated between wages and benefits Supplemental Benefits Per Hour: 07/01/2014 ' $ 21.11 $ 21.73 $ 22.36 $ 23.00 9 -7/24 -MP Mason - Building 10/01/2014 JOB DESCRIPTION Mason - Building DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES Building: Per Hour: 07/01/2014 01/01/2015 Additional Mosaic & Terrazzo Mechanic $ 45.88 $ 0.96* Mosaic & Terrazzo Finisher $ 47.28 $ 0.96* *May be allocated between wages and benefits SUPPLEMENTAL BENEFITS Journeyworker: per hour worked Mechanic $ 22.40* plus $ 9.68 Finisher $ 22.40* plus $ 9.68 * This portion of benefit subject to same premium as wages. OVERTIME PAY See (A, *E, Q) on OVERTIME PAGE Double the rate after 10 hours on Saturday HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 11, 15, 16, 25) on HOLIDAY PAGE Easter Sunday is an observed holiday. Holidays falling on a Saturday will be observed on that Saturday. Holidays falling on a Sunday will be celebrated on the Monday. . REGISTERED APPRENTICES Wage per hour: (750 Hour) terms at the following wage rate. 1st 2nd 3rd 4th 5th 6th 7th 8th 1- 751- 1500- 2251- 3001- 3751- 750 4501- 5251- 1500 2250 3000 3750 4500 5250 6000 $23.96 $26.36 $28.76 $31.15 $33.55 $35.96 $40.74 $45.53 Supplemental benefits per worked: (750 hour) terms as shown above. 1 st 2nd 3rd 4th 5th 6th 7th 8th 9th $11.20* $12.32* $13.44* $14.56* $15.68* $16.80* $19.04* $21.28* $22.40* +4.85 +5.33 +5.81 +6.30 +6.78 +7.26 +8.23 +9.20 +9.68 Page 50 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County 'This portion of benefits subject to same premium as overtime wages. 9-7/3 Mason - Building 10/01/2014 JOB DESCRIPTION Mason - Building DISTRICT 9 ENTIRE COUNTIES Nassau, Rockland, Suffolk, Westchester WAGES • Per hour: 07/01/2014 12/01/2014 06/01/2015 Buidling: Tile Finisher $40.78 $0.82' $0.82* * May be allocated between wages and benefits SUPPLEMENTAL BENEFITS Per Hour: Journey worker $ 19.57* plus $7.90 OVERTIME PAY See (B, E, Q, 'V) on OVERTIME PAGE This portion of Supplemental benefits subject to same premium rate as shown for overtime wages. Work beyond 10 hours on a Saturday shall be paid at double the hourly wage rate. • 40 0 � I HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 11, 15, 16, 25) on HOLIDAY PAGE 9-7/88A-tf Mason - Building 10/01/2014 JOB DESCRIPTION Mason - Building ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES Per hour: 07/01/2014 Marble, Stone,etc. Maintenance Finishers: $ 21.24 Note 1: An additional $2.00 per hour for time spent grinding floor using "60 grit" and below. Note 2: Flaming equipment operator shall be paid an additional $25.00 per day. SUPPLEMENTAL BENEFITS Per Hour: Marble, Stone, etc Maintenance Finishers: $ 11.77 OVERTIME PAY See (B, "E, Q, V) on OVERTIME PAGE "Double hourly rate after 8 hours on Saturday HOLIDAY Paid: See (5, 6, 8, 11, 15, 25) on HOLIDAY PAGE Overtime: See (5, 6, 8, 11, 15, 25) on HOLIDAY PAGE 1st term apprentice gets paid for all observed holidays. REGISTERED APPRENTICES WAGES per hour: (750 hour)terms at the 07/01/2014 following percentage of journeyman's wage Page 51 01/01/2015 $ 21.38 $ 11.99 DISTRICT 9 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County rate: 1stterm 0-750 70% 2nd term 750-1500 74% 3rd trem 1501-2250 78% 4th term 2251-3000 82% 5th term 3001-3750 88% 6th term 3751-4500 96% Supplemental Benefits Per hour paid 1st term $ 11.58 2nd term 11.59 3rd term 11.72 4th term 11.73 5th term 11.74 6th term 11.76 9 -7/24M -MF Mason - Building / Heaw&Highway 10/01/2014 JOB DESCRIPTION Mason - Building / Heavy&Highway ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES Per hour: 07/01/2014 01/01/2015 Marble -Finisher $ 44.54 44.81 SUPPLEMENTAL BENEFITS Journeyworker: per hour paid Marble- Finisher $ 29.16 $ 29.79 OVERTIME PAY See (B, E, Q, V) on OVERTIME PAGE HOLIDAY Overtime: See (5, 6, 8, 11, 15, 16, 25) on HOLIDAY PAGE * Work beyond 8 hours on a Saturday shall be paid at double the rate. ** When an observed holiday falls on a Sunday, it will be observed the next day. DISTRICT 9 9 -7/20 -MF Mason - Building / Heavy&Highway 10/01/2014 JOB DESCRIPTION Mason - Building / Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07/01/2014 Cement Mason $ 45.53 Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Friday. Any make-up day must be paid at the premium rate. NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project. SUPPLEMENTAL BENEFITS Per Hour: Cement Mason $ 32.80 OVERTIME PAY See (*B1, E2, **Q, ***V) on OVERTIME PAGE * Applies to 9th and 10th hours on Saturday ** "Holidays" only for Building Construction Page 52 11 0 40 i Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County *** Additional $10.18 to be added to all Time and a Half hours paid HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 11, 13, 25) on HOLIDAY PAGE REGISTERED APPRENTICES ( 1 ) year terms at the following Percentage of Journeyworkers Wage. 1 st Term 50% 2nd Term 60% 3rd Term 70% Supplement Benefits per hour paid: 1 st Term $ 16.40 2nd Term 19.68 3rd Term 25.99 4-780 Mason - Building / Heavy&Highway 10/01/2014 JOB DESCRIPTION Mason - Building / Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES WAGES NOTE: Shall include but not limited to Precast concrete slabs (London Walks) Marble and Granite pavers 2'x 2' or larger. Per Hour: 07/01/2014 Stone Setter $58.72 • plus $1.50* Stone Tender $40.54 plus $1.50' *Additional Amounts to be added to Wages and or Benifits. SUPPLEMENTAL BENEFITS Per Hour: Stone Setter $ 27.35 Stone Tender 17.45 OVERTIME PAY See (*C, **E, Q) on OVERTIME PAGE On weekdays the eighth (8th) and ninth (9th) hours are time and one-half all work thereafter is paid at double the hourly rate. ** The first nine (9) hours on Saturday is paid at time and one-half all work thereafter is paid at double the hourly rate. HOLIDAY Paid: See (*18) on HOLIDAY PAGE Overtime: See (5, 6, 10) on HOLIDAY PAGE Paid: *Must work First 1/2. REGISTERED APPRENTICES Per Hour: Stone Setter(800 hour) terms at the following Percentage of Stone Setters wage rate per hour: 1st 2nd 3rd 4th 5th 6th 50% 60% 70% 80% 90% 100% Supplemental Benefits: All Apprentices $17.53 4-1 Stn Mason - Heavy&Highway 10/01/2014 Page 53 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County JOB DESCRIPTION Mason - Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07/01/2014 Pointer, Caulkers & $47.41 Cleaners SUPPLEMENTAL BENEFITS Per Hour: Pointer, Cleaners & $ 24.60 Caulkers OVERTIME PAY See (B, E2, H) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 25, 26) on HOLIDAY PAGE REGISTERED APPRENTICES Wages per hour: One (1) year terms at the following wage rates. 1st 2nd 3rd 4th $25.01 $27.25 $32.24 $38.66 Apprentices Supplemental Benefits: (per hour paid) $4.75 $9.70 $12.45 $12.45 4-1 PCC Operating Engineer - Building 10/01/2014 JOB DESCRIPTION Operating Engineer - Building DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES BUILDING CATEGORIES: CLASS " AA "CRANES: Crane, Truck Crane, Derrick, Dragline, Dredge, Crawler Crane, Tower Crane & Pile Driver. CLASS "A": Asphalt Spreader, Backhoe Crawler/Hydraulic Excavator(360 upto & over 150,000lbs),Boiler, Boring Machine, Cherry Picker(over 70 tons), Concrete Pump, Gradall, Grader, Hoist, Loading Machine(10 yds. or more), Milling Machine, Power Winch -Stone Setting/Structural Steel & Truck Mounted, Powerhouse, Road Paver, Scoop -Carryall -Scraper in Tandem, Steam Shovel, Sideboom Tractor, Stone Spreader(selfpropelled), Tank Work, Tower Crane Engineer. CLASS "B": Backhoe(other than 360), Boom Truck, Bulldozer, Boring Machine/Auger, Cherry Picker(under 70 Tons), Conveyor -Multi, Dinkey Locomotive, Fork Lift, Hoist(2 Drum), Loading Machine & Front Loader, Mulch Machine(Machine Fed), Power Wincher(Not Included in Class "A"), Asphalt Roller, Hydraulic Pump with Boring Machine, Scoop, Carryall/Scaper, Skid Loader/Skid Steer, Maintenance Man on Tower Crane,Trenching Machine, Vermeer Cutter, Work Boat. CLASS "C": Curb Machine(asphalt & Concrete), Maintenance Engineer(Small Equip. & Well Point), Field Mechanic, Milling Machine(Small), Pulvi Mixer, Pumps(all), Roller(dirt), Ridge Cutter, Vac-AII(Truck), Jet Pump(Truck), Shotblaster, Interior Hoist, Concrete Finish Machine, Concrete Spreader, Conveyer, Curing Machine, Hoist(one drum). CLASS "D": Concrete Breaker, Concrete Saw/Cutter, Fork Life or Walk Behind (power operated), Generator, Hydra Hammer, Compactors(mechanical or hand operated), Pin Puller, Portable Heaters, Power Booms, Power Buggies, Pump(double action diaphragm). CLASS "E": Page 54 0 Ei • 171 Well Driller Helper $ 29.76 Hazardous Waste Differential Added to Hourly Wage: Level A $ 3.00 Level B 2.00 .7 Page 55 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County Batching Plant, Generator, Grinder, Mixer, Mulching Machine, Oiler, Pump(gypsum), Pump(single action diaphragm), Stump Chipper, Track Tamper, Tractor(caterpiller or wheel), Vibrator, Deckhand on Workboat. 07/01/2014 Class "AA" $ 69.79 Cranes: Boom length over 100 feet add $ 1.00 per hour 150""$1.50"" 250""$2.00"" 350""$3.00"" Class "A" $ 58.28 Add $3.50 for Hazardous Waste Work Class "B" $ 55.38 Add $2.50 for Hazardous Waste Work Class "C" $ 53.44 Add $1.50 for Hazardous Waste Work Class "D" $ 49.53 Add $1.00 for Hazardous Waste Work Class "E" $ 47.58 SUPPLEMENTAL BENEFITS Per Hour: f All Classes $ 31.45 Overtime Rate 24.35 OVERTIME PAY See (D, O) on OVERTIME PAGE HOLIDAY Paid: See (5, 6, 15, 16, 25) on HOLIDAY PAGE Overtime: See (5, 6, 15, 16, 25) on HOLIDAY PAGE "NOTE" Employee must be Employed day before and day after Holiday to recieve Holiday Pay. REGISTERED APPRENTICES One(1) Year Terms at the following Rate: 1 st Term $ 20.84 • 2nd Term 21.67 3rd Term 22.33 Supplemental Benefits per hour: All Apprentices $ 15.64 Overtime Rate 5.60 • 4-138 Operating Engineer - Building / Heaw&Highway 10/01/2014 JOB DESCRIPTION Operating Engineer - Building / Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk • WAGES Per Hour: 07/01/2014 Well Driller $ 33.98 Well Driller Helper $ 29.76 Hazardous Waste Differential Added to Hourly Wage: Level A $ 3.00 Level B 2.00 .7 Page 55 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Last Published on Oct 01 2014 Published by the New York State Department of Labor PRC Number 2014009748 Suffolk County Operating Engineer - Heavy&Highway 10/01/2014 JOB DESCRIPTION Operating Engineer - Heavy&Highway ENTIRE COUNTIES Nassau, Suffolk WAGES Party Chief - One who directs a survey party Instrument Man - One who runs the instrument and assists Party Chief Rodman - One who holds the rod and in general, assists the survey party Categories cover GPS & Under Ground Surveying Per Hour: 07/01/2014 Heavy Highway/Building Party Chief $ 60.40 Instrument Man 46.02 Rodman 39.46 SUPPLEMENTAL BENEFITS Per Hour: Heavy Highway/Building $ 30.62 Premium`: Heavy Highway/Building $ 42.74 Premium**: Heavy Highway/Building $ 54.84 * Applies to instances where 1-1/2 regular rate are paid **Applies to instances where 2 times the rate are paid. OVERTIME PAY See (B, *E, Q) on OVERTIME PAGE * Doubletime paid on the 9th hour on Saturday. HOLIDAY Paid: See (5, 6, 8, 11, 12, 15, 25) on HOLIDAY PAGE Overtime: See (5, 6, 8, 11, 12, 15, 25) on HOLIDAY PAGE DISTRICT 4 4-15D-N/S co. Operating Engineer - Marine Construction 10/01/2014 JOB DESCRIPTION Operating Engineer - Marine Construction DISTRICT 4 ENTIRE COUNTIES Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe, Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates WAGES Per Hour: DREDGING OPERATIONS 07/01/2014 10/01/2014 CLASS A Operator, Leverman, $ 34.73 $ 35.63 Lead Dredgeman CLASS Al Dozer,Front Loader Operator CLASS B Spider/Spill Barge Operator, Tug Operator(over1000hp), Operatorll, Fill Placer, Derrick Operator, Engineer, Chief Mate, Electrician, To conform to Operating Engineer Prevailing Wage in locality where work is being performed including benefits. $ 30.05 Page 58 $ 30.81 • L] P 7 • Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County Chief Welder, Maintenance Engineer Certified Welder, $ 28.30 $ 29.01 Boat Operator(licensed) f CLASS C Drag Barge Operator, $ 27.54 $ 28.22 Steward, Mate, Assistant Fill Placer, Welder (please add)$ 0.06 Boat Operator $ 26.55 $ 27.30 CLASS D Shoreman, Deckhand, $ 22.17 $ 22.68 Rodman, Scowman, Cook, Messman, Porter/Janitor Oiler(please add)$ 0.09 SUPPLEMENTAL BENEFITS Per Hour: THE FOLLOWING SUPPLEMENTAL BENEFITS APPLY TO ALL CATEGORIES 07/01/2014 10/01/2014 All Classes A & B $ 9.42 plus 8% $ 9.99 plus 8% of straight time of straight time wage, Overtime hours wage, Overtime hours add $ 0.63 add $ 0.63 All Class C $ 9.12 plus 8% $ 9.69 plus 8% of straight time of straight time . wage, Overtime hours wage, Overtime hours add $ 0.48 add $ 0.48 All Class D $ 8.82 plus 8% $ 9.39 plus 8% of straight time of straight time wage, Overtime hours wage, Overtime hours add $ 0.33 add $ 0.33 OVERTIME PAY See (B, F, R) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 15, 26) on HOLIDAY PAGE 4-25a-MarConst Operating Engineer - Survey Crew - Consulting Engineer 10/01/2014 • JOB DESCRIPTION Operating Engineer - Survey Crew - Consulting Engineer DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Suffolk, Westchester PARTIAL COUNTIES Dutchess: That part in Duchess County lying South of the North City line of Poughkeepsie. WAGES Feasibility and preliminary design surveying, any line and grade surveying for inspection or supervision of construction. Per hour: 07/01/2014 07/01/2015 07/01/2016 Survey Classifications Additional Additional Party Chief $35.55 + $1.06* $1.63* $2.24" Instrument Man 29.41 + 0.94* 1.44* 1.98* Rodman 25.54 + 0.86* 1.32* 1.82* * To be allocated at a future date SUPPLEMENTAL BENEFITS Page 59 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County Per Hour: All Crew Members: $17.90 OVERTIME PAY OVERTIME:.... See (B, E*, Q, V) ON OVERTIME PAGE. *Doubletime paid on the 9th hour on Saturday. HOLIDAY Paid: See (5, 6, 7, 11, 16) on HOLIDAY PAGE Overtime: See (5, 6, 7, 11, 16) on HOLIDAY PAGE $17.90 $17.90 9-15dconsult Operating Engineer - Trenchless Pipe Rehab 10/0112014 JOB DESCRIPTION Operating Engineer - Trenchless Pipe Rehab DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES IMPORTANT NOTE: This Category & Classifications are now located in Operating Engineers/Heavy Highway & Laborers/ Heavy Highway. Per Hour: Robotic Unit Operator Technician/Boiler, Generator AM Liner/Hydra Seal Hobas Pipe, Polyethyene Pipe or Pull and Inflate Liner OVERTIME PAY HOLIDAY 07/01/2014 (SEE) Operator(class D) Operator(classes C&D) Laborer(Grp#3) Laborer(Grp#3) 4-138TrchPReh Painter 10/01/2014 JOB DESCRIPTION Painter ENTIRE COUNTIES Putnam, Suffolk, Westchester DISTRICT 8 PARTIAL COUNTIES Nassau: All of Nassau except the areas described below: Atlantic Beach, Ceaderhurst, East Rockaway, Gibson, Hewlett, Hewlett Bay, Hewlett Neck, Hewlett Park, Inwood, Lawrence, Lido Beach, Long Beach, parts of Lynbrook, parts of Oceanside, parts of Valley Stream, and Woodmere. Starting on the South side of Sunrise Hwy in Valley Stream running east to Windsor and Rockaway Ave., Rockville Centre is the boundary line up to Lawson Blvd. turn right going west all the above territory. Starting at Union Turnpike and Lakeville Rd. going north to Northern Blvd. the west side of Lakeville road to Northern blvd. At Northern blvd. going east the district north of Northern blvd. to Port Washington Blvd. West of Port Washington blvd.to St.Francis Hospital then north of first traffic light to Port Washington and Sands Point, Manor HAven, Harbour Acres, WAGES Per hour: 07/01/2014 Drywall Taper $ 41.75 SUPPLEMENTAL BENEFITS Per hour worked: 07/01/2014 Journeyman $ 20.97 OVERTIME PAY See (A, H) on OVERTIME PAGE For Journeyman: Deduct $4.25 from wage rate BEFORE calculating overtime pay. Page 60 E 9 1: 0 u 0 Ll 11 0 0 P, Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County For Apprentices: Deduct $ 2.44 from 2nd term wage rate, and $ 3.25 from 3rd term wage rate BEFORE calculating overtime pay. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (4, 5, 6, 25) on HOLIDAY PAGE REGISTERED APPRENTICES Wages(per Hour) 07/01/2014 1500 hour terms at the following wage rate: 1 st term $ 18.13 2nd term $ 27.19 3rd term $ 36.26 Suppemental Benefits per hour: One year term (1500 hours)at the following Ahdollar amount. 1st year $ 10.25 2nd year $ 16.43 3rd year $ 19.25 8-NYDCT9-DWT Painter 10/01/2014 JOB DESCRIPTION Painter DISTRICT 8 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Suffolk, Westchester WAGES Per hour: 07/01/2014 Brush $ 43.75 Abatement/Removal of lead based $ 43.75 or lead containing paint on materials to be repainted. Spray & Scaffold $ 46.75 Fire Escape $ 46.75 Decorator $ 46.75 Paperhanger/Wall Coverer $ 41.08 SUPPLEMENTAL BENEFITS Per hour worked: 07/01/2014 Paperhanger $ 29.33 All others $ 20.97 Premium" $ 23.47' 'Applies only to "All others" catergory,not paperhanger journeyman. OVERTIME PAY See (A, H) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES Indentured after 5/31/93 ( 1 ) year terms at the following wage rate. (per hour) 07/01/2014 Appr 1st term... $ 16.55 Page 61 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Last Published on Oct 01 2014 Published by the New York State Department of Labor PRC Number 2014009748 Suffolk County Appr 2nd term... $ 21.66 Appr 3rd term... $ 26.24 Appr 4th term... $ 35.02 Spplemental benefis: Bridge Painting: (per Hour worked) 10/01/2014 Appr 1 st term... $ 10.23 Appr 2nd term... $ 12.92 Appr 3rd term... $ 15.20 Appr 4th term... $ 19.70 + 5.63* 8-NYDC9-B/S Painter - Bridge & Structural Steel 10/01/2014 JOB DESCRIPTION Painter - Bridge & Structural Steel DISTRICT 8 ENTIRE COUNTIES Albany, Bronx, Clinton, Columbia, Dutchess, Essex, Franklin, Fulton, Greene, Hamilton, Kings, Montgomery, Nassau, New York, Orange, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schoharie, Suffolk, Sullivan, Ulster, Warren, Washington, Westchester WAGES 07/01/2014 10/01/2014 Per Hour Worked: STEEL: $ 28.20 $ 28.95 Bridge Painting: 07/01/2014 10/01/2014 From May 1 st to Nov. 15th - Hourly Rate up to 50 hours $ 47.00 $ 48.75 Hourly Rate after 50 hours + 5.38* + 5.63* From Nov. 16th to April 30th - $ 47.00 $ 48.75 + 5.38* + 5.63* *Not subject to overtime and limited to first 40 hours NOTE: All premium wages are to be calculated on $47.00 or $48.75 per hour only. EXCEPTION: During the period of May 1st to November 15th, for the first and last week of employment on the project, and for the weeks of Memorial Day, Independence Day and Labor Day, this rate shall be paid for the actual number of hours worked. Power Tool/Spray is an additional $6.00 per hour above hourly rate, whether straight time or overtime NOTE: Generally, for Bridge Painting Contracts, ALL WORKERS on and off the bridge (including Flagmen) are to be paid Painter's Rate; the contract must be ONLY for Bridge Painting. SUPPLEMENTAL BENEFITS Per Hour Worked: Journeyworker: 07/01/2014 10/01/2014 From May 1 st to Nov. 15th - Hourly Rate up to 40 hours $ 28.20 $ 28.95 Hourly Rate after 40 hours 7.50 7.50 From Nov. 16th to April 30th - Hourly Rate up to 50 hours 28.20 28.95 Hourly Rate after 50 hours 7.50 7.50 EXCEPTION: During the period of May 1 st to November 15th, for the first and last week of employment on the project, and for the weeks of Memorial Day, Independence Day and Labor Day, this rate shall be paid for the actual number of hours worked. OVERTIME PAY See (A, F, R) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (4,6) on HOLIDAY PAGE REGISTERED APPRENTICES (Wage per hour Worked): Apprentices: (1) year terms 07/01/2014 10/01/2014 1 st 90 days $ 20.96 $ 21.76 1 st year after 90 days 20.96 21.76 Page 62 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County 2nd year 31.43 32.63 3rd year 41.91 43.51 Supplemental Benefits per hour worked: 07/01/2014 10/01/2014 1 st 90 days $ 8.29 $ 8.59 1st year after 90 days 8.54 8.84 2nd year 16.93 17.38 3rd year 22.57 26.17 8-DC-9/806/155-BrSS Painter - Line Striping 10/01/2014 JOB DESCRIPTION Painter- Line Striping DISTRICT 8 ENTIRE COUNTIES Albany, Bronx, Clinton, Columbia, Dutchess, Essex, Franklin, Fulton, Greene, Hamilton, Kings, Montgomery, Nassau, New York, Orange, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schoharie, Suffolk, Sullivan, Ulster, Warren, Washington, Westchester WAGES Per hour: Painter (Striping -Highway): 07/01/2014 Striping -Machine Operator* $ 27.11 Linerman Thermoplastic $ 32.37 Note: * Includes but is not limited to: Positioning of cones and directing of traffic using hand held devices. Excludes the Driver/Operator of equipment used in the maintenance and protection of traffic safety Four (4), ten (10) hour days may be worked at straight time during a week. NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project. SUPPLEMENTAL BENEFITS Per hour paid: 07/01/2014 Journeyworker: Striping -Machine operator $ 14.18 Linerman Thermoplastic $ 14.55 OVERTIME PAY See (B, E, E2, F, S) on OVERTIME PAGE HOLIDAY Paid: See (5, 20) on HOLIDAY PAGE Overtime: See (5, 8, 11, 12, 15, 16, 17, 20, 21, 22) on HOLIDAY PAGE 8 -1456 -LS Painter - Metal Polisher 10/01/2014 JOB DESCRIPTION Painter - Metal Polisher DISTRICT 8 ENTIRE COUNTIES Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe, Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates WAGES 07/01/2014 Metal Polisher $ 27.15 Metal Polisher** 28.24 Metal Poilsher*** 30.65 **Note: Applies on New Construction & complete renovation *** Note: Applies when working on scaffolds over 34 feet. SUPPLEMENTAL BENEFITS Per Hour: 07/01/2014 Page 63 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County Journeyworker All classification $ 13.61 OVERTIME PAY See (B, E, E2, P, T) on OVERTIME PAGE HOLIDAY Paid: See (5, 6, 11, 15, 16; 25; 26) on HOLIDAY PAGE Overtime: See (5, 6, 9, 11, 15, 16, 25, 26) on HOLIDAY PAGE REGISTERED APPRENTICES Wages per hour: One (1) year term at the following wage rates: i 1st 2nd 3rd $11.00 $12.50 $15.50 Supplentals benefits: Per hour paid: 1 st 2nd 3rd $ 9.94 $10.31 $10.51 • 8-8A/28A-MP Plasterer 10/01/2014 (per hour paid): JOB DESCRIPTION Plasterer DISTRICT 9 ENTIRE COUNTIES Kings, Nassau, Queens, Suffolk • PARTIAL COUNTIES 9.35 New York: Includes work in all Islands in New York City, except Manhattan. 11.35 WAGES 12.33 Per hour: 14.33 07/01/2014 15.33 Building: Plasterer/Traditional $ 35.53 SUPPLEMENTAL BENEFITS Per hour worked: Journeyworker $ 21.80 OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 11, 13, 25, 26) on HOLIDAY PAGE REGISTERED APPRENTICES Wages: (per hour) ( 1 ) year terms at the following % Journeyworkers wage rate. • First year: 1 st 6 months 2nd 6 months 40% 45% Second year: 1st 6 months 2nd 6 months 55% 60% Third year: 1st 6 months 2nd 6 months 70% 75% Supplemental Benefits: (per hour paid): (1) year term broken down into six month periods: 1st year: 1 st six months $ 8.37 2nd six months 9.35 3rd six months 11.35 4th six months 12.33 5th six months 14.33 6th six months 15.33 qr Aft 9-530-Z1 Page 64 40 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County Plumber 10/01/2014 JOB DESCRIPTION Plumber DISTRICT 4 ENTIRE COUNTIES Ah Nassau, Suffolk WAGES Per Hour: 07/01/2014 05/01/2015 Plumber MAINTENANCE ONLY $ 29.46 $ 29.96 • Maintenance: Correction of problem(s)with the existing fixture or group of fixtures, preventive repairs or servicing of said fixtures SUPPLEMENTAL BENEFITS SUPPLEMENTAL BENEFITS Per Hour: Plumber Maintenance $ 12.05 $ 13.55 OVERTIME PAY See (B, J) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 15, 16) on HOLIDAY PAGE 4-200 Maintance Plumber JOB DESCRIPTION Plumber DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES • Per Hour: 07/01/2014 Plumber/ PUMP & TANK $ 43.24 SUPPLEMENTAL BENEFITS Per Hour: • Plumber $ 23.06 OVERTIME PAY See (B, Q, *V) on OVERTIME PAGE (V) For Sundays & Holidays if Worked Only HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES One(1) Year Terms at the Following Percentage of Journeymans wage: 1st Term 30% 2nd Term 40% 3rd Term 50% 4th Term 60% 5th Term 70% 6th Term 85% Supplemental Benifits Per Hour: 1 st Term $11.38 • 2nd Term $12.01 3rd Term $12.79 4th Term $13.16 5th Term $16.36 6th Term $19.65 Page 65 0 4-200 Pump & Tank Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County Plumber _ 10/01/2014 JOB DESCRIPTION Plumber DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07;01;2014 11/0112014 Plumber $ 48.48 $ 48.48 SUPPLEMENTAL BENEFITS Per Hour: Plumber $ 34.27 $ 35.77 OVERTIME PAY See (A, E, Q, *V) on OVERTIME PAGE CODE "V" is only for SUNDAYS and HOLIDAYS WORKED HOLIDAY Paid: See (1) on HOLIDAY PAGE • Overtime: See (5, 6, 15, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES One(1) Year Terms at the following percentage of Plumbers Rate: 1st Term 2nd Term 3rd Term 4th Term 5th Term 30% 40% 50% 60% 70% Supplemental Benefits per hour: 07/01/2014 11/01/2014 1st Term $ 20.75 $ 22.25 2nd Term 23.06 24.56 3rd Term 24.43 25.93 4th Term 25.92 27.42 • 5th Term 27.56 29.00 4-200 Roofer 10/01/2014 JOB DESCRIPTION Roofer DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour 07/01/2014 10/01/2014 ROOFER/Waterproofer Total Wage $ 43.00 Additional to be Paid $1.50 to be Added per Hour*** "Base" Wage $ 39.00** ***NOTE: Additional to be allocated for Wage or Supplement SUPPLEMENTAL BENEFITS Per Hour: ROOFER/Waterproofer $ 25.61 $ 25.61 OVERTIME PAY Per Hour: NEW ROOF SEE (B,E,Q) RE -ROOF SEE (B,E,E2,Q) NOTE:** Overtime Pay to be calculated on "BASE" Wage then add $4.00. (Example: $39.00 x time and one half = $58.50 + $4.00 = $62.50 ) HOLIDAY Paid: See (1) on HOLIDAY PAGE Page 66 0 n u Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Last Published on Oct 01 2014 Overtime: See (5, 6, 13, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES (1) Year terms at the following Percentage of Roofers/Waterproofers Wage. 1 st 2nd 3rd 4th 40% 50% 70% 80% Supplemental Benefits per hour: 07/01/2014 10/01/2014 1 st Term $ 7.20 $ 7.20 2nd Term 8.99 8.99 3rd Term 12.58 12.98 4th Term 14.37 14.37 0 AIL mr i .01 mr E 9 0 Published by the New York State Department of Labor PRC Number 2014009748 Suffolk Countv 4-154 Sheetmetal Worker 10/01/2014 JOB DESCRIPTION Sheetmetal Worker DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07/01/2014 Sheetmetal Worker $ 50.67 Temporary Operation or Maintenace of Fans 40.42 SUPPLEMENTAL BENEFITS Per Hour: Sheetmetal Worker $ 39.91 Maintenance Worker 39.91 OVERTIME PAY See (A, E, E2, Q, V) on OVERTIME PAGE For Maintenance See Codes B,E, Q & V HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 11, 15, 16, 25, 26) on HOLIDAY PAGE REGISTERED APPRENTICES Per Hour:Wages Six(6) Month Terms As Follows: 1 st Term $ 14.35 2nd Term 17.72 3rd Term 22.12 4th Term 24.89 5th Term 26.24 6th Term 28.45 7th Term 34.53 8th Term 37.23 9th Term 40.34 Per Hour: Supplemental Benifits 1 st Term $ 5.50 2nd Term 14.80 3rd Term 21.51 4th Term 23.31 5th Term 24.94 6th Term 27.04 7th Term 30.60 8th Term 31.77 9th Term 32.94 Page 67 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor 4 -137 -SE Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County JOB DESCRIPTION Steamfitter DISTRICT 4 ENTIRE COUNTIES 4-28 Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk Sheetmetal Worker 10/01/2014 Per Hour: 07/01/2014 JOB DESCRIPTION Sheetmetal Worker DISTRICT 4 ENTIRE COUNTIES ` Z Bronx, Kings, Nassau, New York, Queens, Richmond, Rockland, Suffolk, Westchester Heat & AC WAGES SUPPLEMENTAL BENEFITS Per Hour: 07/01/2014 08/01/2014 Per Hour: Sign Erector $ 44.20 $ 45.60 Fitter NOTE: Overhead Highway Signs and Structurally Supported Signs(See IRON WORKER CLASS) Temporary $ 37.26 SUPPLEMENTAL BENEFITS Per Hour: 07/01/2014 08/01/2014 Sign Erector $ 38.22 $ 40.25 OVERTIME PAY See (A, F, S) on OVERTIME PAGE HOLIDAY Paid: See (5, 6, 10, 11, 12, 16, 25) on HOLIDAY PAGE Overtime: See (5, 6, 10, 11, 12, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES Per Hour: 6 month Terms at the following percentage of Sign Erectors wage rate: • 1 st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 35% 40% 45% 50% 55% 60% 65% 70% 75% 80% SUPPLEMENTAL BENEFITS Per Hour: 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th $11.08 $12.55 $14.04 $15.51 $21.93 $23.86 $26.46 $28.45 $30.42 $32.40 Heat & AC OVERTIME PAY See (C, *D, O, V) on OVERTIME PAGE Page 68 n u 4 -137 -SE Steamfitter 10/01/2014 JOB DESCRIPTION Steamfitter DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07/01/2014 Steam/Sprinkler $ 58.81 Fitter Temporary $ 44.71 Heat & AC NOTE: Add 30% to Hourly Wage for "Contracting Agency" Mandated Off Shift Work. SUPPLEMENTAL BENEFITS Per Hour: Steam/Sprinkler $ 45.67 Fitter Temporary $ 37.26 Heat & AC OVERTIME PAY See (C, *D, O, V) on OVERTIME PAGE Page 68 n u Ll E JOB DESCRIPTION Steamfitter ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07/01/2014 AC Service/Heat Service Steamfitter Maintenance $ 38.30 Refrigeration, A/C, Oil Burner and Stoker Service and Repair. Refrigeration Compressor installation up to 5hp (combined). Air Condition / Heating Compressor installation up to 10hp (combined). (*)To be allocated at a later date SUPPLEMENTAL BENEFITS Per Hour 40 AC Service/Heat Service $ 9.70 Steamfitter Maintenance OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY 0 01/01/2015 Additional $ 0.75* Paid: See (5, 6, 11, 15, 25, 26) on HOLIDAY PAGE DISTRICT 4 4-638B-StmFtrRef Teamster - Asphalt Delivery 10/01/2014 JOB DESCRIPTION Teamster - Asphalt Delivery ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: DISTRICT 4 Heavy Construction Work: Shall include the supply of Asphalt for construction, improvement and modification of all or any part of Streets, Highways, Bridges, Tunnels, Railroads, Canals, Dams, Airports, Schools, Power Generation Plants, where distance between project and asphalt plant is not more than 50 miles. • TRUCK DRIVER 07/01/2014 Asphalt Delivery $ 35.105 Light Construction Work: 0 Page 69 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Last Published on Oct 01 2014 Published by the New York State Department of Labor PRC Number 2014009748 Suffolk County (*D) On all HVAC and Mechanical contracts that do not excedd $15,000,000. and on all fire protection/sprinklet contracts that do not exceed $1,500,000. HOLIDAY Paid: See (1) on HOLIDAY PAGE • Overtime: See (5, 6, 11, 15, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES 1 year Terms at the Following: WAGES per hour: 1st Term 2nd Term 3rd Term 4th Term 5th Term • $ 23.56 $ 29.44 $ 38.25 $ 47.06 $ 50.00 SUPPLEMENTAL BENEFIT Per Hour: 1st Term 2nd Term 3rd Term 4th Term 5th Term $ 18.79 $ 23.29 $ 29.99 $ 36.71 $ 38.95 4-638A-StmSpFtr Steamfitter 10/01/2014 Ll E JOB DESCRIPTION Steamfitter ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07/01/2014 AC Service/Heat Service Steamfitter Maintenance $ 38.30 Refrigeration, A/C, Oil Burner and Stoker Service and Repair. Refrigeration Compressor installation up to 5hp (combined). Air Condition / Heating Compressor installation up to 10hp (combined). (*)To be allocated at a later date SUPPLEMENTAL BENEFITS Per Hour 40 AC Service/Heat Service $ 9.70 Steamfitter Maintenance OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY 0 01/01/2015 Additional $ 0.75* Paid: See (5, 6, 11, 15, 25, 26) on HOLIDAY PAGE DISTRICT 4 4-638B-StmFtrRef Teamster - Asphalt Delivery 10/01/2014 JOB DESCRIPTION Teamster - Asphalt Delivery ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: DISTRICT 4 Heavy Construction Work: Shall include the supply of Asphalt for construction, improvement and modification of all or any part of Streets, Highways, Bridges, Tunnels, Railroads, Canals, Dams, Airports, Schools, Power Generation Plants, where distance between project and asphalt plant is not more than 50 miles. • TRUCK DRIVER 07/01/2014 Asphalt Delivery $ 35.105 Light Construction Work: 0 Page 69 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County Shall include the supply of Asphalt for construction of Single & Multi Family Homes, Town Houses, Apartment Buildings, including Driveways, Streets and Curbs within those projects. Parking Lots, Office Buildings, where distance between project and asphalt plant is not more than 50 miles. TRUCK DRIVER • 07/01/2014 Asphalt Delivery $ 28.89 SUPPLEMENTAL BENEFITS Per Hour: Heavy Construction Work TRUCK DRIVER 07/01/2014 Asphalt Delivery $40.1825 Light Construction Work TRUCK DRIVER L 07/01/2014 • Asphalt Delivery $11.55 OVERTIME PAY See (B, *62, E, **I, P, ***R, ****U) on OVERTIME PAGE (NOTE) PREMIUM PAY of 25% on straight time hours for New York State D.O.T. and or other GOVERNMENTAL MANDATED off shift work. Note: (B,E,P,T&*U) Apply to Heavy Construction. Note: (B2,I,T&*U) Apply to Light Construction. Note: (*U) Only applies after 8 hours worked on holiday. ` HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, *16, **25) on HOLIDAY PAGE NOTE:(*16) Paid at Double if Worked; (**25) Paid at Double if Worked. 4-282 Teamster - Building 10/01/2014 0 JOB DESCRIPTION Teamster -Building ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: Truck Driver (Building Demolition & Debris) 07/01/2014 Trailers $ 29.98 Straight Jobs $ 29.68 SUPPLEMENTAL BENEFITS Per Hour: DISTRICT 4 0 All Classifications 07/01/2014 $ 31.34 OVERTIME PAY See (B, E, S1) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 11, 12, 15, 25, 26) on HOLIDAY PAGE 4-282 Teamster- Delivery of Concrete 10/01/2014 JOB DESCRIPTION Teamster - Delivery of Concrete DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: Page 70 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County Heavy Construction Work: Shall Include the supply of Ready -Mix Concrete for construction, improvment and modification of all or any part of Streets, Highways, Bridges, Tunnels, Railroads, Canals, Dams, Airports, Schools & Power Generation Plants, where distance between project and asphalt plant • is not more than 50 miles. TRUCK DRIVER 07/01/2014 Concrete Delivery $ 37.065 Light Construction Work: Shall include the supply of Ready -Mix Concrete for construction of Single & Multi Family Homes, Town Houses, Apartment Buildings, including Driveways, Streets and Curbs within those projects. Parking Lots and Office Buildings, where distance between project and asphalt plant is not more than 50 miles. TRUCK DRIVER 07/01/2014 Concrete Delivery $ 33.765 r SUPPLEMENTAL BENEFITS Per Hour: Heavy Construction Work 07/01/2014 Concrete Delivery $ 37.125 Light Construction Work 07/01/2014 Concrete Delivery $ 11.525 OVERTIME PAY NOTE: Heavy Construction: B2,1 Light Construction: B,E,P HOLIDAY • Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, *16, **25) on HOLIDAY PAGE NOTE:(*16) Paid at Double if Worked. (**25) Paid at Double if Worked. 4-282ns Teamster- Heavy&Highway 10/01/2014 JOB DESCRIPTION Teamster - Heavy&Highway ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: DISTRICT 4 Heavy Construction Work: • Shall include the construction, improvement or modification of all or any part of streets, highways, Bridges, Tunnels, Railroads, Canals, Dams, Airports, Schools, Power Generation Plants. 07/01/2014 Site Excavating (Chauffeurs) $ 35.105 Light Construction Work: Shall include the construction, improvment and modification of Single & Multi Family Homes, Town Houses, Apartment Buildings, including driveways, Streets and Curbs within those projects. Parking Lots and Office Buildings. 07/01/2014 Site Excavating (Chauffeurs) $ 28.89 SUPPLEMENTAL BENEFITS Per Hour: 07/01/2014 Heavy Construction Work Chauffeurs $ 40.1825 Light Construction Work Page 71 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Suffolk County Chauffers $ 11.55 OVERTIME PAY See (B, *132, E, **I, P, ***R, ****U) on OVERTIME PAGE • (NOTE) PREMIUM PAY of 25% on straight time hours for NEW YORK STATE D.O.T. and or other GOVERMENTAL MANDATED off shift work. Note: (B,E,P,T & *U) Apply to Heavy Construction. Note: (B2,I,T & *U) Apply to Light Construction. Note: (*U) Only applies after 8 hours work on holiday HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, *16, **25) on HOLIDAY PAGE NOTE:(*16) Paid at Double if Worked. (**25) Paid at Double if Worked. 4-282 Welder 10/01/2014 JOB DESCRIPTION Welder DISTRICT 1 • ENTIRE COUNTIES Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe, Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates WAGES Per hour 07/01/2014 Welder (To be paid the same rate of the mechanic performing the work) OVERTIME PAY HOLIDAY Page 72 1 -As Per Trade L 11 • Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 Page 73 C7 Overtime Codes Following is an explanation of the code(s) listed in the OVERTIME section of each classification contained in the attached schedule. Additional requirements may also be listed in the HOLIDAY section. NOTE: Supplemental Benefits are 'Per hour worked' (for each hour worked) unless otherwise noted ( AA) Time and one half of the hourly rate after 7 and one half hours per day (A) Time and one half of the hourly rate after 7 hours per day • (B) Time and one half of the hourly rate after 8 hours per day ( B1) Time and one half of the hourly rate for the 9th & 10th hours week days and the 1st 8 hours on Saturday. Double the hourly rate for all additional hours ( B2) Time and one half of the hourly rate after 40 hours per week (C) Double the hourly rate after 7 hours per day ( C1) Double the hourly rate after 7 and one half hours per day ( D) Double the hourly rate after 8 hours per day ( D1) Double the hourly rate after 9 hours per day (E) Time and one half of the hourly rate on Saturday ( E1) Time and one half 1st 4 hours on Saturday; Double the hourly rate all additional Saturday hours ( E2) Saturday may be used as a make-up day at straight time when a day is lost during that week due to inclement weather ( E3) Between November 1st and March 3rd Saturday may be used as a make-up day at straight time when a day is lost during that week due to inclement weather, provided a given employee has worked between 16 and 32 hours that week ( E4) Saturday and Sunday may be used as a make-up day at straight time when a day is lost during that week due to inclement weather ( E5) Double time after 8 hours on Saturdays (F) Time and one half of the hourly rate on Saturday and Sunday ( G) Time and one half of the hourly rate on Saturday and Holidays ( H) Time and one half of the hourly rate on Saturday, Sunday, and Holidays ( I ) Time and one half of the hourly rate on Sunday (J) Time and one half of the hourly rate on Sunday and Holidays ( K) Time and one half of the hourly rate on Holidays ( L) Double the hourly rate on Saturday (M) Double the hourly rate on Saturday and Sunday • ( N ) Double the hourly rate on Saturday and Holidays (0) Double the hourly rate on Saturday, Sunday, and Holidays ( P) Double the hourly rate on Sunday ( Q) Double the hourly rate on Sunday and Holidays • ( R) Double the hourly rate on Holidays (S) Two and one half times the hourly rate for Holidays, if worked Page 73 C7 Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Published by the New York State Department of Labor Last Published on Oct 01 2014 PRC Number 2014009748 (Si) Two and one half times the hourly rate the first 8 hours on Sunday or Holidays One and one half times the hourly rate all additional hours. (T) Triple the hourly rate for Holidays, if worked ( U) Four times the hourly rate for Holidays, if worked (V) Including benefits at SAME PREMIUM as shown for overtime (W) Time and one half for benefits on all overtime hours. 0 I] 0 0 17, 17, Page 74 • Prevailing Wage Rates for 07/01/2014 - 06/30/2015 Last Published on Oct 01 2014 0 0 0 U, 11 0 0 0 Published by the New York State Department of Labor PRC Number 2014009748 Holiday Codes PAID Holidays: Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not required to perform work. If an employee works on a day listed as a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the work actually performed. OVERTIME Holiday Pay: Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employee actually performs work on such holidays. The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for these covered holidays can be found in the OVERTIME PAY section listings for each classification. Following is an explanation of the code(s) listed in the HOLIDAY section of each classification contained in the attached schedule. The Holidays as listed below are to be paid at the wage rates at which the employee is normally classified. ( 1 ) None (2) Labor Day (3) Memorial Day and Labor Day (4) Memorial Day and July 4th (5) Memorial Day, July 4th, and Labor Day (6) New Year's, Thanksgiving, and Christmas (7) Lincoln's Birthday, Washington's Birthday, and Veterans Day (8) Good Friday ( 9) Lincoln's Birthday { 10) Washington's Birthday ( 11 ) Columbus Day ( 12) Election Day ( 13) Presidential Election Day ( 14) 1/2 Day on Presidential Election Day ( 15) Veterans Day ( 16) Day after Thanksgiving ( 17 ) July 4th ( 18) 1/2 Day before Christmas ( 19) 1/2 Day before New Years ( 20) Thanksgiving ( 21 ) New Year's Day ( 22) Christmas ( 23) Day before Christmas ( 24) Day before New Year's ( 25) Presidents' Day ( 26) Martin Luther King, Jr. Day ( 27) Memorial Day Page 75 w n L� New York State Department of Labor - Bureau of Public Work State Office Building Campus o Building 12 - Room 130 Albany, New York 12240 REQUEST FOR WAGE AND SUPPLEMENT INFORMATION As Required by Articles 8 and 9 of the NYS Labor Law Fax (5 18) 485-1870 or mail this form for new schedules or for determination floor additional occupations. This Form Must Be Typed Submitted By: _ (Check Only One) ❑Contracting Agency E] Architect or Engineering Finn E] Public Work District Office Date: A. Public Work Contract to be let by: (Enter Data Pertaining to Contracting/Public Agency) 1. Name and complete address F- (Check if new or change) Telephone: ( ) E -Mail: Fax: ( ) 3. SEND REPLY TO ❑ check if new or change) Name and complete address: Telephone:( ) Fax: ( ) E -Mail: B. PROJECT PARTICULARS 5. Project Title Description of Work Contract Identification Number Note: For NYS units, the OSC Contract No. 7. Nature of Project - Check One: ❑ 1. New Building ❑ 2. Addition to Existing Structure ❑ 3. Heavy and Highway Construction (New and Repair) ❑ 4. New Sewer or Waterline ❑ 5. Other New Construction (Explain) ❑ 6. Other Reconstruction, Maintenance, Repair or Alteration ❑ 7. Demolition ❑ 8. Building Service Contract 0 2. NY State Units (see Item 5) ❑ 01 DOT ❑ 02 OGS ❑ 03 Dormitory Authority ❑ 04 State University Construction Fund ❑ 05 Mental Hygiene Facilities Corp. ❑ 06 OTHER N.Y. STATE UNIT ❑ 07 City ❑ 08 Local School District ❑ 09 Special Local District, i.e., Fire, Sewer, Water District ❑ 10 Village ❑ 11 Town ❑ 12 County ❑ 13 Other Non-N.Y. State (Describe) 4. SERVICE REQUIRED. Check appropriate box and provide project information. ❑ New Schedule of Wages and Supplements. APPROXIMATE BID DATE ❑ Additional Occupation and/or Redetermination PRC NUMBER ISSUED PREVIOUSLY FOR OFFICE USE ONLY THIS PROJECT 6. Location of Project: Location on Site Route No/Street Address Village or City Town County 8. OCCUPATION FOR PROJECT: ❑ Construction (Building, Heavy Highway/Sewer/Water) ❑ Tunnel ❑ Residential ❑ Landscape Maintenance ❑ Elevator maintenance ❑ Exterminators, Fumigators ❑ Fire Safety Director, NYC Only ❑ Guards, Watchmen ❑ Janitors, Porters, Cleaners, Elevator Operators ❑ Moving furniture and equipment ❑ Trash and refuse removal ❑ Window cleaners ❑ Other (Describe) 9. Has this project been reviewed for compliance with the Wicks Law involving separate bidding? YES ❑ NO ❑ 10. Name and Title of Requester PW -39 (04.11) Signature SEE PAGE TWO FOR LAWS RELATING TO PUBLIC WORK CONTRACTS 11 • • • 11 • • • • • NEW YORK STATE DEPARTMENT OF LABOR Bureau of Public Work - Debarment List LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Under Article 8 and Article 9 of the NYS Labor Law, a contractor, sub -contractor and/or its successor shall be debarred and ineligible to submit a bid on or be awarded any public work or public building service contract/sub-contract with the state, any municipal corporation or public body for a period of five (5) years from the date of debarment when: • Two (2) final determinations have been rendered within any consecutive six-year (6) period determining that such contractor, sub -contractor and/or its successor has WILLFULLY failed to pay the prevailing wage and/or supplements • One (1) final determination involves falsification of payroll records or the kickback of wages and/or supplements NOTE: The agency issuing the determination and providing the information, is denoted under the heading 'Fiscal Officer'. DOL = NYS Dept. of Labor; NYC = New York City Comptroller's Office; AG = NYS Attorney General's Office; DA = County District Attorney's Office. A list of those barred from bidding, or being awarded, any public work contract or subcontract with the State, under section 141-b of the Workers' Compensation Law, may be obtained at the following link, on the NYS DOL Website: https:Hdbr.labor.state.ny.us/EDList/searchPage.do 0 11 0 9 0 0 41 NYSDOL Bureau of Public Work Debarment List 10/15/2014 Article 8 AGENCY Fiscal Officer FEIN EMPLOYER NAME EMPLOYER ADDRESS DEBARMENT DEBARMENT DBA NAME START DATE END DATE DOL DOL 4618 FOSTER AVE LLC C/O KAHAN & KAHAN 02/05/2013 02/05/2018 225 BROADWAY -SUITE 715NEW YORK NY 10007 DOL NYC A & T IRON WORKS INC 25 CLIFF STREET 12/21/2009 12/21/2014 NEW ROCHELLE NY 10801 DOL DOL **"'0711 A ULIANO & SON LTD 22 GRIFFEN COURT 10/26/2010 10/26/2015 MILLER PLACE NY 11746 DOL DOL A ULIANO CONSTRUCTION 22 GRIFFEN COURT 10/26/2010 10/26/2015 MILLER PLACE NY 11746 DOL NYC *'"*4486 ABBEY PAINTING CORP 21107 28TH AVENUE 07/02/2012 07/02/2017 BAYSIDE NY 11360 DOL DOL *"'*9095 ABDO TILE CO 6179 EAST MOLLOY ROAD 06/25/2010 07/02/2017 EAST SYRACUSE NY 13057 DOL DOL *"*`9095 ABDO TILE COMPANY 6179 EAST MOLLOY ROAD 06/25/2010 07/02/2017 EAST SYRACUSE NY 13057 DOL DOL ""'8488 ABELCRAFT OF NEW YORK 640 ASHFORD AVENUE 08/27/2013 08/27/2018 CORP ARDSLEY NY 10502 DOL DOL ""`1219 ABSOLUTE GENERAL 1229 AVENUE U 01/28/2013 01/28/2018 CONTRACTING INC BROOKLYN NY 11229 DOL DOL ""'4539 ACCOMPLISHED WALL 112 OSCAWANA HEIGHTS 08/27/2013 08/27/2018 SYSTEMSINC ROAD PUTNAM VALLEY NY 10542 DOL DOL ""'8018 ACCURATE MECHANICAL LLC 9547 BUSTLETON AVENUE 02/05/2014 02/05/2019 PHILADELPHIA PA 19115 DOL DOL ACCURATE MECHANICAL OF 9547 BUSTLETON AVENUE 02/05/2014 02/05/2019 PHILADELPHIA LLC PHILADELPHIA PA 19115 DOL DOL ADAM A CEMERYS 2718 CURRY ROAD 07/08/2010 07/08/2015 SCHENECTADY NY 12303 DOL DOL ""'7584 ADAM'S FLOOR COVERING 2718 CURRY ROAD 07/08/2010 02/15/2017 LLC SCHENECTADY NY 12303 DOL DOL ADESUWA UWUIGBE P O BOX 21-1022 05/16/2012 05/16/2017 BROOKLYN NY 11221 DOL NYC ADRIANA SELA C/O COLONIAL 247 48TH STREET 02/05/2014 02/05/2019 ROOFING BROOKLYN NY 11220 COMPANY INC DOL DOL AFFORDABLE PAINTING PLUS 367 GREEVES ROAD 10/01/2010 10/01/2015 NEW HAMPTON NY 10958 DOL DOL ""'2538 AGG MASONRY INC 160 72ND ST - SUITE 721 03/19/2013 03/19/2018 BROOKLYN NY 11209 DOL DOL ALBERT CASEY 43-28 54TH STREET 07/01/2011 07/01/2016 WOODSIDE NY 11377 DOL DOL ALEJANDRO MATOS C/O SEVEN STAR ELECTRICAL 06/27/2011 06/27/2016 23-24 STEINWAY STREETASTORIA NY 11105 DOL DOL ALISHER KARIMOV C/O AGG MASONRY INC 03/19/2013 03/19/2018 7105 3RD AVENUEBROOKLYN NY 11209 DOL DOL ""'8740 ALLSTATE ENVIRONMENTAL C/O JOSE MONTAS 03/18/2011 03/15/2017 CORP 27 BUTLER PLACEYONKERS NY 10710 DOL DOL ""'8534 ALPHA INTERIORS INC 513 ACORN STREET/ SUITE C 05/27/2010 05/27/2015 DEER PARK NY 11729 DOL DOL "'4274 AMERICAN STEEL 693 PAINTER STREET 02/20/2013 02/20/2018 MECHANICAL INC MEDIA PA 19063 DOL NYC ANDERSON LOPEZ 670 SOUTHERN BLVD 06/14/2011 06/14/2016 BRONX NY 10455 DOL DOL ANDREW DIPAUL C/O CONSOLIDATED 12/11/2012 12/11/2017 INDUSTRI 2051 ROUTE 44/55MODENA NY 12548 DOL NYC ANDRZEJ WROBEL 24 CONGRESS LANE 05/01/2013 05/01/2018 SOUTH RIVER NJ 08882 DOL DOL "7004 ANNEX CONTRACTING LTD 3005 WYNSUM AVENUE 08/18/2014 08/18/2019 MERRICK NY 11566 DOL DOL '"'*7004 ANNEX GENERAL 3005 WYNSUM AVENUE 08/18/2014 08/18/2019 CONTRACTING INC MERRICK NY 11566 DOL AG ANTHONY BRANCA 700 SUMMER STREET 11/24/2009 11/24/2014 STAMFORD CT DOL DA ANTHONY CARDINALE 58-48 59TH STREET 05/16/2012 05/16/2017 MASPETH NY 11378 DOL DOL ANTHONY POSELLA 30 GLEN HOLLOW 10/19/2009 10/19/2014 ROCHESTER NY 14622 DOL DOL ANTHONY ULIANO GRIFFEN COURT 10/26/201�0/2612015 M22 ILLER PLACE NY 11746 Page 1 of 13 NYSDOL Bureau of Public Work Debarment List 10/15/2014 Article 8 DOL DOL ""'3020 APCO CONTRACTING CORP 24 SOUTH MARYLAND 09/24/2012 09/24/2017 AVENUE PORT WASHINGTON NY 11050 DOL DOL ""'3219 APOLLO CONSTRUCTION APOLLO 157 TIBBETTS ROAD 03/12/2014 03/12/2019 SERVICES CORP PAINTING CO YONKERS NY 10705 DOL DOL APOLLO PAINTING CO 157 TIBBETTS ROAD 03/12/2014 03/12/2019 YONKERS NY 10705 DOL DOL ""'3295 APOLLO PAINTING CORP 3 ALAN B SHEPART PLACE 03/12/2014 03/12/2019 YONKERS NY 10705 DOL AG ""'0194 APPLIED CONSTRUCTION INC 46 RUGBY ROAD 11/20/2013 11/20/2018 WESTBURY NY 11590 DOL NYC ""`8403 AQUA JET PAINTING CORP 10 VIKING DRIVE 04/16/2014 04/16/2019 WEST ISLIP NY 11795 DOL DOL ""`9336 ARTIERI SPECIALTIES LLC SWITZER 107 STEVENS STREET 11/04/2009 11/04/2014 SALES LOCKPORT NY 14094 DOL DOL ""`3953 ASCPAPE LANDSCAPE & 634 ROUTE 303 07/26/2012 11/19/2018 CONSTRUCTION CORP BLAUVELT NY 10913 DOL DOL ""`2534 B & B CONCRETE 55 OLD TURNPIKE ROAD 02/04/2011 02/04/2016 CONTRACTORS INC SUITE 612NANUET NY 10954 DOL NYC BASIL ROMEO 243-03 137TH AVENUE 03/25/2010 03/25/2015 ROSEDALE NY 11422 DOL DOL ""'2294 BEDELL CONTRACTING CORP 2 TINA LANE 01/06/2012 01/06/2017 HOPEWELL JUNCTION NY 12533 DOL DOL BENNY VIGLIOTTI C/O LUVIN CONSTRUCTION 03/15/2010 03/15/2015 CO P 0 BOX 357CARLE PLACE NY 11514 DOL DOL ""'6999 BEST ROOFING OF NEW 30 MIDLAND AVENUE 11/05/2010 11/05/2015 JERSEY LLC WALLINGTON NJ 07057 DOL DOL BEVERLY F WILLIAMS 1238 PRESIDENT STREET 11/18/2013 11/18/2018 BROOKLYN NY 11225 DOL DOL BIAGIO CANTISANI 200 FERRIS AVENUE 12/04/2009 05/04/2017 WHITE PLAINS NY 10603 DOL NYC ""`8377 BOSPHORUS CONSTRUCTION 3817 KINGS HIGHWAY-STE 1D 06/30/2010 06/30/2015 CORPORATION BROOKLYN NY 11234 DOL DOL BRIAN HOXIE 2219 VALLEY DRIVE 12/04/2009 12/04/2014 SYRACUSE NY 13207 DOL DOL ""'6156 C & J LANDSCAPING & 520 PINE HILL ROAD 06/23/2014 06/23/2019 MAINTENANCE INC CHESTER NY 10940 DOL DOL CANTISANI & ASSOCIATES 442 FERRIS AVENUE 12/04/2009 05/04/2017 LTD WHITE PLAINS NY 10603 DOL DOL CANTISANI HOLDING LLC 220 FERRIS AVENUE 05/04/2012 05/04/2017 WHITE PLAINS NY 10603 DOL DOL ""'1143 CARMODY BUILDING CORP 442 ARMONK ROAD 05/04/2012 05/04/2017 MOUNT KISCO NY 10549 DOL DOL ""'3368 CARMODY CONCRETE CORP 442 ARMONK ROAD 12/04/2009 05/04/2017 MOUNT KISCO NY 10549 DOL DOL CARMODY CONTRACTING 220 FERRIS AVENUE 05/04/2012 05/04/2017 CORP WHITE PLAINS NY 10603 DOL DOL ""'6215 CARMODY CONTRACTING INC 220 FERRIS AVENUE 05/04/2012 05/04/2017 WHITE PLAINS NY 10603 DOL DOL CARMODY ENTERPRISES LTD 220 FERRIS AVENUE 12/04/2009 05/04/2017 WHITE PLAINS NY 10603 DOL DOL ""`3812 CARMODY INC 442 ARMONK ROAD 12/04/2009 05/04/2017 MOUNT KISCO NY 10549 DOL DOL ""`3812 CARMODY INDUSTRIES INC 442 FERRIS AVENUE 05/04/2012 05/04/2017 WHITE PLAINS NY 10603 DOL DOL CARMODY MAINTENANCE 105 KISCO AVENUE 05/04/2012 05/04/2017 CORP MOUNT KISCO NY 10549 DOL DOL ""'0324 CARMODY MASONRY CORP 442 ARMONK ROAD 12/04/2009 05/04/2017 MOUNT KISKO NY 10549 DOL DOL ""`3812 CARMODY"2" INC 220 FERRIS AVENUE 12,104/2009 05/04/2017 WHITE PLAINS NY 10603 DOL NYC '-9172 CASSIDY EXCAVATING INC 14 RAILROAD AVENUE 05/15/2014 05/15/2019 VALHALLA NY 10595 DOL DOL ""'9721 CATENARY CONSTRUCTION 112 HUDSON AVENUE 02/14/2006 10/20/2014 CORP ROCHESTER NY 14605 DOL DOL ""'1683 CATONE CONSTRUCTION 294 ALPINE ROAD 03/09/2012 03/09/2017 COMPANY INC ROCHESTER NY 14423 DOL DOL CATONE ENTERPRISES INC 225 DAKOTA STREET 03/09/2012 03/09/2017 ROCHESTER NY 14423 DOL DOL ""'8530 CAZ CONTRACTING CORP 37-11 35TH AVENUE 08/26/2013 08/26/2018 LONG ISLAND CITY NY 11101 DOL DOL "'7924 CBI CONTRACTING 2081 JACKSON AVENUE 06/03/2010 06/03/2015 INCORPORATED COPIAGUE NY 11726 Page 2 of 13 17, 0 0 • NYSDOL Bureau of Public Work Debarment List 10/15/2014 Article 8 DOL DOL "`"5556 CERTIFIED INSTALLERS INC 113 N MAPLE AVENUE 02/21/2013 02/21/2018 GREENSBURG PA, 15601 DOL NYC CHARLES CASSIDY JR 14 RAILROAD AVENUE 05/15/2014 05/15/2019 VALHALLA NY 10595 DOL DOL CHARLES OKRASKI 67 WARD ROAD 01/21/2011 01/21/2016 SALT POINT NY 12578 DOL DOL CHARLES RIBAUDO 513 ACORN ST - SUITE C 05/27/2010 05/27/2015 DEER PARK NY 11729 DOL DOL "'""1416 CHEROMINO CONTROL 61WILLETST-SUITE 14 12/03/2009 02/23/2017 GROUP LLC PASSAIC NJ 07055 DOL DOL CHRIS SAVOURY 44 THIELLS-MT IVY ROAD 10/14/2011 10/14/2016 POMONA NY 10970 DOL DOL CHRIST R PAPAS C/O TRAC CONSTRUCTION 02/03/2011 02/03/2016 INC 9091 ERIE ROADANGOLA NY 14006 DOL DOL CHRISTOF PREZBYL 2 TINA LANE 01/06/2012 01/06/2017 HOPEWELL JUNCTION NY 12533 DOL DOL CITY GENERAL BUILDERS INC 131 MELROSE STREET 03/02/2010 03/02/2015 BROOKLYN NY 11206 DOL DOL **"'7086 CITY GENERAL IRON WORKS 131 MELROSE STREET 03/02/2010 03/02/2015 INC BROOKLYN NY 11206 DOL DOL ""'3360 CITY LIMITS GROUP INC 2279 HOLLERS AVENUE 01/07/2014 06/23/2019 BRONX NY 10475 DOL NYC ""'1768 COFIRE PAVING 120-30 28TH AVENUE 01/14/2011 01/14/2016 CORPORATION FLUSHING NY 11354 DOL NYC '"'*2905 COLONIAL ROOFING 24748TH STREET 02/05/2014 02/05/2019 COMPANY INC BROOKLYN NY 11220 DOL NYC """3182 COLORTECH INC 5990 58TH AVENUE 11/18/2013 11/18/2018 MASPETH NY 11378 DOL DOL ""'8342 CONKLIN PORTFOLIO LLC 60 COLONIAL ROAD 02/15/2011 02/15/2016 STILLWATER NY 12170 DOL DOL ""`2703 CONKLIN'S TECH- 5 PARKER AVENUE 03/25/2014 03/25/2019 MECHANICAL INC POUGHKEEPSIE NY 12601 DOL DOL `*"'4175 CONSOLIDATED INDUSTRIAL 2051 ROUTE 44/55 12/11/2012 01/28/2018 SERVICES INC MODENA NY 12548 DOL DOL CONSTANTINOS ZERVAS 37-11 35TH AVENUE 08/26/2013 08/26/2018 LONG ISLAND CITY NY 11101 DOL DOL ""'5740 CORTLAND GLASS COMPANY 336 TOMPKINS STREET 10/21/2010 07/15/2016 INC CORTLAND NY 13045 DOL NYC ""'4468 CRAFT CONTRACTING 3256 BRUNER AVENUE 07/29/2014 07/29/2019 GROUP INC BRONX NY 10469 DOL NYC --8507 CRAFT FENCE INC 3256 BRUNER AVENUE 07/29/2014 07/29/2019 BRONX NY 10469 DOL DOL ""`0810 D & G PAINTING & 53 LITTLE COLLABAR ROAD 04/19/2012 04/19/2017 DECORATING INC MONTGOMERY NY 12549 DOL DOL DANIEL CELLUCCI ELECTRIC 17 SALISBURY STREET 06/02/2010 06/02/2015 GRAFTON MA 01519 DOL DOL -7129 DANIEL T CELLUCCI DANIEL 17 SALISBURY STREET 06/02/2010 06/02/2015 CELLUCCI GRAFTON MA 01519 ELECTRIC DOL NYC DAWN AVILA AKA DAWN 1ST FLOOR STORE FRONT 06/24/2014 06/24/2019 BECHTOLD 88-10 LITTLE NECK PARKWAYFLORAL PARK NY 11001 DOL NYC DAWN BECHTOLD AKA DAWN 1ST FLOOR STORE FRONT 06/24/2014 06/24/2019 AVILA 88-10 LITTLE NECK PARKWAYFLORAL PARK NY 11001 DOL DOL DEAN ROBBINS III 212 OXFORD WAY 12/11/2012 09/16/2018 SCHENECTADY NY 12309 DOL NYC ""'3865 DECOMA BUILDING 134 EVERGREEN PL/STE 101 12/30/2013 12/30/2018 CORPORATION EAST ORANGE NJ 07018 DOL DOL "`..1446 DELTA CONTRACTING 437 SUNRISE HIGHWAY 08/12/2013 08/12/2018 PAINTING AND DECORATING WEST BABYLON NY 11707 INC DOL DOL """3538 DELTA CONTRACTING 75 MCCULLOCH DRIVE 10/19/2010 08/12/2018 PAINTING AND DESIGN INC DIX HILLS NY 11746 DOL DOL DEMETRIOS KOUTSOURAS 530 BEECH STREET 07/02/2012 07/02/2017 NEW HYDE PARK NY 11040 DOL DOL ""'9868 DESANTIS ENTERPRISES 161 OSWEGO RIVER ROAD 09/24/2013 11/18/2018 PHOENIX NY 13135 DOL NYC `"'"8234 DEWATERS PLUMBING AND 30 COLUMBUS CIRCLE 08/21/2012 08/21/2017 HEATING LLC I EASTCHESTER NY 10709 DOL DOL ""*9252 DI BERNARDO TILE AND I 15 WALKER WAY 03/21/2014 03/21/2019 MARBLE CO INC ALBANY NY 12205 Page 3 of 13 NYSDOL Bureau of Public Work Debarment List 10/15/2014 Article 8 DOL DOL DIANE DEAVER 731 WARWICK TURNPIKE 06/25/2012 12/11/2017 HEWITT NJ 07421 DOL DOL DONALD NOWAK 10 GABY LANE 10/15/2009 10/15/2014 CHEEKTOWAGA NY 14227 DOL DOL DORIS SKODA C/O APCO CONTRACTING 09/24/2012 09/24/2017 CORP 24 SOUTH MARYLAND AVENUEPORT WASHINGTON NY 11050 DOL DOL DRAGOLJUB RADOJEVIC 61 WILLETST -SUITE 14 12/03/2009 07/09/2015 PASSAIC NJ 07055 DOL DOL *****6982 DUFOUR GROUP INC DUFOUR 353 WEST 56TH STREET #7M 06/10/2014 06/10/2019 MASONRY NEW YORK NY 10019 DOL DOL DUFOUR MASONRY 353 WEST 56TH ST #7M 06/10/2014 06/10/2019 NEW YORK NY 10019 DOL DOL DUFOUR MASONRY & 353 WEST 56TH STREET #7M 06/10/2014 06/10/2019 RESTORATION INC NEW YORK NY 10019 DOL DOL *****5840 DYNA CONTRACTING INC 363 88TH STREET 11/18/2013 11/18/2018 BROOKLYN NY 11209 DOL NYC *****6176 E N E L ELECTRICAL CORP 1107 MCDONALD AVENUE 07/30/2010 07/30/2015 BROOKLYN NY 11230 DOL DOL EARL GALBREATH 640 ASHFORD AVENUE 08/27/2013 08/27/2018 ARDSLEY NY 10502 DOL DOL *****1496 EAST COAST DRYWALL INC 1238 PRESIDENT STREET 11/18/2013 11/18/2018 BROOKLYN NY 11225 DOL DOL *****8011 ECOA CLEANING P 0 BOX 21-1022 05/16/2012 05/16/2017 CONTRACTORS INC BROOKLYN NY 11221 DOL NYC *****8074 ECONOMY IRON WORKS INC 670 SOUTHERN BLVD 06/14/2011 06/14/2016 BRONX NY 10455 DOL DOL EDWARD L GAUTHIER C/O IMPERIAL MASONRY 10/03/2012 10/03/2017 REST 141 ARGONNE DRIVEKENMORE NY 14217 DOL NYC EDWARD MENKEN C/O AQUA JET PAINTING 04/16/2014 04/16/2019 10 VIKING DRIVEWEST ISLIP NY 11795 DOL NYC *****0900 EF PRO CONTRACTING INC 147 BROOME AVENUE 03/03/2014 03/03/2019 ATLANTIC BEACH NY 11509 DOL NYC EFSTRATIOS BERNARDIS 23-73 48TH STREET 04/24/2014 04/24/2019 LONG ISLAND CITY NY 11103 DOL NYC *****6260 EL TREBOL SPECIAL 95-26 76TH STREET 10/12/2011 10/12/2016 CLEANING INC OZONE PARK NY 11416 DOL DOL ELIZABETH RAMADANI C/O RAMADA CONSTRUCTION 01/07/2014 01/07/2019 80 SAVO LOOPSTATEN ISLAND NY 10309 DOL DOL ELLEN DESANTIS DESANTIS 161 OSWEGO RIVER ROAD 09/24/2013 11/18/2018 ENTERPRISES PHOENIX NY 13135 DOL DOL *****0780 EMES HEATING & PLUMBING 5 EMES LANE 01/20/2002 01/20/3002 CONTR MONSEY NY 10952 DOL AG EMILIO FRANZA 90 JUNIUS STREET 01/23/2014 01/23/2019 BROOKLYN NY 11212 DOL DOL EMPIRE CONCRETE 101 SULLYS TRAIL/SUITE 20 11/18/2013 01/07/2019 SERVICES LLC PITTSFORD NY 14534 DOL DOL *****0511 EMPIRE CONCRETE SYSTEMS 101 SULLYS TRAIL/ SUITE 2 11/18/2013 01/07/2019 LLC PITTSFORD NY 14534 DOL DOL *****2353 EMPIRE CONSTRUCTORS LLC 101 SULLYS TRAIUSUITE 20 11/18/2013 01/07/2019 PITTSFORD NY 14534 DOL DOL EMPIRE PRECAST LLC 101 SULLYS TRAIL/SUITE 20 11/18/2013 01/07/2019 PITTSFORD NY 14534 DOL DOL ****6101 ENHANCED DATA COM INC 75 SHERBROOK ROAD 07/01/2010 07/01/2015 NORTH BABYLON NY 11704 DOL DOL ERIKA BARNETT 253 BEACH BREEZE LANE 02/05/2013 02/05/2018 UNIT BARVERNE NY 11692 DOL DOL ESTEVES & FRAGA 986 MADISON AVENUE 01/03/2013 01/03/2018 CONSTRUCTION CO INC PATERSON NJ 07501 DOL DOL ESTEVES & FRAGA INC 986 MADISON AVENUE 01/03/2013 01/03/2018 PATERSON NJ 07501 DOL DOL EVELIO ELLEDIAS 114 PEARL STREET 08/15/2012 08/15/2017 PORT CHESTER NY 10573 DOL NYC EVERTON CARLESS 134 EVERGREEN PL/STE 101 12/30/2013 12/30/2018 EAST ORANGE NJ 07018 DOL DOL F KALAFATIS 2279 HOLLERS AVENUE 01/07/2014 06/23/2019 BRONX NY 10475 DOL DOL FANTASTIC PAINTING 493 LANSING ROAD 11/18/2013 11/18/2018 FULTONVILLE NY 12072 DOL DOL 5867 FJM-FERRO INC 6820 14TH AVENUE 10/27/2011 10/27/2016 BROOKLYN NY 11219 L 0 rl L 0 E !J lJ II"1 L-A 0 Page 4 of 13 0 0 0 U 0 0 NYSDOL Bureau of Public Work Debarment List 10/15/2014 Article 8 DOL DOL ""'1311 FLOZ-ON PAINTING & 12 DUNDERBERG ROAD 10/16/2013 10/16/2018 DECORATING INC TOMKINS NY 10986 DOL DOL ""'8961 FLOZ-ON PAINTING INC 12 DUNDERBERG ROAD 10/16/2013 10/16/2018 TOMKINS NY 10986 DOL DOL FMS 4 LEGHORN COURT 11/28/2012 11/28/2017 NEW YORK NY 11746 DOL DOL ""'8067 FORTH SPORT FLOORS INC P O BOX 74 02/28/2012 10/01/2017 EAST GREENBUSH NY 12061 DOL DOL FRAN MICELI 2279 HOLLERS AVENUE 01/07/2014 06/23/2019 BRONX NY 10475 DOL DOL FRANCES KALAFATIS 2279 HOLLERS AVENUE 01/07/2014 06/23/2019 BRONX NY 10475 DOL DOL FRANCES KALAFATIS-MICELI 2279 HOLLERS AVENUE 01/07/2014 06/23/2019 BRONX NY 10475 DOL NYC FRANK ACOCELLA 68 GAYLORD ROAD 02/10/2011 02/10/2016 SCARSDALE NY 10583 DOL DOL FRANK J MERCANDO 134 MURRAY AVENUE 12/11/2009 02/03/2019 YONKERS NY 10704 DOL DOL FRANK MICELI JR C/O FRANK 19 CLIFF STREET 10/16/2013 10/16/2018 MICELI JR NEW ROCHELLE NY 10801 CONTRACTIN G INC DOL DOL ""'1321 FRANK MICELI JR 19 CLIFF STREET 10/16/2013 10/16/2018 CONTRACTING INC NEW ROCHELLE NY 10801 DOL DOL FRANK ORTIZ 75 SHERBROOK ROAD 07/01/2010 07/01/2015 NORTH BABYLON NY 11704 DOL DOL FRED ABDO ABDO TILE 6179 EAST MOLLOY ROAD 06/25/2010 07/02/2017 COMPANY EAST SYRACUSE NY 13057 AKA ABDO TILE CO DOL DOL '""2724 FRESH START PAINTING 157 TIBBETS ROAD 03/12/2014 03/12/2019 CORP YONKERS NY 10705 DOL DOL ""'9202 G & M PAINTING 13915 VILLAGE LANE 02/05/2010 02/05/2015 ENTERPRISES INC RIVERVIEW MI 48192 DOL DOL G FUCCI CONSTRUCTION 3 ALAN B SHEPARD PLACE 03/12/2014 03/12/2019 SERVICES YONKERS NY 10705 DOL DOL ""'6767 G FUCCI PAINTING INC C/O SPIEGEL & UTRERA 03/12/2014 03/12/2019 1 MAIDEN LANE - 5TH FLNEW YORK NY 10038 DOL DOL "'4546 GAF PAINTING LLC 157 TIBBETS ROAD 03/12/2014 03/12/2019 YONKERS NY 10705 DOL DOL GARDEN STATE PAINTING 157 TIBBETTS ROAD 03/12/2014 03/12/2019 YONKERS NY 10705 DOL DOL GARY MCDOWELL GM 76 PLEASANT STREET 06/11/2013 06/11/2018 CONSTRUCTI WELLSVILLE NY 14895 ON & LAWN CARE SERVICE DOL DOL ""'6826 GBE CONTRACTING 12-14 UTOPIA PARKWAY 02/10/2010 02/10/2015 CORPORATION WHITESTONE NY 11357 DOL NYC GELSOMINA TASSONE 25 CLIFF STREET 06/15/2010 06/15/2015 NEW ROCHELLE NY 10801 DOL DOL GEORGE A PATTI III P O BOX 772 08/13/2010 08/13/2015 JAMESTOWN NY 14701 DOL DOL GEORGE DI BERNARDO C/O DI BERNARDO TILE 03/21/2014 03/21/2019 15 WALKER WAYALBANY NY 12205 DOL NYC GEORGE LUCEY 150 KINGS STREET 01/19/1998 01/19/2998 BROOKLYN NY 11231 DOL DOL GEORGE SHINAS 12-14 UTOPIA PARKWAY 02/10/2010 02/10/2015 WHITESTONE NY 11357 DOL DOL GERALD A POLLOCK 336 TOMPKINS STREET 06/29/2010 07/15/2016 CORTLAND NY 13045 DOL DOL GERALD F POLUCH JR 2085 BRIGHTON HENRIETTA 11/04/2010 11/04/2015 TOWN LINE ROADROCHESTER NY 14623 DOL DOL ""'1075 GLOBAL TANK P 0 BOX 1238 11/28/2012 11/28/2017 CONSTRUCTION LLC SALINA OK 74365 DOL DOL ""'0878 GM CONSTRUCTION & LAWN 76 PLEASANT STREET 06/11/2013 06/11/2018 CARE SERVICE WELLSVILLE NY 14895 DOL DOL "'0090 GOLDS FLOORING 25 HAMILTON ROAD 10/16/2013 10/16/2018 INSTALLATIONS INC MONTICELLO NY 12701 DOL DOL ""'4013 GR GRATES CONSTRUCTION 63 IRONWOOD ROAD 06/14/2010 06/14/2015 CORPORATION UTICA NY 13520 DOL DOL GRATES MERCHANT NANNA 63 IRONWOOD ROAD 06/14/2010 06/15/2015 INC UTICA NY 13520 DOL DOL GREGG G GRATES 63 IRONWOOD ROAD 06/14/2010 06/14/2015 UTICA NY 13520 Page 5 of 13 NYSDOL Bureau of Public Work Debarment List 10/15/2014 Article 8 DOL DOL GREGORY A FUCCI C/O PAF PAINTING SERVICES 03/12/2014 03/12/2019 157 TIBBETTS ROADYONKERS NY 10705 DOL DOL GREGORY FUCCI JR C/O APOLLO CONSTRUCTION 03/12/2014 03/12/2019 157 TIBBETTS ROADYONKERS NY 10705 DOL DOL GRETCHEN SULLIVAN P 0 BOX 130 11/10/2011 11/10/2016 CRETE IL 60417 DOL DOL *****9985 GROUND LEVEL 10 GABY LANE 10/15/2009 10/15/2014 CONSTRUCTION CHEEKTOWAGA NY 14227 DOL DOL **'**7735 GRYF CONSTRUCTION INC 394 SPOTSWOOD-ENGLISH 08/08/2011 08/08/2016 RD MONROE NJ 08831 DOL DOL *****9456 GUILLO CONTRACTING CORP P 0 BOX 229 07/08/2013 07/08/2018 CALVERTON NY 11933 DOL DOL GUS PAPASTEFANOU C/O D & G PAINTING & DECO 04/19/2012 04/19/2017 53 LITTLE COLLABAR ROADMONTGOMERY NY 12549 DOL NYC *****0346 H N H CONTRACTORS CORP 4558 BROADWAY # 6 08/04/2014 08/04/2019 NEW YORK NY 10040 DOL DOL H.H. RAUH CONSTRUCTION, 2930 RT. 394 01/14/2011 01/14/2016 LLC ASHVILLE NY 14710 DOL DOL ****2499 H.H. RAUH CONTRACTING 2930 RT. 394 01/14/2011 01/14/2016 CO., LLC ASHVILLE NY 14710 DOL DOL H.H. RAUH PAVING, INC. 7 WEST 1ST ST. 01/14/2011 01/14/2016 LAKEWOOD NY 14750 DOL DOL HALSSAM FOSTOK 5 HANSEN PLACE 09/18/2013 09/18/2018 WAYNE NJ 07470 DOL NYC HAMEEDUL HASAN 240 HOME STREET 08/04/2014 08/04/2019 TEANECK NJ 07666 DOL AG *****9918 HARA ELECTRIC CORP 2461 47TH STREET 09/26/2013 09/26/2018 ASTORIA NY 11103 DOL DOL *****5405 HARD LINE CONTRACTING 89 EDISON AVENUE 10/28/2011 10/28/2016 INC MOUNT VERNON NY 10550 DOL AG HARVINDER SINGH PAUL 90 JUNIUS STREET 01/23/2014 01/23/2019 BROOKLYN NY 11212 DOL DOL HI -TECH CONTRACTING CORP 114 PEARL STREET 08/15/2012 08/15/2017 PORT CHESTER NY 10573 DOL DOL *****4331 HIDDEN VALLEY EXCAVATING 225 SEYMOUR STREET 02/08/2011 02/08/2016 INC FREDONIA NY 14063 DOL DOL ***'*9893 HOXIE'S PAINTING CO INC 2219 VALLEY DRIVE 12/04/2009 12/04/2014 SYRACUSE NY 13207 DOL DOL *****8426 IMPERIAL MASONRY 141 ARGONNE DRIVE 10/03/2012 10/03/2017 RESTORATION INC KENMORE NY 14217 DOL DOL *****7561 INDUS GENERAL 33-04 91ST STREET 04/28/2010 04/28/2015 CONSTRUCTION JACKSON HEIGHTS NY 11372 DOL DA *****1958 IRON HORSE ONE INC 10 ROSWELL AVENUE 09/30/2010 09/30/2015 OCEANSIDE NY 11572 DOL DOL ISABEL FRAGA C/O THREE FRIENDS CONSTR 01/03/2013 01/03/2018 986 MADISON AVENUEPATERSON NJ 07501 DOL DOL *****7598 J M RICH LLC P O BOX 268 09/16/2013 03/21/2019 STILLWATER NY 12170 DOL DOL *****1584 J M TRI STATE TRUCKING INC 140 ARMSTRONG AVENUE 10/21/2009 10/21/2014 SYRACUSE NY 13209 DOL DOL *****3478 J N P CONSTRUCTION CORP 50 LOUIS COURT 03/21/2014 03/21/2019 P O BOX 1907SOUTH HACKENSACK NY 07606 DOL DOL J N RICH LLC P 0 BOX 268 09/16/2013 03/21/2019 STILLWATER NY 12170 DOL DOL ***9368 J TECH CONSTRUCTION PO BOX 64782 09/24/2012 09/24/2017 ROCHESTER NY 14624 DOL DOL J THE HANDYMAN 09/24/2012 09/24/2017 DOL DOL JACQUELINE HOWE C/O FLOZ-ON PAINTING INC 10/16/2013 10/16/2018 12DUNDERBERG ROADTOMKINS NY 10986 DOL DOL ***'*8627 JAG I LLC 635 LUZERNE ROAD 09/16/2013 09/16/2018 QUEENSBURY NY 12804 DOL DOL ***'*2868 JAG INDUSTRIES INC 175 BROAD ST - SUITE 320 09/16/2013 09/16/2018 GLENS FALLS NY 12801 DOL DOL JAMES BOYCE C/O EMPIRE CONCRETE SYST 11/18/2013 01/07/2019 101 SULLYS TRAIUSUITE 20PITTSFORD NY 14534 DOL DOL JAMES SICKAU 3090 SHIRLEY ROAD 04/19/2011 12/30/2016 NORTH COLLINS NY 14111 Page 6 of 13 NYSDOL Bureau of Public Work Debarment List 10/15/2014 Article 8 DOL DOL JAMES WALSH 89 EDISON AVENUE 10/28/2011 10/28/2016 MOUNT VERNON NY 10550 DOL DOL JASON M RICH P O BOX 268 09/16/2013 03/21/2019 STILLWATER NY 12170 DOL DOL JAY PRESUTTI C/O CONSOLIDATED 01/28/2013 01/28/2018 INDUSTRI 2051 ROUTE 44/55MODENA NY 12548 DOL DOL JEFF P BRADLEY 520 PINE HILL ROAD 06/23/2014 06/23/2019 CHESTER NY 10940 DOL DOL JEFFREY A NANNA 502 WOODBURNE DRIVE 06/14/2010 06/14/2015 UTICA NY 13502 DOL DOL JEFFREY ARTIERI 107 STEVENS STREET 11/04/2009 11/04/2014 LOCKPORT NY 14094 DOL NYC JEFFREY CASSIDY 14 RAILROAD AVENUE 05/15/2014 05/15/2019 VALHALLA NY 10595 DOL I DOL JERALD HOWE C/O FLOZ-ON PAINTING INC 10/16/2013 10/16/2018 12 DUNDERBERG ROADTOMKINS NY 10986 DOL NYC JERRY DEWATERS 30 COLUMBUS CIRCLE 08/21/2012 08/21/2017 EASTCHESTER NY 10709 DOL DOL JOHN CATONE C/O CATONE CONSTRUCTION 03/09/2012 03/09/2017 294 ALPINE ROADROCHESTER NY 14612 DOL DOL JOHN DESCUL 437 SUNRISE HIGHWAYA 08/12/2013 08/12/2018 WEST BABYLON NY 11704 DOL NYC JOHN DITURI 1107 MCDONALD AVENUE 07/30/2010 07/30/2015 BROOKLYN NY 11230 DOL NYC JOHN FICARELLI 120-30 28TH AVENUE 01/14/2011 01/14/2016 FLUSHING NY 11354 DOL DOL JOHN H LEE JOHN LEE 67 WILER ROAD 01/28/2013 01/28/2018 QUALITY HILTON NY 14468 PAVING DOL DOL JOHN JIULIANNII 222 GAINSBORG AVENUE E 05/10/2010 05/10/2015 WEST HARRISON NY 10604 DOL DOL """1749 JOHN LEE QUALITY PAVING 67 WILER ROAD 01/28/2013 01/28/2018 HILTON NY 14468 DOL DOL ""'2701 JOHN SMYKLA AFFORDABLE 367 GREEVES ROAD 10/01/2010 10/01/2015 PAINTING NEW HAMPTON NY 10958 PLUS DOL DOL --9368 JORGE I DELEON J TECH PO BOX 64782 09/24/2012 09/24/2017 CONSTRUCTI ROCHESTER NY 14624 ON DOL DOL JORGE OUVINA 344 SOUNDVIEW LANE 11/22/2011 11/22/2016 COLLEGE POINT NY 11356 DOL DOL JOSE MONTAS 27 BUTLER PLACE 03/18/2011 03/15/2017 YONKERS NY 10710 DOL DOL JOSEPH CASUCCI 6820 14TH AVENUE 10/27/2011 10/27/2016 BROOKLYN NY 11219 DOL DOL JOSEPH MARTONE 112 OSCAWANA HEIGHTS 08/27/2013 08/27/2018 ROAD PUTNAM VALLEY NY 10542 DOL DOL JOSEPH MONETTE C/O JOHN MONETTE 10/21/2009 10/21/2014 140 ARMSTRONG AVENUESYRACUSE NY 13209 DOL DOL JOSHUA DEBOWSKY 9547 BUSTLETON AVENUE 02/05/2014 02/05/2019 PHILADELPHIA PA 19115 DOL DOL JOYA MUSCOLINO 10 ST CHARLES STREET 09/03/2013 09/03/2018 THORNWOOD NY 10594 DOL DOL """4340 JUBCO SITE DEVELOPMENT 462 LAKEVIEW AVENUE 12/16/2013 12/16/2018 LLC VALHALLA NY 10595 DOL DOL JULIUS AND GITA BEHREND 5 EMES LANE 11/20/2002 11/20/3002 MONSEY NY 10952 DOL DOL K NELSON SACKOOR 16 JOY DRIVE 01/05/2010 01/05/2015 NEW HYDE PARK NY 11040 DOL NYC KAMIL OZTURK 3715 KINGS HWY - STE 1D 06/30/2010 06/30/2015 BROOKLYN NY 11234 DOL DOL KAREN HARTMAN C/O GUILLO CONTRACTING 07/08/2013 07/08/2018 P O BOX 229CALVERTON NY 11933 DOL NYC KATHLEEN SELA C/O COLONIAL 24748TH STREET 02/05/2014 02/05/2019 ROOFING BROOKLYN NY 11220 COMPANY INC DOL DOL KEITH SCHEPIS C/O KJS HAULING AND HOME 04/15/2013 04/15/2018 95 MAPLE A'VENUENEW CITY NY 10956 DOL DOL KEN DEAVER 731 WARWICK TURNPIKE 06/25/2012 12/11/2017 HEWITT NJ 07421 Page 7 of 13 NYSDOL Bureau of Public Work Debarment List 10/15/2014 Article 8 DOL DOL "5941 KINGSVIEW ENTERPRISES 7 W FIRST STREET 01/14/2011 01/14/2016 INC P 0 BOX. 2LAKEWOOD NY 14750 DOL DOL *****2463 KJS HAULING AND HOME 95 MAPLE AVENUE 04/15/2013 04/15/2018 IMPROVEMENT INC NEW CITY NY 10956 DOL AG KOSTAS "GUS' 2461 47TH STREET 09/26/2013 09/26/2018 ANDRIKOPOULOS ASTORIA NY 11103 DOL DOL KRZYSZTOF PRXYBYL 2 TINA LANE 01/06/2012 01/06/2017 HOPEWELL JUNCTION NY 12533 DOL DOL ***6033 KUSNIR CONSTRUCTION 2677 ANAWALK ROAD 08/03/2012 08/03/2017 KATONAH NY 10536 DOL DOL `"**0526 LAGUARDIA CONSTRUCTION 4740 48TH STREET 07/01/2011 07/01/2016 CORP WOODSIDE NY 11377 DOL NYC *****8816 LAKE CONSTRUCTION AND 150 KINGS STREET 08/19/1998 08/19/2998 DEVELOPMENT BROOKLYN NY 11231 CORPORATION DOL DOL ``*`*9628 LANCET ARCH INC 112 HUDSON AVENUE 02/14/2006 10/19/2014 ROCHESTER NY 14605 DOL DOL LANCET SPECIALTY C/O CATENARY 10/19/2009 10/19/2014 CONTRACTING CORP CONSTRUCTION 112 HUDSON AVENUEROCHESTER NY 14605 DOL DOL LARRY DOMINGUEZ 114 PEARL STREET 08/15/2012 08/15/2017 PORT CHESTER NY 10573 DOL DOL LAURA A. GAUTHIER C/O IMPERIAL MASONRY 10/03/2012 10/03/2017 REST 141ARGONNE DRIVEKENMORE NY 14217 DOL DOL LAURI MARTONE 112 OSCAWANA HEIGHTS 08/27/2013 08/27/2018 ROAD PUTNAM VALLEY NY 10542 DOL DOL LAWRENCE J RUGGLES P O BOX 371 05/12/2014 05/12/2019 ROUND LAKE NY 12151 DOL DOL `*"*0597 LEED INDUSTRIES CORP HI -TECH 114 PEART STREET 08/15/2012 08/15/2017 CONTRACTIN PORT CHESTER NY 10573 G CORP DOL DOL "***7907 LEEMA EXCAVATING INC 140 ARMSTRONG AVENUE 10/21/2009 10/21/2014 SYRACUSE NY 13209 DOL AG LEONID FRIDMAN APT 5 01/23/2013 01/23/2019 200 BRIGHTON, 15TH STBROOKLYN NY 11235 DOL DOL **"`8453 LINPHILL ELECTRICAL 523 SOUTH 10TH AVENUE 01/07/2011 04/15/2018 CONTRACTORS INC MOUNT VERNON NY 10553 DOL DOL LINVAL BROWN 523 SOUTH 10TH AVENUE 01/07/2011 04/15/2018 MOUNT VERNON NY 10553 DOL DOL ***`*5171 LUVIN CONSTRUCTION CORP P 0 BOX 357 03/15/2010 03/15/2015 CARLE PLACE NY 11514 DOL NYC *****2850 M A 2 FLAGS CONTRACTING 25-18 100TH STREET 08/21/2013 08/21/2018 CORP EAST ELMHURST NY 11369 DOL NYC *****3141 MACKEY REED ELECTRIC INC 1ST FLOOR STORE FRONT 06/24/2014 06/24/2019 88-10 LITTLE NECK PARKWAYFLORAL PARK NY 11001 DOL DOL MANUEL ESTEVES 55 OLD TURNPIKE ROAD 02/04/2011 02/04/2016 SUITE 612NANUET NY 10954 DOL NYC MANUEL P TOBIO 150 KINGS STREET 08/19/1998 08/19/2998 BROOKLYN NY 14444 DOL NYC MANUEL TOBIO 150 KINGS STREET 08/19/1998 08/19/2998 BROOKLYN NY 11231 DOL DOL MAR CONTRACTING CORP 620 COMMERCE STREET 09/24/2012 09/24/2017 THORNWOOD NY 10594 DOL DOL MARGARET FORTH P 0 BOX 74 02/28/2012 10/01/2017 EAST GREENBUSH NY 12061 DOL DOL MARIA ESTEVES AKA MARIA C/O THREE FRIENDS CONSTR 01/03/2013 01/03/2018 MARTINS 986 MADISON AVENUEPATERSON NJ 07501 DOL DOL MARIA MARTINS AKA MARIA C/O THREE FRIENDS CONSTR 01/03/2013 01/03/2018 ESTEVES 986 MADISON AVENUEPATERSON NJ 07501 DOL DOL MARIO LUIS 31 DURANT AVENUE 07/02/2012 07/02/2017 BETHEL CT 06801 DOL DOL MARIO R ECHEVERRIA JR 588 MEACHAM AVE -SUITE 103 08/24/2010 08/24/2015 ELMONT NY 11003 DOL DOL *`***5533 MARQUISE CONSTRUCTION & 10 ST CHARLES STREET 09/03/2013 09/03/2018 DEVELOPMENT CORP THORNWOOD NY 10594 DOL DOL *****8810 MARQUISE CONSTRUCTION 20 BOSWELL ROAD 09/03/2013 09/03/2018 ASSOCIATES INC PUTNAM VALLEY NY 10579 Page 8 of 13 • 0 0 E E 0 i 0 41, NYSDOL Bureau of Public Work Debarment List 10/15/2014 Article 8 DOL DOL "*"`1134 MARQUISE CONSTRUCTION 10 ST CHARLES STREET 09/03/2013 09/03/2018 CORP THORNWOOD NY 10594 DOL NYC """"*4314 MASCON RESTORATION INC 129-06 18TH AVENUE 02/09/2012 02/09/2017 COLLEGE POINT NY 11356 DOL NYC """4314 MASCON RESTORATION LLC 129-06 18TH AVENUE 02/09/2012 02/09/2017 COLLEGE POINT NY 11356 DOL DOL *""`0845 MASONRY CONSTRUCTION 442 ARMONK ROAD 12/04/2009 05/04/2017 INC MOUNT KISCO NY 10549 DOL DOL """"3333 MASONRY INDUSTRIES INC 442 ARMONK ROAD 12/04/2009 05/04/2017 MOUNT KISKO NY 10549 DOL DOL **""*4638 MATSOS CONTRACTING 12-14 UTOPIA PARKWAY 02/10/2010 02/10/2015 CORPORATION WHITESTONE NY 11357 DOL AG """""9970 MAY CONSTRUCTION CO INC 700 SUMMER STREET 11/24/2009 11/24/2014 STAMFORD CT DOL DOL "'-9857 MBL CONTRACTING 2620 ST RAYMOND AVENUE 08/30/2011 08/30/2016 CORPORATION BRONX NY 10461 DOL DOL "*""*9028 MCINTOSH INTERIORS LLC 8531 AVENUE B 02/05/2013 02/05/2018 BROOKLYN NY 11236 DOL DOL*" 5936 MCS] ADVANCED AV 2085 BRIGHTON HENRIETTA 11/04/2010 11/04/2015 SOLUTIONS LLC TOWN LINE ROADROCHESTER NY 14623 DOL DOL """"4259 MERCANDO CONTRACTING 134 MURRAY AVENUE 12/11/2009 02/03/2019 CO INC YONKERS NY 10704 DOL DOL """""0327 MERCANDO INDUSTRIES LLC 134 MURRAY AVENUE 12/11/2009 02/03/2019 YONKERS NY 10704 DOL NYC *"""`5330 METRO DUCT SYSTEMS INC 12-19 ASTORIA BOULEVARD 04/16/2014 06/24/2019 LONG ISLAND CITY NY 11102 DOL DOL """"*9198 MICHAEL CZECHOWICZ OCTAGON CO 37-11 35TH AVENUE -2ND FL 01/08/2013 01/08/2018 LONG ISLAND CITY NY 11101 DOL DOL MICHAEL F LEARY JR 9/2013 06/19/2018 3813 SNOWDEN HILL ROADNEW HARTFORD NY r06/19/2013 13413 DOL DOL MICHAEL F LEARY JR METAL 3813 SNOWDEN HILL ROAD 06/19/2018 STUD & DRYWALL NEW HARTFORD NY 13413 DOL DOL MICHAEL KTISTAKIS 363 88TH STREET 11/18/2013 11/18/2018 BROOKLYN NY 11209 DOL DOL *`-"6033 MICHAEL KUSNIR KUSNIR 2677 ANAWALK ROAD 08/03/2012 08/03/2017 CONSTRUCTI KATONAH NY 10536 ON DOL DOL MICHAEL MARGOLIN 4 LEGHORN COURT 11/28/2012 11/28/2017 NEW YORK NY 11746 DOL DOL MICHELLE L BARBER 635 LUZERNE ROAD 09/16/2013 09/16/2018 QUEENSBURY NY 12804 DOL DOL """"2635 MIDLAND CONSTRUCTION OF 13216 CALUMET AVENUE 11/10/2011 11/10/2016 CEDAR LAKE INC CEDAR LAKE IL 46303 DOL NYC MIGUEL ACOSTA 25-18 100TH STREET 08/21/2013 08/21/2018 EAST ELMHURST NY 11369 DOL DOL """""5517 MILLENNIUM PAINTING INC 67 WARD ROAD 01/21/2011 01/21/2016 SALT POINT NY 12578 DOL AG MOHAMMAD RIAZ 46 RUGBY ROAD 11/20/2013 11/20/2018 WESTBURY NY 11590 DOL NYC MOHAMMAD SELIM 73-12 35TH AVE - APT F63 03/04/2010 03/04/2015 JACKSON HEIGHTS NY 11372 DOL DA MOHAMMED SALEEM 768 LYDIG AVENUE 08/18/2009 05/25/2015 BRONX NY 10462 DOL NYC ***2690 MONDOL CONSTRUCTION INC 11-27 30TH DRIVE 05/25/2011 05/25/2016 LONG ISLAND CITY NY 11102 DOL DOL MORTON LEVITIN 3506 BAYFIELD BOULEVARD 08/30/2011 08/30/2016 OCEANSIDE NY 11572 DOL DOL 2737 MOUNTAIN'S AIR INC 2471 OCEAN AVENUE- STE7A 09/24/2012 09/24/2017 BROOKLYN NY 11229 DOL NYC MUHAMMAD ZULFIQAR 129-06 18TH AVENUE 02/09/2012 02/09/2017 COLLEGE POINT NY 11356 DOL DOL 2357 MUNICIPAL MILLING & MIX -IN- 9091 ERIE ROAD 02/03/2011 02/03/2016 PLACE ANGOLA NY 14006 DOL DOL MURRAY FORTH P 0 BOX 74 02/28/2012 10/01/2017 EAST GREENBUSH NY 12061 DOL DA '-9642 MUTUAL OF AMERICAL 768 LYDIG AVENUE 08/18/2009 05/25/2015 GENERAL CONSTRUCTION & BRONX NY 10462 MANAGEMENT CORP DOL DOL MUZAFFAR HUSSAIN C/O ABSOLUTE GENERAL 01/28/2013 01/28/2018 CONT 1129 AVENUE UBROOKLYN NY 11229 DOL DA "`""6988 NEW YORK INSULATION INC 58-48 59TH STREET 05/16/2012 05/16/2017 MASPETH NY 11378 Page 9 of 13 NYSDOL Bureau of Public Work Debarment List 10/15/2014 Article 8 DOL DOL NICHOLAS DEGREGORY JR NJ 1698 ROUTE 9 05/23/2013 05/23/2018 DEGREGORY GLENS FALLS NY 12801 & COMPANY DOL NYC NICHOLAS PROVENZANO 147 BROOME AVENUE 03/03/2014 03/03/2019 ATLANTIC BEACH NY 11509 DOL NYC NICHOLAS PROVENZANO 147 BROOME AVENUE 03/03/2014 03/03/2019 ATLANTIC BEACH NY 11509 DOL DOL NICOLE SPELLMAN 2081 JACKSON AVENUE 06/03/2010 06/03/2015 COPIAGUE NY 11726 DOL DOL NIKOLAS PSAREAS 656 N WELLWOOD AVE/STE C 09/01/2011 09/01/2016 LINDENHURST NY 11757 DOL DOL **`**5279 NJ DEGREGORY & COMPANY 1698 ROUTE 9 05/23/2013 05/23/2018 GLENS FALLS NY 12801 DOL DOL NJ DEGREGORY & SONS 1698 ROUTE 9 05/23/2013 05/23/2018 CONSTRUCTION GLENS FALLS NY 12801 DOL DOL ***`*9198 OCTAGON CO 37-11 35TH AVENUE -2ND FL 01/08/2013 01/08/2018 LONG ISLAND CITY NY 11101 DOL DOL OKBY ELSAYED 1541 EAST 56TH STREET 05/04/2012 05/04/2017 BROOKLYN NY 11234 DOL NYC OLIVER HOLGUIN 95-26 76TH STREET 10/12/2011 10/12/2016 OZONE PARK NY 11416 DOL NYC ****8337 OPTIMUM CONSTRUCTION 23-73 48TH STREET 04/24/2014 04/24/2019 INC LONG ISLAND CITY NY 11103 DOL NYC ORSON ARROYO C/O METRO DUCT SYSTEMS 04/16/2014 06/24/2019 12-19 ASTORIA BOULEVARDLONG ISLAND CITY NY 11102 DOL DOL "`**4546 PAF PAINTING CORP 161 TIBBETTS ROAD 03/12/2014 03/12/2019 YONKERS NY 10705 DOL DOL `**5242 PAF PAINTING SERVICES INC GARDEN 157 TIBBETTS ROAD 03/12/2014 03/12/2019 STATE YONKERS NY 10103 PAINTING DOL DOL PAF PAINTING SERVICES OF C/O SPIEGEL & UTRERA 03/12/2014 03/12/2019 WESTCHESTER INC 1 MAIDEN LANE - 5TH FLNEW YORK NY 10038 DOL DOL **`*`5226 PASCARELLA & SONS 459 EVERDALE AVENUE 01/10/2010 01/10/2015 WEST ISLIP NY 11759 DOL DOL `*"*8802 PAT'S HEATING AND AIR P 0 BOX 371 05/12/2014 05/12/2019 CONDITIONING LTD ROUND LAKE NY 12151 DOL DOL PATRICIA M RUGGLES P 0 BOX 371 05/12/2014 05/12/2019 ROUND LAKE NY 12151 DOL DOL PAUL VERNA C/O AMERICAN STEEL 02/20/2013 02/20/2018 MECHA 693 PAINTER STREETMEDIA PA 19063 DOL DOL PEDRO RINCON 131 MELROSE STREET 03/02/2010 03/02/2015 BROOKLYN NY 11206 DOL DOL *****9569 PERFORM CONCRETE INC 31 DURANT AVENUE 07/02/2012 07/02/2017 BETHEL CT 06801 DOL NYC PETER LUSTIG 30 COLUMBUS CIRCLE 08/21/2012 08/21/2017 EASTCHESTER NY 10709 DOL NYC PETER TRITARIS 5990 58TH AVENUE 11/18/2013 11/18/2018 MASPETH NY 11378 DOL DOL ***"1136 PHOENIX ELECTRICIANS 540 BROADWAY 03/09/2010 03/09/2015 COMPANY INC P 0 BOX 22222ALBANY NY 12201 DOL DOL *`**`7914 PRECISION SITE 89 EDISON AVENUE 10/28/2011 10/28/2016 DEVELOPMENT INC MOUNT VERNON NY 10550 DOL DOL *"**2989 PROFESSIONAL ESTIMATING 157 TIBBETS ROAD 03/12/2014 03/12/2019 & BUSINESS CORP YONKERS NY 10705 DOL DOL **"*6895 PROLINE CONCRETE OF WNY 3090 SHIRLEY ROAD 04/19/2011 12/30/2016 INC NORTH COLLINS NY 14111 DOL DOL `**"0015 RAMADA CONSTRUCTION 80 SAVO LOOP 01/07/2014 01/07/2019 CORP STATEN ISLAND NY 10309 DOL DOL RAMON BONILLA 938 E 232ND STREET #2 05/25/2010 05/25/2015 BRONX NY 10466 DOL DOL **"*2633 RAW POWER ELECTRIC CORP 3 PARK PLACE 09/16/2013 09/16/2018 MIDDLETOWN NY 10940 DOL NYC RAYMOND PEARSON P 0 BOX 957 03/12/2014 03/12/2019 PORT JEFFERSON STA NY 11776 DOL DOL REBECCA THORNE 113 N MAPLE AVENUE 02/21/2013 02/21/2018 GREENSBURG PA 15601 DCL DOL REVOLUTIONARY FLOORS P 0 BOX 268 09/16/2013 03/21/2019 LLC STILLWATER NY 12170 DOL DOL RHINO CONCRETE LLC 101 SULLYS TRAIL/SUITE 20 11/18/2013 01/07/2019 PITTSFORD NY 14534 Page 10 of 13 n L: n U 11 0 LI Ll G 0 • 0 • 0 NYSDOL Bureau of Public Work Debarment List 10/15/2014 Article 8 DOL DOL RICHARD WILSON C/O DUFOUR GROUP INC 06/10/2014 06/10/2019 353 WEST 56TH STREET #7MNEW YORK NY 10019 DOL NYC ""`6978 RISINGTECH INC 243-03 137TH AVENUE 03/25/2010 03/25/2015 ROSEDALE NY 11422 DOL DOL ROBBYE BISSESAR 89-51 SPRINGFIELD BLVD 01/11/2003 01/11/3003 QUEENS VILLAGE NY 11427 DOL DOL ""`1855 ROBERT D BISHOP JR ROBERT D P 0 BOX 112 07/15/2014 07/15/2019 BISHOP JR MORRISSONVILLE NY 12962 DOL DOL ROBERT D BISHOP JR P 0 BOX 112 07/15/2014 07/15/2019 MORRISONVILLE NY 12962 DOL NYC ROBERT FICARELLI 120-30 28TH AVENUE 01/14/2011 01/14/2016 FLUSHING NY 11354 DOL NYC ROBERT GUIDO 3256 BRUNER AVENUE 07/29/2014 07/29/2019 BRONX NY 10469 DOL DOL ROBERT L EVANS 128A NORTH STAMFORD 05/23/2013 05/23/2018 ROAD STAMFORD CT 06903 DOL ROCCO ESPOSITO C/O ROCMAR CONTRACTING 09/24/2012 09/24/2017 CO 620 COMMERCE STREETTHORNWOOD NY 10594 DOL DOL ROCMAR CONSTRUCTION 620 COMMERCE STREET 09/24/2012 09/24/2017 CORP THORNWOOD NY 10594 DOL DOL ""`7083 ROCMAR CONTRACTING 620 COMMERCE STREET 09/24/2012 09/24/2017 CORP THORNWOOD NY 10594 DOL DOL ""`9025 ROJO MECHANICAL LLC 938 E 232ND STREET #2 05/25/2010 05/25/2015 BRONX NY 10466 DOL DOL ROMEO WARREN C/O RAW POWER ELECTR 09/16/2013 09/16/2018 CORP 3 PARK PLACEMIDDLETOWN NY 10940 DOL DOL ""`5905 ROSE PAINTING CORP 222 GAINSBORG AVENUE 05/10/2010 05/10/2015 EAST WEST HARRISON NY 10604 DOL DOL ROSEANNE CANTISANI 11 TATAMUCK ROAD 05/04/2012 05/04/2017 POUND RIDGE NY 10576 DOL NYC ROSS J HOLLAND 120-30 28TH AVENUE 01/14/2011 01/14/2016 FLUSHING NY 11354 DOL DOL ROSS J MUSCOLINO 10 ST CHARLES STREET 09/03/2013 09/03/2018 THORNWOOD NY 10594 DOL DOL S & M CONTRACTING LLC 30 MIDLAND AVENUE 11/05/2010 11/05/2015 WALLINGTON NJ 07057 DOL DOL S & S ELECTRIC 235 BROADWAY 06/19/2013 06/19/2018 SCHENECTADY NY 12306 DOL DOL "`2585 S B WATERPROOFING INC SUITE #3R 11/04/2009 11/04/2014 2167 CONEY ISLAND AVENUEBROOKLYN NY 11223 DOL NYC SAEED HASAN 4558 BROADWAY #6 08/04/2014 08/04/2019 NEW YORK NY 10040 DOL DOL "`4923 SCHENLEY CONSTRUCTION 731 WARWICK TURNPIKE 06/25/2012 12/11/2017 INC HEWITT NJ 07421 DOL DOL SCOTT LEONARD GLOBAL TANK P O BOX 1238 11/28/2012 11/28/2017 CONSTRUCTI SALINA OK 74365 ON LLC DOL DOL SEAKCO CONSTRUCTION 128A NORTH STAMFORD 05/23/2013 05/23/2018 COMPANY LLC ROAD STAMFORD CT 06903 DOL DOL ""`9030 SEAKCO NEW YORK LLC SEAKCO 128A NORTH STAMFORD 05/23/2013 05/23/2018 CONSTRUCTI ROAD ON COMPANY STAMFORD CT 06903 DOL DOL SEAN BURBAGE C/O SEAN 445 ROOSA GAP ROAD 04/14/2014 04/14/2019 BURBAGE BLOOMINGBURG NY 12721 CORP DOL DOL ""`6586 SEAN BURBAGE CORP 445 ROOSA GAP ROAD 04/14/2014 04/14/2019 BLOOMINGBURG NY 12721 DOL DOL ""`3540 SEVEN STAR ELECTRICAL 23-24 STEINWAY STREET 06/27/2011 06/27/2016 CONTRACTING CORP ASTORIA NY 11105 DOL DOL SEVEN STAR ELECTRICAL INC C/O THEONI ATHANASIADIS 06/27/2011 06/27/2016 1023 COMMACK ROADDIX HILLS NY 11746 DOL NYC SHAFIQUL ISLAM 11-27 30TH DRIVE 05/25/2011 05/25/2016 LONG ISLAND CITY NY 11102 DOL NYC SHAHZAD ALAM 21107 28TH AVE 07/02/2017 BAYSIDE NY 11360 DOL DOL SHAIKF YOUSUF C/O INDUS GENERAL CONST [0E4/28/201 04/28/2015 33-04 91 ST STREETJACKSON HEIGHTS NY 11372 Page 11 of 13 NYSDOL Bureau of Public Work Debarment List 10/15/2014 Article 8 DOL DOL ""'0415 SIGNAL CONSTRUCTION LLC 199 GRIDER STREET 11/14/2006 02/25/2015 BUFFALO NY 14215 DOL DOL ""'8469 SIGNATURE PAVING AND P 0 BOX 772 08/13/2010 08/13/2015 SEALCOATING JAMESTOWN NY 14701 DOL DOL ""'8469 SIGNATURE SEALCOATING 345 LIVINGSTON AVENUE 04/04/2007 08/13/2015 AND STRIPING SERVICE P O BOX 772JAMESTOWN NY 14702 DOL DOL ""'6904 SIGNING STAR LIMITED 5 HANSEN PLACE 09/18/2013 09/18/2018 LIABILITY COMPANY WAYNE NJ 07470 DOL DOL ""'0667 SNEEM CONSTRUCTION INC 43-22 42ND STREET 07/01/2011 07/01/2016 SUNNYSIDE NY 11104 DOL DOL SPASOJE DOBRIC 61 WILLET STREET - SUITE 07/09/2010 02/23/2017 PASSAIC NJ 07055 DOL NYC ""'4934 SPHINX CONTRACTING CORP 240 HOME STREET 08/04/2014 08/04/2019 TEANECK NJ 07666 DOL DOL SPORTSCRAFTERS INC 113 N MAPLE AVENUE 02/21/2013 02/21/2018 GREENSBURG PA 15601 DOL DOL "`*'3539 SPOTLESS CONTRACTING IMPACT 44 THIELLS-MT IVY ROAD 10/14/2011 10/14/2016 INDUSTRIAL POMONA NY 10970 SERVICES INC DOL DOL '*"'3496 STAR INTERNATIONAL INC 89-51 SPRINGFIELD BLVD 08/11/2003 08/11/3003 QUEENS VILLAGE NY 11427 DOL DOL STEFANIE MCKENNA 30 MIDLAND AVENUE 11/05/2010 11/05/2015 WALLINGTON NJ 07057 DOL DOL STEPHEN BIANCHI 462 LAKEVIEW AVENUE 12/16/2013 12/16/2018 VALHALLA NY 10595 DOL DOL STEPHEON SHELDON FANTASTIC 493 LANSING ROAD 11/18/2013 11/18/2018 PAINTING FULTONVILLE NY 12072 DOL DOL STEVEN CONKLIN 60 COLONIAL ROAD 02/15/2011 02/15/2016 STILLWATER NY 12170 DOL DOL STEVEN SAGGESE 3005 WYNSUM AVENUE 08/18/2014 08/18/2019 MERRICK NY 11566 DOL DOL STUART CHAITIN 634 ROUTE 303 07/26/2012 11/19/2018 BLAUVET NY 10913 DOL DOL ""'3210 SUPER SWEEP FMS 4 LEGHORN COURT 11/28/2012 11/28/2017 NEW YORK NY 11746 DOL DOL SUZANNE G GOLD C/O GOLDS 25 HAMILTON ROAD 10/16/2013 10/16/2018 FLOORING MONTICELLO NY 12701 INSTALLATION S INC DOL DOL '-"9676 T D CONTRACTORS CORP T D 113 N MAPLE AVENUE 02/21/2013 02/21/2018 CONTRACTOR GREENSBURG PA 15601 S INC DOL DOL T D CONTRACTORS INC 113 N MAPLE AVENUE 02/21/2013 02/21/2018 GREENSBURG PA 15601 DOL DOL TECH -MECHANICAL FAB DC 5 PARKER AVENUE 03/25/2014 03/25/2019 INC POUGHKEEPSIE NY 12601 DOL DOL ""'4293 THE J OUVINA GROUP LLC 344 SOUNDVIEW LANE 11/22/2011 11/22/2016 COLLEGE POINT NY 11356 DOL DOL THE THORNE GROUP INC 113 N MAPLE AVENUE 02/21/2013 02/21/2018 GREENSBURG PA 15601 DOL DOL ""'2070 THE UNIVERSAL GROUP OF 212 OXFORD WAY 12/11/2012 09/16/2018 NEW YORK INC SCHENECTADY NY 12309 DOL DOL ""'9243 THE WELCOME MAT P 0 BOX 268 09/16/2013 03/21/2019 PROPERTY MANAGEMENT STILLWATER NY 12170 LLC DOL DOL THEONI ATHANASIADIS C/O SEVEN STAR ELECTRICAL 06/27/2011 06/27/2016 23-24 STEINWAY STREETASTORIA NY 11105 DOL DOL THOMAS DESANTIS DESANTIS 161 OSWEGO RIVER ROAD 09/24/2013 11/18/2018 ENTERPRISES PHOENIX NY 13135 DOL NYC THOMAS SCARINCI 130-4392 ND AVENUE 11/27/2013 11/27/2018 RICHMOND HILLS NY 11418 DOL DOL THOMAS TERRANOVA 13 NEW ROAD/SUITE 1 11/15/2010 11/15/2015 NEWBURGH NY 12550 DOL DOL ""'2734 THREE FRIENDS 986 MADISON AVENUE 01/03/2013 01/03/2018 CONSTRUCTION CORP PATERSON NJ 07501 DOL NYC ""`6253 THUNDER BROTHERS CORP 24 CONGRESS LANE 05/01/2013 05/01/2018 SOUTH RIVER NJ 08882 DOL DOL TIMOTHY F BARBER 635 LUZERNE ROAD 09/16/2013 09/16/2018 QUEENSBURY NY 12804 DOL NYC TIMOTHY O'SULLIVAN C/O SNEEM CONSTRUCTION 07/01/2011 07/01/2016 4322 42ND STREETSUNNYSIDE NY 11104 DOL E NYC ""`1523 TM MECHANICAL CORP 130-43 92ND AVENUE 11/27/2013 11/27/2018 RICHMOND HILLS NY 11418 DOL DOL ""'3315 TOTAL DOOR SUPPLY & 16 JOY DRIVE 01/05/2010 01/05/2015 INSTALLATION INC NEW HYDE PPARK NY 11040 Page 12 of 13 0 Ll F 0 • 0 n U 0 0 U 0 0 • 0 0 Ll NYSDOL Bureau of Public Work Debarment List 10/15/2014 Article 8 DOL DOL ""`3315 TOTAL DOOR SUPPLY & 16 JOY DRIVE 01/05/2010 01/05/2015 INSTALLATION INC NEW HYDE PPARK NY 11040 DOL DOL ""'8176 TOURO CONTRACTING CORP 1541 EAST 56TH STREET 05/04/2012 05/04/2017 BROOKLYN NY 11234 DOL DOL --2357 TRAC CONSTRUCTION INC MUNICIPAL 9091 ERIE ROAD 02/03/2011 02/03/2016 MILLING & MIX ANGOLA NY 14006 -I N- PLACE DOL DOL TRI STATE TRUCKING INC 140 ARMSTRONG AVENUE 10/21/2009 10/21/2014 SYRACUSE NY 13209 DOL DOL ""'5213 TRIAD PAINTING CO INC 656 N WELLWOOD AVE/STE C 09/01/2011 09/01/2016 LINDENHURST NY 11757 DOL DOL ""`4294 TWT CONSTRUCTION 13 NEW ROAD/SUITE 1 11/15/2010 11/15/2015 COMPANY INC NEWBURGH NY 12550 DOL DOL ULIANO AND SONS INC 22 GRIFFEN COURT 10/26/2010 10/26/2015 MILLER PLACE NY 11746 DOL AG ""'6490 UNIVERSAL STEEL 90 JUNIUS STREET 01/23/2014 01/23/2019 FABRICATORS INC BROOKLYN NY 11212 DOL NYC ""`7174 V&R CONTRACTING P 0 BOX 957 03/12/2014 03/12/2019 PORT JEFFERSON STA NY 11776 DOL DOL -1504 VALLEY VIEW LANDSCAPING 470 AURORA STREET 10/29/2009 10/29/2014 AND SITE DEVELOPMENT LLC LANDSCASTER NY 14086 DOL DOL ""'0854 VANESSA CONSTRUCTION 588 MEACHAM AVE/STE 103 08/24/2010 08/24/2015 INC ELMONT NY 11003 DOL NYC VEAP SELA C/O COLONIAL 247 48TH STREET 02/05/2014 02/05/2019 ROOFING BROOKLYN NY 11220 COMPANY INC DOL DOL -'3270 VEZANDIO CONTRACTING 530 BEECH STREET 07/02/2012 07/02/2017 CORP NEW HYDE PARK NY 11040 DOL NYC VICK CONSTRUCTION 21 DAREWOOD LANE 12/31/2013 12/31/2018 VALLEY STREAM NY 11581 DOL NYC VICKRAM MANGRU VICK 21 DAREWOOD LANE 12/31/2013 12/31/2018 CONSTRUCTI VALLEY STREAM NY 11581 ON DOL NYC VINCENT PIZZITOLA P 0 BOX 957 03/12/2014 03/12/2019 PORT JEFFERSON STA NY 11776 DOL NYC --9936 VISHAL CONSTRUCTION INC 73-12 35TH AVE - APT F63 03/04/2010 03/04/2015 JACKSON HEIGHTS NY 11272 DOL DOL WASSIM ISSA 470 AURORA STREET 10/29/2009 10/29/2014 LANDSCASTER NY 14086 DOL DOL WESLEY J STAROBA 206 TALLY HO COURT 06/19/2013 06/19/2018 SCHENECTADY NY 12303 DOL DOL ""`0078 WESLEY J STAROBA INC S & S 235 BROADWAY 06/19/2013 06/19/2018 ELECTRIC SCHENECTADY NY 12306 DOL DOL ""`7617 WHITE PLAINS CARPENTRY P 0 BOX 309 12/04/2009 05/04/2017 CORP WHITE PLAINS NY 10603 DOL DOL WILLIAM CONKLIN 5 PARKER AVENUE 03/25/2014 03/25/2019 POUGHKEEPSIE NY 12601 DOL DOL WILLIAM MAZZELLA 134 MURRAY AVENUE 02/03/2014 02/03/2019 YONKERS NY 10704 DOL DOL WILLIAM SCRIVENS 30 MIDLAND AVENUE 11/05/2010 11/05/2015 WALLINGTON NJ 07057 DOL DOL WILLIAM THORNE 113 N MAPLE AVENUE 02/21/2013 02/21/2018 GREENSBURG PA 15601 DOL DOL WILLIAM W FARMER JR 112 HUDSON AVENUE 10/19/2009 10/19/2014 ROCHESTER NY 14605 DOL NYC '--5498 XAVIER CONTRACTING LLC 68 GAYLORD ROAD 02/10/2016 SCARSDALE NY 10583 DOL AG YULYARONSON 700 SUMMER STREET r02/10/2011 /24/2009 11/24/2014 STAMFORD CT DOL DOL YURIY IVANIN C/O MOUNTAIN'S AIR INC /24/2012 09/24/2017 2471 OCEAN AVENUE-STE 7ABROOKLYN NY 11229 0 Page 13 of 13 • DIVISION 1 - GENERAL REQUIREMENTS • SOUTHOLD HIGHWAY YARD — FUEL DISPENSING FACILITY CF.NFRAI. The work under this Division shall be subject to the requirements of the CONDITIONS OF CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS, DRAWINGS, SCHEDULES, ADDENDA and other Contract documents. • Refer to the Drawings and Specifications of other trades and Contractors for items which might affect the work under this Division. TABLE OF CONTENTS — DIVISION NO. 1 — GENERAL REQUIREMENTS • Included in this Division are the following sections: 01010 General 01025 Measurement and Payment 01500 Construction Facilities & Temporary Controls 01501 Health & Safety Provisions • 9 • • DIVISION 1 - Page 1 of 20 • DIVISION 1 - GENERAL REQUIREMENTS s SECTION 01010 - GENERAL SITE 0 The site of the proposed general construction for The SOUTHOLD HIGHWAY — YARD FUEL DISPENSING FACILITY is located in Southold, County of Suffolk and State of New York and more particularly shown on the Contract Drawings. SCOPE OF WORK TO BE DONE A. The work to be performed under this Contract shall include all labor, materials, equipment, services and incidentals required to perform the proposed construction as indicated in the Specifications, shown on the Contract Drawings and/or as approved by the Engineer. B. In general, the work shall include but not be limited to the following items: 1. General Conditions & Mobilization 2. Site Preparation and Erosion Control 3. Demolitions and Removals 4. Unclassified Excavation & Grading 5. Concrete Filled Bollards 6. Complete Installation of Aboveground 8,000 Gallon Gas Tank 7. Complete Installation of Aboveground 8,000 Gallon Diesel Tank 8. Fuel Canopy 9. Concrete Curb 10. Concrete Pavement 11. Dispenser Island 12. Utility Building w/ Concrete Slab & Footings 13. Natural Gas Generator 14. Natural Gas Service 15. New Electric Service 16. Fire Suppression System ALTI 1,000 Gallon Tank Removal, and SCDHS Inspections ALT2 2,500 Gallon Tank Removal, and SCDHS Inspections C. Without restricting the generality of the foregoing and for the convenience of each Contractor, the items of work are specified under the Standard 16 Uniform Divisions of the Construction Specifications Institute as follows: • 1. General Requirements 2. Site Work 3. Concrete 4. Masonry (Not Used) 5. Metals DIVISION 1 - Page 2 of 20 C 0 DIVISION 1 - GENERAL REQUIREMENTS SUPERINTENDENCE AND WORKMEN The Contractor shall give his constant personal attention to the work while it is in progress, and he shall place it in charge of a competent and reliable superintendent, who shall have authority to act for the Contractor, and who shall be acceptable to the Engineer. The Contractor shall, at all times, employ labor and equipment which shall be sufficient to prosecute the work to full completion in the manner and time specified. All workmen must have sufficient skill and experience in such work to properly and satisfactorily perform it and operate the equipment • involved. Any person employed by the Contractor whom the Engineer may deem incompetent or unfit to perforin the work, shall be at once discharged and shall not be again employed. INSPECTION • All proposed work under this Contract shall be performed during and with Engineer's approval. The Contractor is advised to inspect carefully the full premises and consult with the Engineer DIVISION 1 - Page 3 of 20 0 6. Wood (Not Used) 7. Thermal and Moisture Protection (Not Used) 8. Doors and Finish Hardware (Not Used) 9. Finishes (Not Used) 10. Specialties (Not Used) 11. Equipment (Not Used) 12. Furnishings (Not Used) 13. Special Construction • 14. Conveying Systems (Not Used) 15A. H.V.A.C. (Not Used) 15B. Plumbing 16. Electrical D. The work covered under these Divisions shall be bid under one (1) common Contract to lowest responsible bidder. E. The Contractor shall submit a computer generated critical point method schedule indicating all items of work under the contract. • SHOP DRAWINGS The Contractor shall make or provide any shop drawings, cuts or samples which the Engineer may require for the approval of details and to show the construction as it will be installed. No • shop drawing shall be issued or used until it has been approved by the Engineer or his representative. After approval, no changes or deviations shall be made without written notice being sent to the Engineer. The Engineer's approval shall not relieve the Contractor from responsibility for deviations from the Drawings or Specifications unless he has, in writing, called the Engineer's attention to such deviations at the time of submission, nor shall it relieve him from responsibility for errors or omissions of any sort in the Shop Drawing or schedule. The Contractor shall submit six (6) copies of each requested item to the Engineer for approval. SUPERINTENDENCE AND WORKMEN The Contractor shall give his constant personal attention to the work while it is in progress, and he shall place it in charge of a competent and reliable superintendent, who shall have authority to act for the Contractor, and who shall be acceptable to the Engineer. The Contractor shall, at all times, employ labor and equipment which shall be sufficient to prosecute the work to full completion in the manner and time specified. All workmen must have sufficient skill and experience in such work to properly and satisfactorily perform it and operate the equipment • involved. Any person employed by the Contractor whom the Engineer may deem incompetent or unfit to perforin the work, shall be at once discharged and shall not be again employed. INSPECTION • All proposed work under this Contract shall be performed during and with Engineer's approval. The Contractor is advised to inspect carefully the full premises and consult with the Engineer DIVISION 1 - Page 3 of 20 0 DIVISION 1 - GENERAL REOUIREMENTS 0 regarding any items of construction or reconstruction that may be questionable. Through the entire job the contractor is responsible for all scheduling with SCDHS for the removal of all tanks, inspections of all excavation pits, and final inspections. • MAINTENANCE AND PROTECTION OF TRAFFIC The Contractor shall so conduct his operations as to interfere to the least extent practicable with the passage of vehicles, pedestrians and all other kinds of public traffic; and he must take every precaution against accidents happening to said vehicles, pedestrians and other traffic because of • his operations. The Contractor shall enforce regulations and restrictions as may be necessary or required for the protection of fire, accidents, property damage and public nuisance. He shall provide and maintain such toilet facilities at or adjacent to the site as may be required. The Contractor shall erect and maintain such signs, channel and obstruction markers and barricades as may be required for the protection of traffic. The Contractor shall coordinate any storage of 40 equipment or materials within the Site Area with the Engineer and Town of Southold. All maintenance and protection of traffic performed on this contract shall be in accordance with the latest edition of the New York State Manual of Uniform Traffic Control Devices (MUTCD). C MAINTENANCE AND PROTECTION OF UTILITIES A. 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. B. 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 owned by a public utility corporation without the approval of the Engineer. C. 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. GRADES, LINES, LEVELS AND SURVEYS A. The Owner's Engineer will establish one (1) bench mark and location of the work lines as reference points for the Contractor. B. The reference points shall be maintained by the Contractor. All other required lines, levels, DIVISION 1 - Page 4 of 20 DIVISION I - GENERAL REQUIREMENTS grades, etc., shall be furnished by the Contractor from the reference points. C. Re-establishment of the reference points by the Engineer for the Contractor shall be done at the Contractor's expense. D. The Contractor shall verify all grades, lines, levels and dimensions as shown on the drawings, and he shall report any errors or inconsistencies in the aforementioned to the Engineer before commencing work. Commencement of work shall be corrected by the Contractor at his expense. LABOR, LAWS AND WORKMANSHIP A. All Contractors and Subcontractors employed upon the work shall and will be required to conform to the Labors Laws of the State of New York, the Occupation Safety and Health Act of the various acts amendatory and supplementary thereto; and to all other laws, ordinances and legal requirements applicable thereto. B. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their respective trades. The standards of the work required throughout shall be of such grade as will bring results of the first class only. QUALIFICATIONS All bidders must have been established in the type of construction of whichever Prime Contract they are submitting a bid for as specified in the Contract Documents for a period of at least five (5) years. On request, bidders must furnish a list of a minimum of five (5) projects of similar type construction that was built by them in the Nassau - Suffolk area. List must contain name, address and telephone number of client's Engineer for which each project was undertaken by Contract. A minimum of two (2) of the projects must have been built for municipal clients. S APPROVAL OF SUBCONTRACTORS A. No Subcontractors shall be employed on the work unless prior approval has been given by the Engineer. The Contract shall, within five (5) days after signing of the Contract, submit a list of proposed Subcontractors to the Engineer for approval. The list shall contain firm names, names of all principals and addresses and projects completed by each Subcontractor and names, addresses and telephone numbers of the particular project's Engineer for which the Subcontractor on the aforementioned project list must have been of similar nature. A minimum of five (5) projects for each proposed Subcontractor must be submitted. B. If for any reason a Subcontractor must be discharged from work, the Contractor shall notify the Engineer at least 24 hours prior to discharge, stating the reasons, and shall provide the Engineer with the name and qualifications of the replacement Subcontractor for approval by the Engineer. This action is deemed necessary to maintain continuity of the work and to minimize project disruptions. All costs due to slowdown of the project for such reasons DIVISION 1 - Page 5 of 20 0 DIVISION 1 - GENERAL REOUIREMENTS shall be borne by the Contractor. STANDARD SPECIFICATIONS Where reference is made in these Specifications to a society, the portion referred to shall be read into and shall be a part of this Contract and Specifications. Materials, methods and equipment shall conform to the latest A.S.T.M., A.W.P.A., A.S.A., N.E.C., I.E.S., etc. Specifications as may relate to or govern the construction work. CONTRACT DRAWINGS A. The Contract drawings which accompany and form part of these Specifications, bear the general title Town of Southold, Suffolk County, New York — Southold Highway Yard Fuel Dispensing Facility and separately numbered and titled as follows: 1 COVER SHEET 2 OVERALL SITE PLAN 3 DEMOLITIONS AND REMOVALS PLAN 4 PROPOSED SITE PLAN 5 ELECTRIC PLAN 6 8,000 GALLON DIESEL TANK 7 8,000 GALLON GAS TANK 8 TANK DETAILS 9 DETAILS 10 SITE DETAILS 11 DIESEL SPILL BOX 12 GASOLINE SPILL BOX 13 UTILITY BUILDING DETAILS 14 FUEL CANOPY DETAILS (" I T A N -UP The Contractor shall at all times keep the construction area, including storage areas used by him, free from accumulation of waste material and rubbish and prior to completion of the work, remove any rubbish from and about the premises. Upon completion of the construction, the Contractor shall leave the work premises in a clean, neat and workmanlike condition satisfactory to the Engineer. DIVISION 1 - Page 6 of 20 C 01 W WIN NO CONTRACT DRAWINGS A. The Contract drawings which accompany and form part of these Specifications, bear the general title Town of Southold, Suffolk County, New York — Southold Highway Yard Fuel Dispensing Facility and separately numbered and titled as follows: 1 COVER SHEET 2 OVERALL SITE PLAN 3 DEMOLITIONS AND REMOVALS PLAN 4 PROPOSED SITE PLAN 5 ELECTRIC PLAN 6 8,000 GALLON DIESEL TANK 7 8,000 GALLON GAS TANK 8 TANK DETAILS 9 DETAILS 10 SITE DETAILS 11 DIESEL SPILL BOX 12 GASOLINE SPILL BOX 13 UTILITY BUILDING DETAILS 14 FUEL CANOPY DETAILS (" I T A N -UP The Contractor shall at all times keep the construction area, including storage areas used by him, free from accumulation of waste material and rubbish and prior to completion of the work, remove any rubbish from and about the premises. Upon completion of the construction, the Contractor shall leave the work premises in a clean, neat and workmanlike condition satisfactory to the Engineer. DIVISION 1 - Page 6 of 20 C • DIVISION 1- GENERAL REQUIREMENTS GUARANTEES • A. Before issuance of the final certificate, the Contractor shall deliver to the Owner the following guarantees in addition to those specifically required in the General Conditions and in the various technical sections. B. The Contractor hereby guarantees that all materials and workmanship installed under his respective contract to be new and of good quality in every respect and to remain so for a period of one (1) year or for longer periods where so provided for in the Specifications, from the date of issuance of the Final Certificate by the Engineer. C. Should any defects develop in the aforesaid work within the stipulated periods due to faults in materials and/or workmanship, the Contractor hereby agrees to make all repairs and do all necessary work to correct the defective parts. Such repairs and corrective work, including the cost of making good all other work damaged by or otherwise affected by making of the repairs or corrective work shall be done without any cost or expense to the owner, and at the entire cost and expense of the Contractor, within five (5) days after notice to the Contractor. The owner may have the work done and charge the cost thereof to the Contractor and/or his Sureties who agree to pay the owner the cost of such work if the Contractor fails to respond as required. PAYMENTS Payment(s) made under this Contract will be made on the basis of actual work completed in accordance with the Contract Documents. Payments will be computed from the unit and lump sum bid. Payment will only be made for the items shown in the Proposal Form. S • • • DIVISION 1 - Page 7 of 20 r DIVISION 1 - GENERAL REQUIREMENTS SECTION 01025 — MEASUREMENT AND PAYMENTS DESCRIPTION The Contractor shall furnish all labor, materials, tools, equipment, appurtenances and all services necessary to perform all Work as required by the plans and specifications or as required by the Engineer, at the lump sum or unit prices for the items listed herein. ENGINEER'S ESTIMATE OF QUANTITIES The ENGINEER'S estimated quantities for unit price pay items are approximate only and are included solely for the purpose of comparison of Bids. The OWNER does not expressly or by implication agrees that the nature of the materials encountered below the surface of the ground or the actual quantities of material encountered or required will correspond with the estimated quantities. ITEM NO 1— GENERAL CONDITIONS & SITE MOBILIZATION 1. Method of Measurement: The Contractor shall receive the lump sum payment which shall include, temporary utilities, supervision and management, on-going project -related expenses, insurances, labor, materials, equipment, and incidentals necessary to mobilize, construction staging, re -mobilization to the construction site, meet all of the general requirements set forth under Division 1 including but not limited to project closeout activities and demobilize from the construction site upon successful completion of the project. The Contractor shall furnish one (1) lump sum cost as specified, shown on the Contract Drawings and as approved by the Owner. 2. Method of Payment: Payments shall be made in accordance with the following schedule: a. 25% first partial payment b. 75% based upon percentage of completion 3. Intent: This bid item shall facilitate requirements of Division 01000 of the specification and construction operations. ITEM NO.2 — SITE PREPARATION 1. Method of Measurement: The Contractor shall receive the lump sum payment which shall include labor, materials, equipment, and incidentals necessary to install all erosion and sediment controls necessary and prepare the site for work. The Contractor shall furnish one (1) lump sum cost as specified, shown on the Contract Drawings and as approved by the Owner. 2. Method of Payment: Payment for this item shall be lump sum. Compensation under this work item shall be made separately and based upon the completion of the work by percentage. All costs of site preparation, excavating, screening, stockpiling, rehandling of piles, grading and compacting the subgrade, erosion and sediment control measures, labor, DIVISION 1 - Page 8 of 20 C n • • DIVISION 1 - GENERAL REQUIREMENTS materials and other incidentals necessary to satisfactorily complete the work in accordance with the plan, specifications, and/or as directed by the Engineer shall be included in the price bid for this Item. 3. Intent: The Contractor shall install, maintain and remove all sediment and erosion control methods and all site preparation work needed for construction and as required under the permit conditions as needed and shown in the Construction Documents. • ITEM NO.3 — DEMOLITION & REMOVALS 1. Method of Measurement: Payments will be made under this Item in proportion to the amount of work done as determined by the Engineer. Compensation under this work item shall be made separately and based upon the completion of the work by percentage done as determined by the Engineer. Payment will be made at the contract price to furnish all materials, labor and equipment necessary to satisfactorily complete the work as shown on the contract drawings and as specified. 2. Method of Payment: The lump sum price bid shall include the cost of all labor, materials and • equipment necessary for the demolition and removals. 3. Intent: The Contractor shall completely demolish and remove the existing building, stairs, concrete, debris etc. as show on the contract drawings and as per the specifications. All debris and unsuitable material is to be removed off site. • ITEM NO.4 — UNCLASSIFIED EXCAVATION AND GRADING 1. Method of Measurement - The Contractor shall receive a percentage of the lump sum price for the amount of Unclassified Excavation and Grading of the proposed work areas completed and measured by survey as shown on the Contract Drawings and as approved 40 by the Engineer. 2. Method of Payment- The price bid shall include the costs of excavating, screening, stockpiling, rehandling of piles, grading and compacting the subgrade, labor, materials and other incidentals necessary to satisfactorily complete the work in accordance with the plan, specifications, and/or as directed by the Engineer. 3. Intent - Soils required for establishing grade shall be obtained from onsite material when possible. The Contractor will be responsible for all onsite transportation of soils and the removal of any unsuitable material off site. ITEM NO.5 — CONCRETE FILLED BOLLARDS Method of Measurement: The quantity to be paid for under this item shall be the unit cost per bollard installed in accordance with the plans, specifications and as directed by the Engineer. • 2. Method of Payment: The unit price bid for this item shall include all labor, materials, DIVISION 1 - Page 9 of 20 • DIVISION 1- GENERAL REQUIREMENTS equipment and incidentals necessary to furnish and install the bollard. This shall include all layouts, posts, paint, accessories, concrete and all necessary material to satisfactorily complete the work. • 3. Intent: Complete installation of the concrete filled metal bollards as specified and shown on the construction drawings. ITEM NO. 6 — COMPLETE INSTALLATION OF ABOVEGROUND 8,000 GALLON GAS TANK 1 . Method of Measurement - The Contractor shall receive a percentage of the lump sum price for the SCDHS approved installation of a complete 8,000 gallon gas tank as shown on the Contract Drawings and as approved by the Engineer. 2. Method of Payment- The ym price bid shall include the costs of concrete work and reinforcement, fine grading, above ground tank delivery cost and installation, all above ground piping, control wiring and alarms, gauges, probes, sensors, vents, spill box, reinstallation of existing fuel management system, connection to fuel management system and all labor, materials and other incidentals necessary to satisfactorily complete the work in accordance with the plan, specifications, and/or as directed by the Engineer. 3. Intent — Complete installation of an 8,000 gallon gas tank as per the Construction drawings. The Contractor must also coordinate all necessary permitting/inspections with SCDHS and all local authorities having jurisdiction prior to commencement of any work. ITEM NO. 7 — COMPLETE INSTALLATION OF ABOVEGROUND 8,000 GALLON DIESEL TANK 1 . Method of Measurement - The Contractor shall receive a percentage of the lump sum price for the SCDHS approved installation of a complete 8,000 gallon diesel tank as 0 shown on the Contract Drawings and as approved by the Engineer. 2. Method of Payment- The price bid shall include the costs of concrete work and reinforcement, fine grading, above ground tank delivery cost and installation, all above ground piping, control wiring and alarms, gauges, probes, sensors, vents, spill box, 0 reinstallation of existing fuel management system, connection to fuel management system and all labor, materials and other incidentals necessary to satisfactorily complete the work in accordance with the plan, specifications, and/or as directed by the Engineer. 3. Intent — Complete installation of an 8,000 gallon diesel tank as per the Construction 40 drawings. The Contractor must also coordinate all necessary pennitting/inspections with SCDHS and all local authorities having jurisdiction prior to commencement of any work. DIVISION 1 - Page 10 of 20 • DIVISION 1 e GENERAL REQUIREMENTS ITEM NO.8 — FUEL CANOPY 1. Method of Measurement: The quantity to be paid for under this item shall be the lump • sum price bid for the Fuel Canopy installed as shown on the Contract Drawings and as approved by the Engineer. 2. Method of Payment: The price bid shall include the costs of the fuel canopy, excavation, footings, anchoring to footings, lights and all labor, materials and other incidentals necessary to satisfactorily complete the work in accordance with the plan, specifications, and/or as directed by the Engineer. 3. Intent: Complete installation of a fuel canopy as specified and shown on the construction drawings. 0 ITEM NO.9 — CONCRETE SLABS 1. Method of Measurement: The quantity to be paid for under this item shall be the square foot price bid for Concrete Slabs installed as shown on the Contract Drawings, measured in place and as approved by the Engineer. • 2. Method of Payment: Payment for this item shall be per square foot installed. Work shall include, but not be limited to layout, site preparation, formwork, concrete, testing of concrete cylinders (compressive strength two - 7 and two - 28 day breaks), grading„ labor, equipment and incidentals necessary to satisfactorily complete the work according to the • plans, specifications and/or as directed by the Engineer. 3. Intent: The contractor shall provide and install Concrete Slabs as shown on the Construction Drawings. • ITEM NO. 10 - CONCRETE CURB 1. Method of Measurement: The Contractor shall receive the linear foot unit price for the concrete curbing installed as shown on the Contract Drawings, measured in place and as approved by the Owner. • 2. Method of Payment: Payment for this item shall be per linear foot installed. All costs associated with stakeout, site preparation, formwork, concrete, testing of concrete cylinders (compressive strength two - 7 and two - 28 day breaks), grading, labor, equipment and incidentals necessary to satisfactorily complete the work according to the plans, specifications and/or as directed by the Owner shall be included in the unit price bid for this Item. 3. Intent: The Contractor shall provide and install Concrete Curbing as shown on the Construction Drawings. n DIVISION 1 - Page 1 I of 20 9 DIVISION 1 - GENERAL REOUIREMENTS ITEM NO. 11— CONCRETE PAVEMENT 1. Method of Measurement: The Contractor shall receive the square foot unit price for the concrete pavement installed as shown on the Contract Drawings, measured in place and • as approved by the Engineer. 2. Method of Payment: Payment for this item shall be per square foot installed. All costs associated with stakeout, site preparation, formwork, concrete, testing of concrete cylinders (compressive strength two - 7 and two - 28 day breaks), grading, labor, • equipment and incidentals necessary to satisfactorily complete the work according to the plans, specifications and/or as directed by the Owner shall be included in the unit price bid for this Item. 3. Intent: The Contractor shall provide and install Concrete Pavement as shown on the Construction Drawings. ITEM NO. 12 — FULL DEPTH RCA PAVEMENT 1. Method of Measurement: The Contractor shall receive the square foot unit price for the full depth RCA installed as shown on the Contract Drawings, measured in place and as approved by the Engineer. 2. Method of Payment: Payment for this item shall be per square foot installed. The unit cost per square foot for this item shall include all labor, materials and equipment associated with the installation of RCA above the compacted sub -grade. The quantity to be paid under this item shall be determined by field measurement. The Contractor is not to install or to be compensated for any RCA installed beyond the dimensions as shown on the contract drawings unless authorized by the Town or their Duly Authorized Representative. The work associated with this item shall include but not be limited to the following; • Construction survey and layout for the purpose of establishing proposed horizontal and vertical control. • Grading of the sub -grade elevation for the purpose of meeting the final grading plan for the project. • Compaction of existing undisturbed soil base. • • Installation of RCA as details and specified. 3. Intent: The Contractor shall provide and install full depth RCA pavement as shown on the Construction Drawings. ITEM NO 13 — FULL DEPTH ASPHALT PAVEMENT I. Method of Measurement: the Contractor shall receive the unit bid price for each square foot of full depth asphalt to the specified thickness, after rolling, installed and measured by survey and supported by scaled material tickets at the finished asphalt surface as shown on the attached pavement schedule and/or project specific documents furnished by DIVISION 1 - Page 12 of 20 • C i the Owner. DIVISION 1- GENERAL REQUIREMENTS • 2. Method of Payment: All costs associated with stakeout, grading, compaction, subbase preparation, RCA, asphalt, tack -coating, transitions, all labor, materials, equipment and incidentals necessary to satisfactorily complete the work according to the plans, specifications and/or as directed by the Engineer shall be included in the unit price bid for this Item. 3. Intent: This item is to include all materials, equipment and incidentals necessary to install asphalt in accordance with the contract plans and as described in the contract specifications. ITEM NO. 13 — DISPENSER ISLAND 1. Method of Measurement: The quantity to be paid for under this item shall be the lump sum price bid for the Dispenser Island installed as shown on the Contract Drawings, measured in place and as approved by the Engineer. • 2. Method of Payment: The price bid shall include the costs of the fuel dispensers, concrete island, fittings, sumps, double wall FRP piping, reinstallation of the FuelMaster Pro 3500 fuel management unit (Contractor shall have the FuelMaster Pro 3500 reinstallation certified by a Syn -Tech representative - 800.888.9136 to verify proper installation) and all labor, materials and other incidentals necessary to satisfactorily complete the work in accordance with the plan, specifications, and/or as directed by the Engineer. • 3. Intent: Complete installation of a dispenser island as specified and shown on the construction drawings. Reconnection of the fuel management system requires inspection and sign -off from a Syn -Tech representative. ITEM NO. 14 — UTILITY BUILDING W/ CONCRETE SLAB & FOOTINGS 1. Method of Measurement: The quantity to be paid for under this item shall be the lump sum price bid for the Utility Building installed as shown on the Contract Drawings, • measured in place and as approved by the Engineer. 2. Method of Payment: The lump sum cost for this item shall include all labor, materials, equipment and incidentals associated with the delivery to the site and the installation of the proposed 10' x 12' prefabricated utility building on a reinforced concrete foundation and slab on grade as specified in the Contract drawings and Specifications, and /or as directed by the Engineer. 3. Intent: Complete installation of the Utility Building as specified and shown on the construction drawings. C DIVISION l - Page 13 of 20 0 DIVISION 1 - GENERAL REQUIREMENTS ITEM 15 — CONCRETE SOUND WALL & FOOTING C 1. Method of Measurement: The Contractor shall receive the linear foot price for the • concrete sound wall and footing installed as specified and as shown on the contract drawings. 2. Method of Payment: Payment for this item shall be per linear foot. Compensation under this work item shall be made separately and based upon the completion of the work by percentage. All costs associated with the new concrete wall including but not limited to, labor, equipment, form work, reinforcement, materials and incidentals necessary to satisfactorily complete the work according to the plans, specifications and/or as directed by the Engineer shall be included in the price bid for this Item. 3. Intent: The Contractor shall install the new concrete sound wall and footing as specified and shown on the Construction Drawings. ITEM 16 — NEW GAS SERVICE & 250KW NATURAL GAS GENERATOR 1. Method of Measurement: The Contractor shall receive the lump sum payment for the gas • service & 250KW Natural Gas Generator measured in place, tested and accepted in accordance with the specifications and drawings. 2. Method of Payment: Payment for this item shall be lump sum. Compensation under this work item shall be made separately and based upon the completion of the work by percentage. This price shall constitute full compensation for furnishing all labor, materials, tools, and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. The contractor shall be responsible for all coordination with National Grid and any inspection/permits required for the new gas service. This price shall include the installation of the header (manifold) piping, bollards, 250KW natural gas generator and any fittings/connections required to complete the work. 3. Intent: The Contractor shall provide complete, tested and accepted gas service installation and 250KW natural gas generator. • ITEM NO. 17 — NEW ELECTRIC SERVICE 1. Method of Measurement: The quantity to be paid for under this item shall be the lump sum price bid for the New Electric Service installed as shown on the Contract Drawings and as approved by the Engineer. • 2. Method of Payment: The lump sum cost for this item shall include branch circuit wiring, conductors, raceways, conduit, underground electric, breakers, new panel board, building mounted mast, overhead electric, cable and all labor, materials, equipment and incidentals associated with the installation of the proposed electric service as specified in the Contract • drawings and Specifications, and /or as directed by the Engineer. DIVISION 1 - Page 14 of 20 • • DIVISION 1 - GENERAL REQUIREMENTS 3. Intent: Complete installation of the New Electric Service as specified (see Appendix A — Primary Spec Letter), shown on the construction drawings and as per NEC. • ITEM NO. 18 — FIRE SUPPRESSION & SIGNAGE 1. Method of Measurement: The quantity to be paid for under this item shall be the lump sum price bid for the Fire Suppression System installed as shown on the Contract • Drawings and as approved by the Engineer. 2. Method of Payment: The lump sum cost for this item shall include the fire suppression system, permitting, inspections, signage and all labor, materials, equipment and incidentals associated with the installation of The Attendant Gasoline Station Fire Suppression System proposed fire suppression system as specified in the Contract drawings and Specifications, and /or as directed by the Engineer. The contractor shall be responsible for all coordination/inspections with all local authorities having jurisdiction prior to commencement of any work 3. Intent: Complete installation of the fire suppression system as specified, shown on the construction drawings. ADD ALTERNATES Add alternates note: there is no add alternate for general conditions. Any additional bonding, insurance, or costs for general condition items shall be included within the add alternates Alt 1 and Alt 2. ALT 1 — 1,000 GALLON TANK REMOVAL AND SCDHS INSPECTIONS 1 . Method of Measurement - The quantity to be paid for under this item shall be the unit cost per SCDHS approved 1,000 gallon tank removed as shown on the Contract Drawings and as approved by the Engineer. 2. Method of Payment- The price bid shall include the costs of emptying of the tanks, sawcutting, removal of slabs, excavating, safe removal of tank, electrical disconnection, proper disposal of tank, backfilling of the excavation to grade with like soils, and all labor, materials and other incidentals necessary to satisfactorily complete the work in accordance with the plan, specifications, and/or as directed by the Engineer. • 3. Intent Complete removal of the existing 1,000 gallon tank, the Contractor must also coordinate all removals and inspections with SCDHS prior to commencement of any work. DIVISION 1 - Page 15 of 20 0 DIVISION 1 - GENERAL REQUIREMENTS C ALT 2 — 2,500 GALLON TANK REMOVAL AND SCDHS INSPECTIONS 1 . Method of Measurement - The quantity to be paid for under this item shall be the unit cost per SCDHS approved 2,500 gallon tank removed as shown on the Contract Drawings and as approved by the Engineer. 2. Method of Payment- The price bid shall include the costs of emptying of the tank, sawcutting, removal of slab, excavating, safe removal of tank, electrical disconnection, proper disposal of tank, backfilling of the excavation to grade with like soils, and all labor, r materials and other incidentals necessary to satisfactorily complete the work in accordance with the plan, specifications, and/or as directed by the Engineer. 3. Intent — Complete removal of the existing 2,500 gallon tank, the Contractor must also coordinate all removals and inspections with SCDHS prior to commencement of any work. • • • u C DNISION 1 - Page 16 of 20 • DIVISION 1 - GENERAL REQUIREMENTS SECTION 01500 — CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS SCOPE 0 Work shall include but not be limited to the following: A. Temporary Utilities — Electricity, lighting, heat, ventilation, telephone service, water and sanitary facilities. B. Temporary Controls — Barriers, enclosures and fencing, protection of the Work, and water control. C. Construction Facilities — Access roads, parking, progress cleaning, project signage, and temporary buildings. • • • TEMPORARY ELECTRICITY A. All Contractors shall be responsible for providing temporary electric power for all construction activities associated with their contract. TEMPORARY WATER SERVICE A. The Contractor shall provide temporary water service for construction purposes, sanitary facilities, fire protection and for cleaning. B. Potable water shall be furnished for construction personnel by portable containers. TEMPORARY SANITARY FACILITIES A. The Contractor shall provide at the site suitable enclosed toilet facilities for the use of construction personnel. The Contractor shall observe and enforce all sanitary regulations and maintain satisfactory sanitary conditions around and on all parts of the work. B. Adequate washing facility shall be provided for the construction personnel. C. The Contractor shall maintain, service, clean, and disinfect facilities in a satisfactory manner and enforce proper use of the sanitary facilities. D. The Contractor shall be subject to a fine and prosecution if any human excrement is deposited in or around the construction site. i E. The Contractor shall pay for all expenses associated with temporary sanitary facilities during the course of the work, including furnishing all necessary permits and fees required for temporary sanitary facilities. • F. Comply with all applicable codes and arrange for all necessary inspections and DIVISION 1 - Page 17 of 20 0 DIVISION 1- GENERAL REQUIREMENTS • approvals. FIRST-AID FACILITIES AND ACCIDENTS A. First Aid Facilities and Accidents • B. The Contractor shall provide, at the site, such equipment and facilities as are necessary to supply first-aid to any of his personnel who may be injured in connection with the work. C. Accident • 1. The Contractor shall promptly report in writing to the Engineer all accidents and whatsoever arising out of, or in connection with, the performance of the work, whether on or adjacent to the site, which cause death, personal injury or property damage, giving full details and statements of witness. • 2. If death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to both the Owner and the Engineer. 3. If any claim is made by anyone against the Contractor or a Subcontractor on account of any accidents, the Contractor shall promptly report the facts in writing to the Engineer, giving full details of the claim. WATER CONTROL A. Grade site to drain. Maintain excavations free of water. Provide, operate and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. C. Provide temporary control of surface water, stormwater runoff and discharge from pumping in accordance with Contractor's approved soil erosion and sediment control plan. SECURITY A. Provide security and facilities to protect work, and existing facilities, and Owner's operations from unauthorized entry, vandalism or theft. • L B. Coordinate with Owner. • C. Furnish security during the course of the work. ACCESS ROAD A. Maintain roads accessing construction area as shown on the Construction Drawings. DIVISION 1 - Page 18 of 20 C7 • DIVISION I - GENERAL REQUIREMENTS B. Extend and relocate as work progress requires. Provide detours necessary for unimpeded traffic flow. • C. Provide and maintain access to fire hydrants, free of obstructions. D. Provide means of removing mud from vehicle wheels before entering public and private streets. Clean all mud and debris from construction traffic at no additional expense to the Owner. Comply with all State and Local regulations. • E. Designated existing on-site roads may be used for construction traffic, as directed by the Owner and Engineer. Damage to existing site roads as a result of this Contract will be the responsibility of the Contractor. • PARKING • A. The Contractor's personnel shall not park on the main road or adjacent private side streets. B. When space is not adequate, provide additional off-site parking. C. Do not allow vehicle parking on existing pavement. PROGRESS CLEANING A. Maintain areas free of waste materials, debris and rubbish. Maintain site in a clean and orderly condition. B. Remove waste materials, debris and rubbish from site and dispose weekly in areas as • designated by the Owner. REMOVAL OF UTILITIES, FACILITIES AND CONTROLS A. Remove temporary above grade or buried utilities, equipment, facilities, materials, prior to Final Applications for Payment Inspections. • B. Clean and repair damage caused by installation or use of temporary work. C. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified conditions. • • DIVISION 1 - Page 19 of 20 0 DIVISION 1 - GENERAL REQUIREMENTS SECTION 01501— HEALTH AND SAFETY PROVISIONS C REQUIREMENTS A. The Contractor shall be responsible to maintain a safe workplace and to monitor working • conditions at all times during construction and, as necessary, to provide appropriate protective clothing, equipment and facilities for his personnel, and/or to establish work place procedures to ensure their safety, and to enforce the use of these procedures, equipment and/or facilities in accordance wit the following guidelines: 1. Safety and Health Regulations Promulgated by the U.S. Department of Labor OSHA, 29 CFR 1910 — Occupational Safety and Health Standards, and 29 CFR 1926 — Safety and Health Regulations for Construction. 2. U.S. Environmental Protection Agency Medical Monitoring Program Guidelines. B. If, at any time, the Owner or the Engineer is apprised of a safety hazard which demands immediate attention because of its high potential for harm to public travel, persons on or about the work, or public or private property, the owner of the Engineer shall have the right to order such safeguards to be erected and such precautions to be taken as necessary • and the Contractor shall comply with such orders. If, under such circumstances, the Contractor does not or cannot or his representative is not upon the site so that he can be notified immediately of the insufficiency of safety precautions, the Owner may put the work into such a condition that it shall be, in his opinion, in all respects safety, and the Contractor shall pay all expenses of such labor and materials as may have been used for this purpose by him or by the Owner. The fact that the Owner or the Engineer does not observe a safety hazard or does not order the Contractor to take remedial measures shall in no way relieve the Contractor of the entire responsibility for any costs or claims for loss, damage, or injury by or against any part sustained on account of the insufficiency of the safety precautions taken by him or by the Owner acting under authority of this • Section. C. It is the responsibility of the Contractor to take appropriate safety precautions to meet whatever conditions of hazard may be present during the performance of the work, whether reasonably foreseeable or not. The Contractor is alerted to the fact that it shall be his sole responsibility to anticipate and provide such additional safety precautions, facilities, personnel and equipment as shall be necessary to protect life and property from whatsoever conditions of hazard are present or may be present. DIVISION 1 - Page 20 of 20 • GENERAL DIVISION 2 — SITE WORK The work under this Division shall be subject to the requirements of the CONDITIONS OF • CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS, DRAWINGS, SCHEDULES, ADDENDA and other Contract documents. • • • • • • • 0 Refer to the Drawings and Specifications of other trades and Contractors for items which might affect the work under the Division. TABLE OF CONTENTS - DIVISION NO.2 - SITE WORK Included in this Division are the following sections: 02050 Demolition 02200 Site Preparation 02250 Screened Gravel 02320 Unclassified Excavation & Grading 02722 Concrete Pavement Subbase Preparation 02723 Recycled Portland Cement Concrete Aggregate Base Course 02740 Asphaltic Concrete Pavement 02760 Pavement Markings 02772 Concrete Curb DIVISION 2 - Page 1 of 14 DIVISION 2 — SITE WORK • SECTION 02050 - DEMOLITION DESCRIPTION Under this Section, the Contractor shall supply all labor, materials, equipment and incidentals • necessary to complete the Demolition work and Debris removal as specified herein, shown on the Contract Drawings and/or as directed by the Engineer. INTENT The intent of the section titled "Demolition" is to properly identify all existing site features and to appropriately define the removal, disposal and salvage activity associated with each feature. The Contractor shall execute the demolition activity in accordance with all of the sections of this specification. SCOPE In general, the work to be done shall include but not be limited to the following: A. Sawcutting B. Debris removal • C. Concrete removal DEMOLITION DESCRIPTION AND DETAILS A. The Contractor shall completely remove all paving, asphalt, concrete and debris to allow for the proposed construction as shown on the Contract Drawings and directed by the Engineer. All materials and debris to be demolished shall be removed and disposed of off site. B. The Contractor shall exercise extreme care NOT to damage the existing structures and surfaces which are to remain. The Contractor shall remove from the site all cut-offs and • demolished materials and replace remaining voids and previously occupied spaces with suitable granular fill material properly compacted in place. C. Off-site disposal for all demolished material and debris shall be at a facility approved by the New York State Department of Environmental Conservation. All costs, permits, etc., for proper disposal shall be borne by the Contractor. D. Saw cutting shall be performed by a mechanically driven wet saw and saw blade shall be able to cut full depth through the pavement in one pass. E. All work shall conform to the requirements of the Suffolk County Department of Health Services. END OF SECTION 02050 — DEMOLITION DIVISION 2 - Page 2 of 14 • 0 DIVISION 2 — SITE WORK • SECTION 02200 - SITE PREPARATION WORK INCLUDED The Contractor shall furnish labor, materials, equipment and appurtenances necessary or required to perform and complete all work including, but not limited to the following: A. Location and Stakeout B. Clearing, removing and the legal disposal of all debris and miscellaneous structures not covered under other sections of these Specifications. C. The Contractor shall do all stakeout, layout, and elevations necessary to perform the intended construction. Surveying shall be performed by a Licensed Land Surveyor acceptable to the • Engineer. All instruments, equipment, stakes and any other material necessary to perform this work satisfactorily shall be provided by the Contractor and approved by the Engineer. D. The contractor shall protect all drainage structures with filter fabric during construction • QUALITY ASSURANCE A. Location and stakeout work shall be performed by a Professional Engineer or Land Surveyor duly licensed in the State of New York. B. The Contractor shall, at their own expense, secure and pay for all permits, inspections, fees and give all legal notices that may be required in connection with the work, including the notification of owners of existing subsurface gas and other utility lines. INSPECTION A. The Contractor shall visit and thoroughly familiarize themselves with the site and with the scope of work to be done. B. When the Contractor submits their proposal, it shall be interpreted to mean that he has examined the site, fully understands the existing and proposed conditions and has made due allowances for them in their proposal. PREPARATION A. Notification of utility companies shall be in accordance with Industrial Code Rule #53 of 40 Title 12, of the Official Compilation of Codes, Rules and Regulations of the State of New York. B. Notify all utility companies, prior to start of work and ascertain location of all existing utilities. • DIVISION 2 - Page 3 of 14 0 DIVISION 2 — SITE WORK • C. Exercise extreme caution in the area of existing utilities so as not to cause damage or breakage. D. The Contractor shall verify all elevations and satisfy themselves as to their correctness by visiting the site of the proposed work and examining the actual condition prior to the beginning of the work. PERFORMANCE A. The Contractor shall exercise diligent care to protect existing trees, shrubs and under -growth • not to be removed and shall replace at his own expense any such existing plants, trees, shrubs or other plant material removed, destroyed, disfigured or damaged because of his negligence with similar planting approved by the Engineer. B. All wood and brush shall be legally disposed of by the Contractor at their own expense. • ADJUST AND CLEAN The Contractor shall clean up and remove from the site all rubbish and surplus material as fast as it accumulates and shall not permit it to be scattered about the project site. • PROTECTION OF EXISTING VEGETATION A. Top soil cover over root systems of existing trees and shrubs shall be minimized and never exceed 6 inches in depth. • B. Trenching across tree root systems should be a minimum distance to the tree diameter in inches, converted to feet, from the tree trunk. (e.g. 10 inch caliper tree shall have a minimum of 10 feet distance between trunk and trench.) Tunnels under the root system should start 18 inches or deeper below existing grade. Tree roots which must be severed should be cut • clean. Backfill material around roots shall be topsoil. C. Construct sturdy fences, wood or steel barriers, or other protective devices surrounding valuable vegetation from construction equipment. Place barriers far enough from tree so that all equipment such as backhoes and dump trucks do not contact tree trunk or branches. • D. Trees shall be protected from grade to the lowest branch or 8' above grade, whichever is lowest. E. Material shall only be stockpiled in locations approved by the Engineer. No equipment shall be parked or repaired, and no oil, gasoline, concrete or other debris shall be dumped near • trees and shrubs to remain. At the end of each workday, all debris shall be removed and disposed of off-site. F. Obstructive and broken branches should be pruned properly. The 3 cut method should be used on all branches larger than two inches at the cut. The branch collar on all branches DIVISION 2 - Page 4 of 14 u DIVISION 2 — SITE WORK C7 whether living or dead should not be damaged. First cut the underside of the branch partly through 6 inches or more from tree. Cut through the branch 2 inches or further out from trunk. The final cut should be made by placing the shears or saw in front of the branch bark • ridge and cutting downward and slightly outward. Do not paint the wounds. G. Any trees damaged during construction shall be repaired by an approved tree surgeon. Any tree erroneously removed or damaged beyond satisfactory repair shall be replaced with the same species, 6 inches in caliper, which shall be balled, burlapped and platformed and planted at the direction of the Engineer. • H. Where cuts expose or affect root systems of trees, the exposed roots shall be cut off cleanly and such areas shall be backfilled with topsoil as soon as practicable and shall be watered and protected from further damage. • END OF SECTION 02200 - SITE PREPARATION • • U., • • • DIVISION 2 - Page 5 of 14 • DIVISION 2 — SITE WORK • 02250 - SCREENED GRAVEL DESCRIPTION Under this Item the Contractor shall furnish all labor, materials, equipment and incidentals • necessary to furnish and place screened gravel (pea gravel) in accordance with the Contract Plans, Specifications and as directed by the Engineer. Screened gravel shall be used in the construction of the fuel distribution system as shown on the plans. SUBMITTALS • The Contractor shall submit to the Engineer a list of potential off-site borrow area locations and material samples for approval. A 10 lb sample is required for each different type of material used at the site, every time that supply source is changed or every time that the material quality from the same source is changed. • No material will be allowed to the site unless laboratory analysis indicates that the soil meets the materials specifications as approved by the Engineer. The supplier(s) of the screened gravel shall submit certification that the material conforms to the Specifications and ASTM -C33 prior to delivery to the site. MATERIALS Screened gravel (pea gravel) shall be brought from clean offsite sources. The material shall be • clean naturally rounded aggregate, free from angular rocks, organic substances and other deleterious matter and conform to the following ASTM C-33 requirement: • Gradation (size # 4): • Sieve Size Percent Passing by Weight %z" 100 3/8" 85-100 #4 10-30 • #8 0 to 10 #16 0 to 15 END OF SECTION 02250 — SCREENED GRAVEL • DIVISION 2 - Page 6 of 14 • 0 DIVISION 2 — SITE WORK • SECTION 02320 - UNCLASSIFIED EXCAVATION AND GRADING CLASSIFICATION • Classification of excavation: Excavation shall be unclassified, and the term "unclassified excavation" shall be understood to mean any and all materials encountered during excavation work including structures, pavement, trees and stumps, earth, piping, demolition, drainage systems, etc. • GENERAL SITE EXCAVATION A. The Contractor shall cut to exact elevations, grade and transport excavated materials to fill areas of the site if the material conforms to the specifications and/or as approved by the Engineer. Material, which is unacceptable to the Engineer, shall be disposed of at the Contractor's expense. B. Unstable soil shall be removed and replaced with suitable material approved by the Engineer and shall be thoroughly compacted. • C. The Contractor shall maintain the site in a stable condition minimizing the occurrence of erosion, flooding or ponding, water runoff to adjacent sites and roadways, soil movement, and sediment accumulation D. The Contractor shall establish a construction grid for the areas of proposed excavation a grading to establish all stakeout, layout, and elevations necessary to perform the intended construction. Surveying shall be performed by a Licensed Land Surveyor acceptable to the Engineer. All instruments, equipment, stakes and any other material necessary to perform this work satisfactorily shall be provided by the Contractor and approved by the Engineer. • EXCAVATION FOR PIPES AND CONDUIT Trench excavation to depths and widths as indicated on the contract drawings and or as directed by the Engineer. • EXCAVATION FOR PIPES & STORMWATER STRUCTURES Excavation to depths and widths as indicated on the contract drawings and or as necessary for installation of the precast concrete structures and associated piping. • END OF SECTION 02320 - UNCLASSIFIED EXCAVATION AND GRADING C7 DIVISION 2 - Page 7 of 14 • DIVISION 2 — SITE WORK r: SECTION 02722 —CONCRETE PAVEMENT SUBBASE PREP. WORK INCLUDED The work shall include stripping and removing unsuitable materials, performing cut operations, fill • and adjusting existing castings to proposed grade and fine grading the surface to construct a subbase for the proposed curbing, concrete pavement in accordance with the plans, specifications and/or as directed by the Engineer. CONSTRUCTION DETAILS A. In the area that will receive pavement, the Contractor shall strip, remove and dispose of, all asphalt, concrete and unsuitable material containing organic matter, such as muck, peat, organic silt, topsoil or grass, that is not satisfactory for use for pavement construction. Upon completion of the removal of the unsuitable materials to the satisfaction of the Engineer, the Contractor shall grade the area by cutting and filling as required. Any excess suitable excavated material shall be used for various backfilling operations. No additional payment will be made for re -handling of this material. In the event that during subbase preparation operations additional fill is required to stabilize the subbase and/or to achieve the specified grade, the Engineer will direct the Contractor to import Clean Granular Fill. B. After the cutting and filling operation is completed, the Contractor shall fine grade and properly compact the subbase. The subbase shall be compacted using a minimum 10 -ton roller. The subbase shall be compacted to 90% of maximum density within 3 Optimum percent of moisture content in accordance with ASTM D 1557 Modified Proctor. C. The Engineer will be sole judge in determining if the subbase is acceptable for placement of the Concrete Pavement. The Contractor shall not continue until he has received approval by the Engineer. END OF SECTION 02722 — PAVEMENT SUBBASE PREPARATION DIVISION 2 - Page 8 of 14 C C 0 • • DIVISION 2 — SITE WORK SECTION 02723 — BASE COURSE WORK INCLUDED This work includes furnishing and installing a Recycled Portland Concrete Cement Aggregate (RCA) base course over an approved subgrade to the depth, lines and grades where shown on the plans and/or as directed by the Engineer. • MATERIALS A. The Recycled Portland Cement Aggregate (RCA) material shall conform to the provisions of Item 17304.1011 — Subbase Course, Type 1011, Material A, Recycled Portland Cement Concrete of the New York State Department of Transportation of January 2, 1995. B. The Contractor shall perform and submit laboratory analysis to verify f is material. Test results shall be submitted to the Engineer prior to acceptance of thiscmate al. The cost for all laboratory testing of the material shall be borne by the Contractor. CONSTRUCTION DETAILS • Upon approval of the compacted soil subbase by the Engineer, the Contractor shall furnish, place and compact the recycled concrete aggregate to the specified lines and grades. Tolerance of the compacted RCA base course shall be plus/minus '/ inch. • END OF SECTION 02723 — RECYCLED PORTLAND CEMENT CONCRETE AGGREGATE BASE COURSE • • • DIVISION 2 - Page 9 of 14 0 DIVISION 2 — SITE WORK • SECTION 02740 — ASPHALTIC CONCRETE PAVEMENT WORK INCLUDED A. This work includes furnishing all labor, materials, equipment, and incidentals necessary to construct new asphaltic concrete pavement for the proposed roads arid parking fields in accordance with the plans and specifications and as directed by the Engineer. B. The construction of the asphaltic concrete pavement shall meet the requirements of sections 401, 403, and 407 of the New York State Department of Transportation Standard Specifications of January 2, 1995 as amended except as modified herein REFERENCE STANDARDS In addition to complying with all pertinent codes, regulations, and specifications comply with the referenced or applicable portions of the New York State Department of Transportation Standard Specifications of January 2, 1995. MATERIALS A. Tack Coat — The bituminous tack coat shall meet all requirements the New York State • Department of Transportation Standard Specifications of January 2, 1995 for Item 407.01 Tack Coat. B. Asphalt Concrete -Type 3 Binder Course — The asphalt concrete binder course shall meet • all requirements the New York State Department of Transportation Standard Specifications of January 2, 1995 for Item 403.13 Asphalt Concrete -Type 3 Binder Course. C. Asphalt Concrete -Type 6F Top Course-- The asphalt concrete top course shall meet all requirements the New York State Department of Transportation Standard Specifications of January 2, 1995 for Item 407.17 Asphalt Concrete -Type 6F Top Course (High Friction) Marshall Design. INSTALLATION • A. All Construction Details requirements of the New York State Department of Transportation Standard Specifications of January 2, 1995 shall apply except as herein modified. B. No asphalt concrete courses shall be place prior to Engineer's acceptance of the base 0 course. C. Tack coat shall be applied to curb faces abutting proposed asphalt concrete pavement immediately prior to placement of the new pavement. DIVISION 2 - Page 10 of 14 • 0 n DIVISION 2 — SITE WORK D. Existing asphalt placement to be resurfaced shall be machine swept by the Contractor prior to the placement of the new pavement. It shall be the Contractor's responsibility to insure • that the pavement is thoroughly clean, free of all mud, dust and other loose material, and to the satisfaction of the Engineer, immediately prior to the application of the bituminous mixture. All loose material shall be removed with power operated sweepers and/or hand brooms as may be required and trucked from the construction site to the disposal areas approved by the Engineer. Immediately prior to asphalt resurfacing the Contractor shall apply a tack coat over the existing asphalt pavement. • E. The asphalt concrete courses shall each be laid down in one lift, to the compacted depth, as shown on the plans. • END OF SECTION 02740 — ASPHALTIC CONCRETE PAVEMENT • • • • • • DIVISION 2 - Page I 1 of 14 0 DIVISION 2 — SITE WORK SECTION 02760 — PAVEMENT MARKINGS QUALITY ASSURANCE A. Regulatory Requirements: Chapter III of Title 6 of the official compilation of Codes, Rules and Regulations of the State of New York (Title 6 NYCRR), Part 205 Architectural Surface Coatings. • • B. Certification: Affidavit by the paint applicator, certifying that the materials comply with • the current regulatory requirements in effect at the time products were delivered and applied. PROJECT CONDITIONS E A. Perform the painting operations after working hours, on weekends or at such time so as not to interfere with the flow of traffic. Provide temporary barriers to prevent vehicles from driving over newly painted areas. B. Apply paint on dry pavement surface, when the air temperature is above 40 degrees F. • MATERIALS Paint: DOT Section 640-2, yellow, blue or white as indicated or if not indicated as directed. • PREPARATION A. Remove dust, dirt, and other foreign material detrimental to paint adhesion. B. Mark layout of stripes and lines with chalk or paint. • APPLYING PAVEMENT MARKING Apply paint in accordance with DOT Section 640-3.02. END OF SECTION 02760 — PAVEMENT MARKINGS • r� 17, DIVISION 2 - Page 12 of 14 • ` DIVISION 2 — SITE WORK SECTION 02772 — CONCRETE CURB . WORK INCLUDED • A. Under this Item, the Contractor shall construct a conventionally fonned concrete curb in accordance with the Details, Specifications and/or as directed by the Engineer. B. The construction of the concrete curbs shall meet the requirements of the New York State Department of Transportation Standard Specifications of January 2, 2002, as amended for Section 609 Conventionally Formed or Machine Formed Concrete Curb except as herein modified. MATERIALS A. The materials shall meet the requirements of the following subsections of Section 700 - Material: Portland Cement 701-01 Fine Aggregates 703-01 Coarse Aggregates 703-02 Premolded Resilient Joint Filler 705-07 Wire Fabric For Concrete Reinforcement 709-02 Polyethylene Curing Covers 711-04 Water 712-01 • B. The material requirements and composition shall comply with the Specifications for Class "A" concrete in Section 501 - Portland Cement Concrete - General. Concrete shall be proportioned in accordance with the aggregate weights specified for Class "A" concrete in Table 501-3, Concrete Mixtures. C. The concrete cement shall have a minimum compressive strength of 3,500 psi at 28 days. CONSTRUCTION DETAILS A. The curb shall be conventionally formed to the size and shape shown on the Details or as directed by the Engineer. B. Curbs shall not be poured monolithically with the sidewalk unless otherwise directed by the Engineer. C. Casting Segments - Curb shall be cast in segments having a uniform length of approximately 20 feet. Segments shall be separated by contraction scoring. Contraction scoring shall be 1/4" wide x 1 " deep - "V" shaped. db D. Expansion Joints - Expansion joints 3/4 inch in width shall be formed with "Premolded Resilient Joint Filler", Section 705-07 placed at twenty (20) foot intervals as shown on the DIVISION 2 - Page 13 of 14 18 DIVISION 2 — SITE WORK Plans and specified by the Engineer. The filler material shall be cut 1/4" below top of the curb. E. Forms - Forms shall be steel or wood, straight, free from warp, and of such construction that there will be no interference to inspection for grade or alignment. All forms shall extend for the full curb depth and shall be braced and secured adequately so that no displacement from alignment will occur during placing of concrete. C: F. Handling and Placing Concrete - Concrete shall be placed in the forms in accordance with • the applicable requirements of Section 555-3.04 and shall be compacted with an approved, immersion type mechanical vibrator. The vibrator shall be of the size and weight capable of thoroughly vibrating the entire mass without damaging or misaligning the forms and shall be approved by the Engineer. Forms shall be left in place for 24 -hours or until the concrete has sufficiently hardened, as determined by the Engineer, so that they can be removed without • injury to the curb. Upon removal of the forms, the exposed faces of the curb shall be immediately rubbed to a uniform surface. Rubbing shall be accomplished by competent finishers. No plastering will be permitted. G. Concrete Curing - Curing of the curb shall comply with the requirements of Section 502- • 3.11, Curing. Minimum curing periods for the various types of curing materials used shall comply with the requirements of Table 502-3. H. Protection - The Contractor shall keep the curb clean, aligned and protected from damage until final acceptance of the work. Any curb damaged prior to the final acceptance of the work shall be repaired or replaced at the Contractor's expense. END OF SECTION 02772 — CONCRETE CURB • C C-] DIVISION 2 - Page 14 of 14 • DIVISION 3 - CONCRETE (_FNF.R A1. The work under this Division shall be subject to the requirements of the CONDITIONS OF CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS, DRAWINGS, SCHEDULES, ADDENDA, and other Contract documents. Refer to the Drawings and Specifications of other trades and contractors for items which might • affect the work under this Division. TABLE OF CONTENTS - DIVISION NO.3 - CONCRETE • Included in this Division are the following sections: 03100 - Concrete Form Work 03200 - Concrete Reinforcement 03300 - Cast -In -Place Concrete J • • • J • DIVISION 3 — Page 1 of 8 • DIVISION 3 - CONCRETE SECTION 03100 - CONCRETE FORM WORK SCOPE A. The work under this heading shall consist of furnishing all labor, materials, equipment and appliances necessary or required to perform and complete all concrete form work, including but not limited to the following: is • 1. Forms and centering. 2. All forms required for the work in this Section. 3. Setting and building of all anchors, inserts, hangers, supports, ties, frames, bolts, sockets, sleeves, lintels, etc., required to be built into concrete work, except where otherwise specified. • FORMS. CENTERING AND FORM WORK AFFECTING WORKMANSHIP A. Forms shall conform to the lines, dimensions and shapes of concrete indicated on the Drawings, for the members for which they are provided. They shall be tight to prevent any possibility of movement after concrete is poured and shall insure safety to workmen and the • public. B. On concrete exposed to view, metal ties where used shall be detached 1 -inch back from surface of exposed side and holes filled with cement mortar and rubbed immediately after removal of forms. • C. Forms for concrete work shall be plywood or composite of smooth line construction, that will produce straight, dense surface free from honeycombs, bulges and depressions. D. If any material is used to coat formwork to facilitate its removal, this material shall be of • such nature as not to stain or injure the concrete or cause injury to finish to be applied on exposed surfaces on concrete. Forms shall be thoroughly cleaned before reusing. E. All wood form work, including that used in void spaces, pockets and other similar places, shall be removed. • F. Forms shall not be disturbed until the concrete has adequately hardened. Care shall be taken to avoid spalling concrete surface. WORK IN CONNECTION WITH OTHER SECTIONS AND/OR CONTRACTS • A. Box out for pipes as directed and fill up to pipe sleeves with concrete after same are in place. B. Build in anchors, inserts or slots as required for proper anchorage. DIVISION 3 — Page 2 of 8 • • DIVISION 3 - CONCRETE • C. Set in concrete all sleeves furnished under other sections or contracts, in proper alignment and location. D. Cooperate with other trades. E. Build in concrete all forms furnished by other trades and required to be built into concrete. • END OF SECTION 03100 - CONCRETE FORM WORK • • i • • • • DIVISION 3 — Page 3 of 8 • DIVISION 3 - CONCRETE SECTION 03200 - CONCRETE REINFORCEMENT • SCOPE The work under this heading shall consist of furnishing all labor, materials, equipment and • appliances necessary or required to perform and complete all concrete reinforcing. SHOP DRAWINGS A. Complete and accurate shop drawings shall be submitted to the Engineer for review before any • work is executed. Drawings shall show framing plans, details, bending diagrams, sizes and spacing of members, relationship to contiguous work, scale elevations of all reinforced concrete walls, and all other pertinent information. Details shall be carried out in accordance with the A.C.I. rules. B. Contractor shall submit one black and white print and one reproducible with each submission. • Cost of all prints required from the reproducible, including prints required by the Engineer, shall be borne by this Contractor. MATERIALS A. Deformed reinforced steel shall conform to SPECIFICATIONS FOR NEW BILLET -STEEL BARS FOR CONCRETE REINFORCEMENT, ASTM A-615, GRADE 60. B. Deformations on deformed bars shall conform to SPECIFICATIONS FOR DEFORMATIONS OF DEFORMED STEEL BARS FOR CONCRETE REINFORCEMENT, ASTM A-305. C. Welded wire fabric shall comply with ASTM A-185. PLACING OF REINFORCEMENT A. Metal supports, ties and spacers for reinforcement shall be rustproof of proper size, and strength • to ensure against displacement during pouring operations. For structural slabs placed on ground, provide legs of slab bolsters and continuous high chairs with continuous plates. B. All reinforcement shall be bent cold. Minimum radius of bend shall be four diameters for bars 5/8 inch round or less, and six diameters for larger bars. • C. At intersections, rods shall be securely wired together. D. Contractor shall exercise extreme care to prevent discoloration of exposed concrete surfaces by reinforcement. • E. All reinforcement shall be inspected in the forms before concreting starts by the Engineer. Contractor shall notify the Engineer at least 24 hours prior to any pour. END OF SECTION 03200 CONCRETE REINFORCEMENT • DIVISION 3 — Page 4 of 8 • 0 DIVISION 3 - CONCRETE SECTION 03300 - CAST -IN-PLACE CONCRETE 0 REFERENCES Except as shown or specified otherwise, the Work of this Section shall conform to the requirements of Specifications for Structural Concrete for Buildings ACI 301-89 of the American Concrete Institute. 0 QUALITY ASSURANCE Concrete batching plant shall be currently approved as a concrete supplier by the New York State Department of Transportation. 0 PROPORTIONING (Amendments to ACI 301, Chapter 3): • A. Compressive Strength: Minimum 3500 psi, unless shown or specified otherwise, Minimum 4000 psi for structural footings, foundations, floor slabs, exterior slabs, and retaining walls. B. Weight: Normal weight as indicated, Lightweight Concrete (for floor fills): Air-dry unit weight between 95 and 115 lb/cu ft. C. Durability: 1. Concrete shall be air -entrained. Design air content shall be 6 percent by volume, with an allowable tolerance of plus or minus 1.5 percent for total air content. Entrained air shall be provided by use of an approved air -entraining admixture. Air -entrained cement shall not be used. D. Slump: 1. 3500 psi Normal Weight Concrete: Between 2 inches and 3 inches. 2. 4000 psi Normal Weight Concrete: Between 2 inches and 3 inches. 3. Lightweight Concrete: Between 1 inch and 4 inches. • E. Admixtures: Do not use admixtures in concrete unless specified or approved in writing by the Engineer. F. Selection of Proportions: Concrete proportions shall be established on the basis of previous field experience or laboratory trial batches, unless otherwise approved in writing by the Engineer. Proportion mix with a minimum cement content of 588 pounds per cubic yard for 3500 psi concrete and 611 pounds per cubic yard for 4000 psi concrete. REINFORCEMENT (Amendments to ACI 301, Chapter 5): • A. Bar Reinforcement: ASTM A 615, Grade 60, deformed steel bars. DIVISION 3 — Page 5 of 8 0 DIVISION 3 - CONCRETE B. Fabric Reinforcement: ASTM A 185, welded wire fabric, fabricated into flat sheets unless otherwise indicated. E C. Bar Supports: Galvanized steel or AISI Type 430 stainless steel, and without plastic tips. 0 D. Tie Wire: Black annealed wire, 16-1/2 gage or heavier. PRODUCTION (Amendments to ACI 301, Chapter 7) t A. Provide ready -mixed concrete, either central -mixed or truck -mixed. EXAMINATION AND PREPARATION A. Do not use items of aluminum for mixing, chuting, conveying, forming or finishing i concrete, except magnesium alloy tools may be used for finishing. B. Keep excavations free of water. Do not deposit concrete in water. C. Hardened concrete, reinforcement, forms, and earth which will be in contact with fresh concrete shall be free from frost at the time of concrete placement. D. Prior to placement of concrete, remove all hardened concrete spillage and foreign materials from the space to be occupied by the concrete. FORMWORK (Amendments to ACI 301, Chapter 4) • A. Chamfer all exposed external corners of concrete. PLACING REINFORCEMENT (Amendments to ACI 301, Chapter 5) A. At the time concrete is placed, reinforcement shall be free of mud, oil, loose rust, loose mill scale, and other materials or coatings that may adversely affect or reduce the bond. PLACING CONCRETE (Amendments to ACI 301, Chapter 8) • A. Operation of truck mixers and agitators and discharge limitations shall conform to the requirements of ASTM C 94. B. Do not allow concrete to free fall more than 4 feet. .-A 0 DIVISION 3 — Page 6 of 8 DIVISION 3 - CONCRETE FINISHING FORMED SURFACES (Amendments to ACI 301, Chapter 10) • A. Finish Schedule: Except where indicated otherwise on the Drawings, provide the finishes below: 1. Rough Form Finish for concrete surfaces not exposed to view. 2. Smooth Form Finish for concrete surfaces exposed to view. 3. Smooth Rubbed Finish for exterior concrete surfaces exposed to view. • FINISHING SLABS (Amendments to ACI 301, Chapter 11) A. Slabs On Grade: Provide key type joints unless otherwise shown. Tool exposed joints. • B. Finish Schedule: Except where indicated otherwise on the Drawings, provide the finishes below: 1. Floated Finish for: a. Slabs and fill over which waterproofing, roofing, vapor barrier, insulation, terrazzo, or resin bound flooring is required. • 2. Broom Finish for exterior slabs. Texture as approved by the Engineer. C. Finishing, General: Provide monolithic finishes on concrete floors and slabs without the addition of mortar or other filler material. Finish surfaces in true planes, true to line, with particular care taken during screeding to maintain an excess of concrete in front of the screed so as to prevent low spots. Screed and darby concrete to true planes while plastic and before free water rises to the surface. Do not perform finishing operations during the time free water (bleeding) is on the surface. • CURING AND PROTECTION (Amendments to ACI 301, Chapter 12) • A. Maintain concrete surfaces in a moist condition for at least 7 days after placing, except where otherwise indicated. For surfaces of exterior slabs (on grade), apply chemical curing and anti-spalling compound in accordance with the recommendations of the manufacturer. FIELD QUALITY CONTROL (Amendments to ACI 301, Chapter 16) A. The Contractor shall make available to the Engineer a maximum of (2) two test cylinders per 50 cubic yards of concrete delivered to the site from the same production source, if the production source changes the contractor will be responsible for (2) two test cylinders per truck load, for testing as determined by the Engineer. One sample shall be taken at the start of the pour and the second at the end of the pour. The contractor will be responsible for all shipping and testing of the concrete cylinders. • B. The Contractor shall be responsible for furnishing the Engineer with the test results of each concrete test cylinder tested at 7 and 28 days for each batch sampled. DIVISION 3 — Page 7 of 8 0 DIVISION 3 - CONCRETE LABORATORY TESTS • All laboratory costs in establishing and checking of the design mix as well as testing of all cylinders . shall be borne by the Contractor. END OF SECTION 03300 - CAST -IN-PLACE CONCRETE • • n n u C • 0 DIVISION 3 — Page 8 of 8 7 0 GENERAL DIVISION 5 — METALS The work under this Division shall be subject to the requirements of the CONDITIONS OF CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS, DRAWINGS, SCHEDULES, ADDENDA, and other Contract documents. Refer to the Drawings and Specifications of other trades and contractors for items which might affect the work under this Division. • TABLE OF CONTENTS - DIVISION NO. 5- METALS Included in this Division are the following sections: 05503 - Concrete Filled Bollards 0 • t� 0 0 0 DIVISION 5 — Page 1 of 2 DIVISION 5 — METALS SECTION 05503 - CONCRETE FILLED BOLLARDS GENERAL 0 A. Bollards shall be of schedule 40 steel pipes. The steel pipe shall be 6" in diameter. B. Bollards shall be adequately backfilled, tamped and set so as to provide a neat, level and plumb appearance. 0 C. Bollards shall be installed in the locations shown and as detailed in the Contract Drawings. D. Bollards shall be filled with 3,500psi concrete as per Division 3 of the specifications. E. Bollards shall be painted as per the contract drawings. END SECTION 05503 - CONCRETE FILLED BOLLARDS A M u • Ej DIVISION 5 — Page 2 of 2 0 DIVISION 13 - SPECIAL CONSTRUCTION • GENERAL The work under this Division shall be subject to the requirements of the CONDITIONS OF CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS, DRAWINGS, SCHEDULES, ADDENDA and other Contract Documents. Refer to the Drawings and Specifications of other trades and Contractors for items which might affect the work under this Division. TABLE OF CONTENTS - DIVISION NO. 13 — SPECIAL CONSTRUCTION Included in this Division are the following sections: 13140 Prefabricated Precast Concrete Utility Building 13411 Aboveground Vault Tank 13412 Gasoline Spill Box 13413 Diesel Spill Box 13420 Removal of Aboveground Storage Tank 13850 Leak Detection & Alarm System 13851 Fuel Management System (Existing System - For Reference Purposes Only) 13852 Fuel Canopy 13971 Dry Chemical Extinguishing System 13972 Fuel Dispensing Facilities • 41 4 9 0 DIVISION 13 - Page 1 of 42 0 DIVISION 13 - SPECIAL CONSTRUCTION 0 SECTION 13140 - PREFABRICATED PRECAST CONCRETE UTILITY BUILDING DESCRIPTION C: The Contractor shall furnish the pre -cast concrete transportable building (Utility Building) as shown on the plans. The Contractor shall also provide all labor, equipment and materials necessary to deliver, unload, set in place, secure to the foundation and satisfactorily install the agreed upon prefabricated building in the location shown on the contract drawings and as approved by the Architect / Engineer. • The precast concrete utility building shall include but not be limited to the following: 1. Interior surface finishes and coatings. 2. Exterior finishes. 3. FRP doors and aluminum frames with continuous piano hinges and hardware. 4. Fasteners, anchors, and supports. 5. Embeds including steel plates, threaded inserts, supports. 6. Embedded ENT conduit, junction boxes and fittings. 7. Electrical panels and wiring. 8. Light fixtures and switches. PERMITTING A. This prefabricated building shall be constructed and installed in accordance with the • requirements of the NYS Building Code and bear the Insignia of Approval by the NYS Secretary of State. B. The Contractor shall be responsible for submitting engineered drawings and calculations to the local Building Department to complete the Building Permit application process. C. The Contractor shall be responsible for providing an original certificate by certified electrical inspector with rough & final inspection dates, the permit # and/or the section - block -lot # entered on the certificate by the issuing company. 0 SUBMITTALS A. Structural design calculations and drawings prepared and sealed by a professional engineer licensed in the State of New York. B. Building geometry drawings. C. Shop Drawings: Show precast concrete module unit plans, elevations and sections, dimensioned layouts and embedded accessories for connection to non -modular construction, including foundations, roof, and adjoining construction, including walls and floors. DIVISION 13 - Page 2 of 42 • 0 DIVISION 13 - SPECIAL CONSTRUCTION • D. Manufacturer's original catalog cut -sheets, published specifications, and installation instructions for each material / accessory specified. E. Samples or brochures illustrating available finish options specified shall be submitted to owner for selections. REFERENCES, CODES & STANDARDS A. ASCE/SEI-7 "Minimum Design Loads for Buildings and Other Structures". B. Building Codes of New York State (current at the time of bid) 0 C. ACI -318, "Building Code Requirements for Structural Concrete". D. Concrete Reinforcing Institute, "Manual of Standard Practice". E. Americans with Disabilities Act 41 F. Fabricator must be producer member of the National Precast Concrete Association (NPCA) and Participate in its Plant Certification Program. G. Building fabricator must have minimum 5 -years of experience manufacturing and setting transportable precast concrete buildings. 0 DESIGN REQUIREMENTS • A. Design Loads: The Contractor shall provide a full set of engineering calculations using design loads as determined by the Building Codes of New York State and the ASCE/SEI 7. Current versions of these codes at the time of bid are to be used. B. Floor panel must have ''/z" step-down around the entire perimeter to prevent water migration into the building along the bottom of wall panels. MATERIALS A. Concrete: 5000 psi minimum 28 -day compressive strength, air -entrained (ASTM -C260) B. Concrete Reinforcement: ASTM A615, grade 60. C. Caulking: All joints between panels shall be caulked on the exterior and interior surface of the joints. Caulking shall be SIKAFLEX-IA elastic sealant or equal. D. Panel Connections: All panels shall be securely fastened together with 3/8" thick steel brackets. Steel is to be of structural quality, hot -rolled carbon complying with ASTM 41 A283, Grade C and zinc rich powder coated after fabrication. All fasteners to be '/2" diameter bolts complying with ASTM A307 for low -carbon steel_ bolts. Cast -in anchors used for panel connections to be Dayton -Superior #F-63, or equal. All inserts for corner DIVISION 13 - Page 3 of 42 0 DIVISION 13 - SPECIAL CONSTRUCTION connections must be fastened directly to form before casting panels. No -floating -in of connection inserts shall be allowed. 0 ACCESSORIES A. Doors and Frames: a. Doors: Special -Lite FRP Flush Doors Series SL -20, Sandstone Textured Finish; web site www.special-lite.com. b. Frames: Special -Lite SL -40, aluminum tube frame with applied stops anchored to the precast walls. B. Door Hardware: 4) a. Hinges: Special -Lite SL -120 continuous hinge b. Lock Set: ANSI Grade 1, high traffic government applications by Corbin Russwin, Schlage or Yale. Must meet ADA requirements. c. Deadbolts: ANSI Grade 1, high traffic government applications by Corbin Russwin, Schlage or Yale. d. Door Closer: Norton 1601 Series w/ Hold open & stop arm function e. Door Sweep: Special -Lite concealed adjustable bottom brush f. Drip Cap: National Guard C. Interior Finishes: a. The interior of the building shall have a smooth steel form finish. The walls, floor and ceiling shall be painted with Sherwin Williams ArmorSeal Tread-Plex color as selected by Owner (1 coat primer + 2 coat finish minimum). Floor paint shall receive an anti -slip additive. b. Metal surfaces (includes interior and exterior) shall receive Sherwin Williams DTM (2 coat minimum) D. Cementitious Siding: • a. James Hardie HardiePlank Lap Siding (or approved equal) with color and texture as selected by Owner. Install as per manufacturer's written instructions. E. Cultured Stone Base: a. Cultured Stone as approved by Owner. The Contractor shall follow manufacturer's installation instructions. All required accessories, trim pieces and incidentals shall be included. DIVISION 13 - Page 4 of 42 !1 • DIVISION 13 - SPECIAL CONSTRUCTION F. Signage: a. Acrylic sheet signage at the door. 0 G. Electrical: a. All work shall meet current NEC Codes and Building Codes of NYS b. All wiring to be in EMT or ENT conduit, concealed where possible, surface 40 mounted where not possible. All wiring run back to the load centers. c. Lighting: as shown on plans. d. Light switch (where applicable): Leviton 20amp commercial grade toggle AC quiet switches H. Wood framed roof: a. Wood framed roof as per the plans with 3/" plywood sheathing, felt paper and Class G, high wind roof shingles and ridge vent. b. All fascias to have a 2x sub fascia with a 5/4" PVC trim (Azek or Versatex) installed as per the manufacturer's published specifications. c. Soffit to be CertainTeed Triple 2" wainscot style invisibly vented vinyl soffit. • d. Ceiling in open areas under roof (outside) to be 6" beaded pvc. e. Roof assembly shall be constructed on site and attached to the concrete roof using anchor bolts and hurricane strapping and fasteners as required by the Building Codes of NYS and the local building department requirements. All hurricane strapping, fasteners and tie downs required shall be included. See plans for details. DELIVERY & INSTALLATION Final pricing shall include freight, necessary rigging material and all other equipment, labor and materials required to unload, set in place, secure on the concrete foundation and satisfactorily install the prefabricated building in the location shown on the contract drawings and as approved by the Engineer. r END OF SECTION 13140 - PREFABRICATED PRECAST CONCRETE UTILITY BUILDING • DIVISION 13 - Page 5 of 42 0 DIVISION 13 - SPECIAL CONSTRUCTION SECTION 13411— ABOVEGROUND VAULT TANK GENERAL TANK DESCRIPTION A. Hoover Vault Tanks are constructed and listed in accordance with Underwriters Laboratories Inc. Standard 2085 for Insulated Secondary Containment Aboveground Tanks for Flammable and Combustible Liquids, Protected Type. This 2 Hour fire rating shall exceed all requirements of The National Fire Protection Association Sections 30 and 30A for "fire resistant" tanks and meet the requirements of The Uniform Fire Code • Articles 52 and 79, Appendix II -F and Appendix Standard A-11-17-1 for "protected" aboveground tanks. B. The standard model Hoover Vault Tank is constructed as a UL 142 listed secondary containment tank, utilizing steel inner and outer tanks. C. All Vault Tank designs are resistant to bullet penetration according to Appendix II -F of the Uniform Fire Code. D. Lightweight concrete surrounds the primary storage tank and shall be UL listed to allow the detection of leaks from the primary tank. E. The tanks shall have Certification from CARB for Phase I and II Vapor Recovery. F. The anchoring tie downs shall be welded to the bottom of the secondary tank and meet • Zone 4 Seismic requirements. G. The tanks must be off-loaded on site with a crane. H. All openings shall be from the top, with threaded NPT risers. C� The Vault Tank to include a Warranty for 30 years, see warranty documents. J. The tank manufacturer shall provide proof of a minimum 10 years of manufacturing vault tanks. PRIMARY STORAGE TANKS A. The standard primary storage tank shall be rectangular in design. It shall be constructed of UL 142 specified steel thickness, with continuous welds. M B. The primary storage tank shall be constructed of optional ASTM A-569 or A-36 carbon steel, or ASTM A-240 type 304 or 316 stainless steel, as required for compatibility of product being stored. C. The primary storage tank shall be constructed and listed in accordance with UL 142 • Standards. DIVISION 13 - Page 6 of 42 C 0 DIVISION 13 - SPECIAL CONSTRUCTION D. The primary tank shall be fitted with: a 4" or 6" Fill Port, a 2" Normal Vent Port, either a 4", 6", 8", or 10" Emergency Vent Port, a 2" Liquid Gauging Port, a 2" Port for Dispensing Pump, a 4" Phase I Vapor Recovery Port, and a 18" manway (for tanks with capacities 5,000 gallons and greater). An optional 15 gallon Spill Containment with Lockable Lid and Drain Port to the primary tank is available. E. The primary tank shall be pressure tested to UL 142 Standard (minimum 3 to maximum 5 psi) at the factory, and shall be field tested by the contractor to a maximum 3 psi. F. The primary steel tank shall be designed to store M85 (methanol), alcohol and petroleum blends. 6 FIRE PROTECTION A. The standard fire protection material shall be lightweight concrete and surround the primary tank. The tank design shall provide a minimum two (2) hour fire rating per UFC Appendix Standard A -II -F (formerly UFC 79-7), and UL 2085 Protected Secondary Containment Tanks. B. The fire protective material shall allow liquid leaking from the primary tank to penetrate the material and communicate with the leak detection tube according to UL 2085 Protected Secondary Containment Tanks. C C. The fire protective material shall be of a monolithic pour, poured at the factory. • D. The fire protective material shall provide a minimum of an R-10 insulating factor. BULLET RESISTANCE A. The fire protected primary tank shall be tested by a qualified engineering firm to be resistant to penetration of the primary tank by a 150 grain, M 2 Bullet, traveling at a velocity of at least 2700 feet per second, when fired from a .30 caliber rifle, located a maximum of 100 feet from the target. B. The fire protected tank must be able to be repaired in the field by a factory representative, when impacted by a bullet. C. The factory representative must be able to certify that the primary and secondary containment do not leak, and that the fire protective material regains its minimum two (2) hour protection. SECONDARY LEAK CONTAINMENT TANK ' A. The secondary leak containment tank shall be rectangular in design and listed according to UL 2085 insulated secondary aboveground tanks for flammable and combustible DIVISION 13 - Page 7 of 42 0 DIVISION 13 - SPECIAL CONSTRUCTION liquids, protected type. B. The secondary tank shall be tested liquid tight at the factory (minimum 3 to maximum 5 psi), and shall also be field tested by the contractor to a maximum 3 psi. C. The secondary tank shall provide reinforcement for the lightweight concrete to remain in place around the primary tank. 0 D. The secondary tank shall provide true 360° Radius "pressure testable" containment for r the primary tank. E. The secondary tank shall be fitted with : a 2" Annular Space Monitoring Tube, a 2" Normal Vent Port and either a 4", 6", 8" or 10" Emergency Vent Port, in addition to openings for all ports in the primary tank. 41 F. The port openings in the top of the secondary tank shall be constructed with full welds to prevent moisture from seeping between the fire proofing material and secondary and primary tanks. G. The top of the secondary tank shall be sloped so that water will not accumulate on top of the tank. H. The secondary tank shall have a two (2) inch monitoring port including a tube which provides a means to detect product leakage from the primary tank into fire protection material that directly surrounds the primary tank. This design shall be listed under UL 2085. COATINGS A. The exterior surface of the secondary tank shall be cleansed of foreign material and coated with a corrosion resistant industrial paint (3 to 5 mils dry film thickness). B. The standard color shall be desert sand. C. The total dry thickness shall be a minimum of 1/8 inch. D. All threaded openings and flanges shall be protected during the coating process. E. The coating shall be applied only when the work area and the secondary steel tank are between the temperatures of 32 and 103 degrees F. F. The standard color shall be desert sand. G. The coating shall provide a 10 year warranty. DIVISION 13 - Page 8 of 42 0 n • LABELS DIVISION 13 - SPECIAL CONSTRUCTION Tanks shall be labeled in 4" high block letters on all sides and include the following: • A. Diesel tank: Diesel 8,000 GALLONS S.C.D.H.S. NO 18 B. Gas tank: Gasoline 8,000 GALLONS S.C.D.H.S NO. 17 • INSTALLATION The tank shall be installed at the location shown on the Contract Drawings. The installation procedure should strictly follow manufacturer's instructions. The Contractor shall furnish to the • Owner a statement that the installation was performed in accordance with the manufacturer's instruction. WARRANTY . The tank shall bear a UL certification plate and manufacturer's 3 year warranty shall be turned over to the Owner after the systems acceptance. The tank manufacturer shall provide a certificate of insurance that provides a minimum of twenty (20) million dollars ($20,000,000) of product liability coverage per occurrence. END OF SECTION 13411— ABOVEGROUND VAULT TANK • • • 0 DIVISION 13 - Page 9 of 42 0 DIVISION 13 - SPECIAL CONSTRUCTION • SECTION 13420 — REMOVAL OF ABOVEGROUND STORAGE TANK GENERAL 0 SCOPE Provide labor, materials, equipment and appliances required for the complete and secure removal and disposal of the existing aboveground storage tank, contents and accessories, as shown on the Contract Drawings. The Contractor shall notify and coordinate with the Suffolk County Department of Health Services (SCDHS), New York State Department of Environmental Conservation (NYSDEC) and Engineer a minimum of 48 hours prior to commencement of work. REFERENCES • Work shall be in accordance with recommended practices of the Environmental Protection Agency (EPA) Regulations 40 CFR 260, 40 CFR 261, 40 CFR 262, 40 CFR 280.11 and 40 CFR 280.22, Occupational Safety and Health Administration (OSHA) Regulations 40 CFR 260 and all applicable Federal, State and local regulations including, but not limited to, the New York State Building Code and Article XII of the Suffolk County Sanitary Code. . QUALITY ASSURANCE A. Obtain all necessary permits and certificates for the work and provide copies to the Owner. Workers shall be competent and experienced in work similar to that included in this Contract and shall be licensed or certified as required by regulatory agencies. • B. Provide all manifests of disposal for the tank, accessories and contents to the Engineer. The associated work will not be accepted or approved by the Engineer until the necessary manifests are provided. EQUIPMENT GENERAL The Contractor shall be required to furnish all equipment and materials necessary for the removal of aboveground storage tanks. All equipment shall operate in proper working order and shall ensure safety to all on-site personnel. The Engineer and his representatives reserve the right to dismiss the use of any equipment which proposes a safety hazard to any personnel or operates in a dysfunctional manner. EXECUTION PROTECTION U • Conduct all work in a manner to ensure the safety of the public, Owner's employees and Contractor's employees. The Contractor shall be responsible for training its employees in safety e and first aid procedures. DIVISION 13 - Page 10 of 42 C 0 DIVISION 13 - SPECIAL CONSTRUCTION PREPARATION A. Identify required lines, levels, contours and datum. B. Identify known underground, above ground and aerial utilities. Stake and flag locations. C. Notify utility company to remove or relocate utilities, if required. D. Protect above and below grade utilities and features which are to remain. E. Protect plant life, lawns and other features remaining as a portion of final landscaping. F. Protect bench marks, existing structures, fences, sidewalks, paving and curbs from excavation equipment and vehicular traffic. G. Notify the Engineer prior to commencement of excavation. BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas, to allow for Owner's use of site and to protect existing facilities and adjacent properties from damage from the proposed work. B. Provide protection for plant life designated to remain. Replace damaged plant life. C. Protect non -owned vehicular traffic, stored materials, site and structures form damage. D. Provide warning lights to alert pedestrian of potential hazards. FENCING A. Safety Fence shall be colored OSHA approved "Warning Orange". REMOVAL OF TANK A. NYSDEC or SCDHS must be present at the tank removal. Tank and surrounding soils must be accessible for inspection by the NYSDEC or SCDHS. B. Drain product piping (suction, return and gauge) to tank and remove and dispose of ! piping from tank to end use point. Remove and dispose of fill and vent lines and accessories. Inaccessible lines and lines in slabs may be cut, capped and abandoned in place as determined and approved by the Engineer. C. Purging of the tank shall be performed in a manner consistent with the nature of the product stored in the tank. Tank shall be free from all fuel, water, sludge and other contaminating materials prior to removal. D. Accessible holes in tank shall be plugged prior to removal. One plug should contain a 1/8 -inch vent hole. Maintain tank positioned with vent hole at the top during subsequent operations. After removal, tank shall be labeled in accordance with API RP1604 and removed form the site as promptly as possible. Transport and dispose of tank in 0 accordance with applicable regulations. ROUGH GRADING A. Fill areas to contours and elevations with unfrozen subsoil material with allowances made for topsoil, aggregate base course or paving. DIVISION 13 - Page 11 of 42 DIVISION 13 - SPECIAL CONSTRUCTION • B. Place and compact subsoil fill material in continuous layers not exceeding 6 inches (150 mm) compacted depth, compacted to 95 percent maximum dry density in accordance with ANSFASTM D1557. C. Maintain optimum moisture content of fill materials to attain required compaction density. D. Make grade changes gradual. Blend slope into level areas. E. Remove surplus fill materials from site. DISPOSAL OF CONTAMINATED MATERIALS A. Tank contents shall be disposed of by collection of waste fuels for recycling and collection of sludge and solids in drums. Leakage or spillage of such materials in the tank excavation or on the ground shall be avoided. Any spillage or leakage shall be cleaned by the Contractor in a manner acceptable to the NYSDEC or SCDHS. . B. Remove contaminated soils as directed by the supervising regulatory authority. All quantities removed shall be documented to the satisfaction of the Engineer. Disposal of soils shall be in accordance with the requirements of the supervising regulatory authority. C. The Contractor shall load, contain and transport such materials in accordance with applicable Federal, State and local regulations. Disposal of soils contaminated due to leakage or spillage as a result of Contractor operations shall be the responsibility of the Contractor. END OF SECTION 13420 — REMOVAL OF ABOVEGROUND STORAGE TANK DIVISION 13 - Page 12 of 42 11 • E 9 17, 0 DIVISION 13 - SPECIAL CONSTRUCTION • SECTION 13850 — LEAK DETECTION AND ALARM SYSTEM SUBMITTALS A. Shop drawings and product data for configuration of alarm system and each component, with physical dimensions and proposed mounting locations of components and conduit runs. B. Elementary wiring diagrams and manufacturer's literature for alarm panels, cables, probes and fittings. C. Written proposal for any modifications must be approved by the Engineer in writing prior to installation. D. "As -Built" drawings include components and mounting locations. E. Operation & maintenance manuals, including installation instructions, system setup instructions and system operating instructions. • PRODUCTS LEVEL MONITORING, OVERFILL AND LEAK DETECTION SYSTEM The system shall be packaged continuously monitoring, ultrasonic gauging, overfill and leak detection alarm system. The system shall be an audio/visual alarm controller with touchscreen display Series OEL 8000III K4P as manufactured by Omntec (631-981-2001) or approved equal, with leak detection capabilities. The system shall also be capable of interfacing with a web page making current inventory, sensor status and alarms available from any web browser or smart phone. • Alarm Controller A. Provide and install one common remote tank gauging and leak detection system for all tanks that can simultaneously monitor product levels, water levels, temperatures, and leaks in up to eight tanks. System shall be UL listed and provide intrinsically safe outputs for use in Class 1, Group C & D Hazardous Locations when wired in accordance with manufacturers control drawing. System shall also be Third Party Certified and listed to meet EPA leak detection requirements. Locate monitor console where shown on project drawings. B. Central Processing and Indicating Instrument — Controller shall have a backlit 7 inch color touchscreen display and 32 character thermal printer. System must be capable of driving single or multi -tank 12 VDC NEMA 4 X remote audio visual high level alarms and/or remote displays. System must be capable of providing up to three individually programmed isolated relay contacts for any alarm event. Controller shall be as manufactured by OMNTEC Mfg., Inc. Model No. OEL80001IIKP. The main console will be preprogrammed by the factory and field adjusted as _required. Console shall be DIVISION 13 - Page 13 of 42 0 DIVISION 13 - SPECIAL CONSTRUCTION equipped with (1) RS -232 port, Ethernet, and e-mail capability for communication. Modbus, additional relays, and 4-20mA output shall be available as options. System shall also be capable of serving up a web page making current inventory, sensor status and alarms available from any web browser or smart phone. C. Panel shall come equipped with three LED lights for Ok, Warning, and Alarm status. Alarms shall be displayed visually on a 7" color touch screen with wide viewing angle as well as Warning and Alarm lights on face of panel. System shall have an 85dB piezoelectric horn for audible alarm indication. D. Panel shall be compact in size not to exceed 15.21" (w) 7.73" (h) 5.53 (d) and constructed of powder coated industrial steel for indoor mounting. The complete leak / level gauging system shall include a one year parts warranty. The complete leak / level monitoring system shall be as manufactured by OMNTEC Mfg. Inc. Ronkonkoma, NY (631-981- 2001) or equal. LIQUID LEVEL PROBE A. Shall consist of a 316 grade stainless steel IP68 rated rigid model MTG level probes or model MTG-F Kynar flexible level probes where overhead clearance is not available. Probe shall use magnetostrictive technology and simultaneously provide product levels, water levels, and temperature within the storage tanks. B. The level probe shall be installed in an accessible 4" NPT male riser pipe. Probe shall include 4" cord griped cap, floats, and installation kit. All splices must use supplied epoxy kits. Field wiring from probe to controller must be Belden 8761 cable in suitable conduit. Level probes shall be as manufactured by OMNTEC Mfg., Inc. LIQUID LEVEL PROBE • All leak sensors shall be microprocessor based and capable of recognizing its unique serial number, part number, and function. All sensors (up to 22) shall be capable of being installed on (1) four conductor cable back to the main controller. The sensors principle of operation shall be electro optic for liquid detection and conductivity to discriminate fuel and water. Sensors shall be remotely testable from console via green tactile test button. Sensors shall be 0 capable of detecting liquid at any angle. Float technology will not be accepted. Interstitial sensors shall be model # BX-PDWS for steel tank interstitials and BX -PDS for containment sumps. See project drawings for location and quantities of sensors required. All sensors are to be wired thru conduits using 22 gauge four conductors, shielded cable with drain wire. Do not run intrinsically safe low voltage wiring in the same conduit with any other wiring. All sensors shall be as manufactured by Omntec Mfg. OVERFILL STATION 1. Provide near each tank fill terminal as shown on project drawings a low voltage audio/visual NEMA 4X overfill alarm and silencing station. Remote annunciator light shall flash when the DIVISION 13 - Page 14 of 42 C • • • DIVISION 13 - SPECIAL CONSTRUCTION liquid level in the tank rises above a pre-programmed caution point. As level then rises above the preprogrammed high/high level point the flashing light will stay on continuously and the horn will pulse. The horn will remain on until the silence button is pressed. Remote audible shall have the ability to be programmed to time out. Visual light will remain lit until the level in the tank drops below the high/ high level point. Remote annunciator shall be RAS -series for single or multi -tanks and shall be manufactured by OMNTEC Mfg., Inc. EXECUTION INSTALLATION A. All parts and components of the alarm system must be clean and free of dirt and water prior to installation. B. Mount the overfill alarm panel on the building interior and remote panels in the exterior locations shown utilizing stainless steel hardware. Panels shall be accessible to the Owner for periodic testing of the system and reading of the indication lights during an alarm situation. • C. All power and sensor wiring shall be installed in accordance with manufacturer's installation instructions and Division 16 of the specifications. Provide all control and power wiring in rigid conduit. D. Installation shall be neat and workmanlike. E. Install all system components in accordance with the manufacturer installation instructions. Provide all equipment, connections and incidentals as required for a complete system installation. • F. Demonstrate operation of system components to Owner. END OF SECTION 13850 - LEAK DETECTION AND ALARM SYSTEM 11 • • DIVISION 13 - Page 15 of 42 0 DIVISION 13 - SPECIAL CONSTRUCTION 0 SECTION 13851 — FUEL MANAGEMENT SYSTEM (EXISTING SYSTEM - FOR REFERENCE ONLY) SCOPE OF WORK 0 The Contractor is to relocate fuel management terminals and reconnect to the existing panel. The spec below is an example specification of the existing fuel management system. GENERAL DESCRIPTION This specification establishes the performance and design requirements for an Automated Fuel Management System that will control and record the dispensing of fuel. The vendor shall provide a stand-alone system, capable of unattended operation for 7 days a week, 24 hours a day. Fuel products shall be limited to equipment and operators with authorized keys. Dial up of the • island key reader(s) shall be by voice grade telephone or direct connected to the island unit with user-friendly software loaded on a remotely located PC. The fuel management system (automated data collection system) shall reliably read all keys and have the ability to lock out any key. APPLICABLE DOCUMENTS 0 A. The equipment must be designed to meet the following specifications: 1. National Electrical Code, NFPA #70-1999 2. Uniform Fire Code 3. Underwriters Laboratories 1238 • 4. FCC, Part 15, Class A PERFORMANCE. A. System Components. The fuel management (automated data collection) system shall, as a • minimum, consist of the items described below. 1. Read/write keys will be used to activate the system by insertion into a key reader and will be unique to each vehicle, user, supervisor or tanker truck. Keys shall attach to vehicle key rings. Keys should be capable of being written to 100,000 times, and vehicle keys should contain the previous transaction mileage and range for reasonability check. Quantity and product restrictions are also to be encoded on keys. Keys must have gold plated contacts and pins. Keys cannot require a turning or twisting motion to activate the system. • 2. A key reader device, located on the fuel island, is used to turn fuel dispensers on and off, monitor fuel dispensed, recognize authorized keys, and interface with existing dispensers and tank level monitoring systems. The island fuel management unit should have a 32bit processor and preferably a Rockwell socket modem to permit upgrade of modem. Modem should be at least 33.6kbps. The receptacle for reading keys must be covered to prevent sand, water and snow from causing system problems. DIVISION 13 - Page 16 of 42 0 0 DIVISION 13 - SPECIAL CONSTRUCTION 3. A PC (IBM compatible) with a printer is used as the Central Controller and will be furnished by the buyer. 4. A key encoder interfaces with the Central Controller to permit transferring data onto keys. 5. Software is installed on an IBM compatible PC, permitting the encoding and re -encoding of keys; manipulation of transaction data for printing reports on vehicles, users, products, etc.; downloading of transactions and uploading of authorized user/vehicle lists and transfer and storage of data. A Windows version of software must be available and software must operate on Windows 95, 98, ME, 2000, and NT platforms. The fuel management system software must permit the use of a file server and client workstations. Transaction data may be transferred to any program accepting a flat ASCII file. Software must include an invoicing capability that allows the user to generate invoices for selected customers or agencies from the central controller printer. Invoices must list each transaction for all vehicles for a user -selected period. 6. Tanker truck (mobile) key readers, that perform identically to island key readers in controlling and monitoring fuel, must be available. B. System Configuration. The equipment and software shall be capable of operating in the five different system access configurations listed below (operating as either a one key or two key system with driver providing keypad input). The system configurations listed below which use a vehicle key shall support the option of terminating a transaction (thus not permitting refueling) if a vehicle's odometer reading is out of the range encoded on its key. The buyer shall have the option of selecting the initial configuration and the option of changing the configuration at a later date should operational requirements so dictate. 1. Vehicle key and verifiable driver number 2. Vehicle key and unverified driver number 3. Vehicle and driver key 4. Either vehicle or driver key 5. Driver key and verifiable vehicle number C. Vehicle Keys. Data on Vehicle Keys is as follows: 1. Key identification number 2. Vehicle budget or agency number 3. Vehicle license number 4. Fuel type (allows pumping of designated fuel type only) 5. Maximum number of gallons/units allowed per transaction for each product type 6. Odometer or hour reading 7. Preventive maintenance reminder (oil change mileage, etc.) 8. Site signature to identify the applicable owner's system DIVISION 13 - Page 17 of 42 0 DIVISION 13 - SPECIAL CONSTRUCTION • D. Driver keys, if used in lieu of having the driver enter an ID number on the island key reader keypad. Driver keys will be encoded with the following information: 1. Key identification number 2. Driver identification number 3. Types of products authorized 4. Product limitations 5. Budget or agency number 6. Site signature E. Supervisor Keys. Supervisor keys shall allow the on-site supervisor special access to the site's key reader. This access allows the supervisor to: 1. Change the key reader's configuration, to include time/date, product codes, hose numbers, , tank numbers, pulser divide rate, no pulse time out, key timer setting, pump finish timer, message duration setting, zero -quantity shutdown, and pump handle switch control 2. Issue fuel 3. Update a vehicle key's PM flags 4. Activate semi -manual mode of fuel issue 5. Initiate on-site reports generation 6. Enter fuel drops and corrections to fuel drops 7. Perform diagnostic testing of system components F. System Capability. Each island key reader shall have the ability to simultaneously control up to eight (8) hoses and control up to eight (8) satellite units, which in turn can simultaneously control up to eight (8) hoses. Each master and each satellite key reader shall store a minimum of 4,000 transactions. The system shall be capable of performing as a gate opener using switch closure. Also, the system shall provide the option of providing a less expensive gate opener, which is not a complete key reader unit. The fuel management system shall also be capable of controlling bulk or canned oil, antifreeze, CNG and other alternative • fuels or liquid products. The system must have the capability to mount a key reader on a tanker truck to act as a mobile refueling site. Each hose shall be individually set for any number of pulses between 1 and 1000 for each unit of measurement. Thus, the system can use various rate pulsers to measure different products to various levels of accuracy. G. Operator Input at Fueling Station. The system shall include a key reader with a liquid crystal display (LCD) using light emitting diodes (LED) with back light, that is a minimum of 2 lines by 40 characters. It must also include a numeric keypad (0 through 9, A through D, Enter/Yes, and Clear/No) located near the pumps. The operator shall be prompted by the LCD to input information, that shall be recorded as part of the transaction record, for each transaction in accordance with the system configuration of paragraph 3.2 above. The driver will insert his/her key into the island key reader, and upon queue from the system prompts will enter his/her ID number and odometer reading, and select a pump. DIVISION 13 - Page 18 of 42 0 0 DIVISION 13 - SPECIAL CONSTRUCTION H. Data Management and Reporting. 1. Each island key reader may be downloaded by the central controller operator at his/her convenience, or at a time of day programmable by the central controller operator. When automatically downloading, the system shall dial each site in sequence and generate a report of all transactions for individual sites once each 24-hour period. The system must be capable of unattended dialing and downloading, thus permitting downloading when sites are not in use and when phone rates are less. The software shall operate on an IBM compatible PC using Windows 95, 98, 2000, ME, or NT. The software shall permit networking. 2. The system shall provide the following information at the central controller as a transaction record: a) User identification number. b) Vehicle odometer or hour reading. c) Vehicle Number. d) Number of units (gallons, quarts, cubic feet, therms, etc.) dispensed to tenths, hundredths, etc. • e) Fuel site. t) Data & time. g) Hose number. h) Product number. i) Key type 3. The system shall be capable of totaling monthly fuel costs by organization number, vehicle ID number, agency number, and user number. 4. The system shall keep a declining balance inventory of fuel remaining in storage. The inventory report shall give a summary of the remaining fuel in each storage tank 1 monitored. It must also note when fuel should be purchased for a specific tank. 5. The system shall allow the operator to compile summary reports for all transactions by site, organization, date, vehicle, etc. f 6. All vehicles due for preventive maintenance shall be printed as an exception report on the central controller's printer, provided the PM option is used. 7. All vehicles that have an out of range odometer reading shall be printed as an exception report on the central controller's printer. 8. The central controller shall be capable of displaying reports on the central controller monitor before the reports are printed. When reports are displayed on the monitor, the user shall be capable of scrolling up and down to view any page of the report. I. Storage. In the event of a power failure to the island key reader equipment located at the pump, the system shall have the capability to store all data collected up to the time of the DIVISION 13 - Page 19 of 42 0 DIVISION 13 - SPECIAL CONSTRUCTION • power failure for a minimum period of three months. The equipment at each fueling site must have the ability to operate if the central processor is down, limited only by the key reader's internal storage capacity. There shall be a method to access dispenser transaction information should there be data transmission problems. The main board, with memory, shall be removable and must be capable of being installed in an operating unit and downloaded; or, if the central controller is inoperable, another central controller shall be capable of downloading data. Support for recovering data from the system shall also be provided by the factory when required. J. Required Features. These required features must be available, without exception. 1. Upgradeable to Fully Automated RF/TAG System. The fuel management system must be capable of a future upgrade to a fully automated system, requiring no human intervention for the system to operate. RF/TAG technology is the preferred method for an 40autonomous, passive system. 2. On-site transaction printer. An on-site transaction printer will be provided for each site. An on-line journal printer, driven by the key reader, and located at the self-service fueling station, will print (record) each transaction as it occurs. This allows the remote site operators to maintain a hard copy record of transactions, as well as the capability to print the site configuration and total fuel dispensed by hose number and product code. 3. True Manual Override. The system shall permit manual override of the fuel management system should any problem occur. The override must be a complete, total by-pass of the fuel management system. Thus any requirement that parts of the fuel management system be operational for the manual override to function, for example, emit fiber optic signals, etc. is unacceptable. 4. Semi -Manual Mode. The system shall have the capability to record fuel dispensed in emergency situations when there is a need for vehicles without keys to be refueled or to • streamline refueling operations, and yet accountability is still desired. With this option, individual key readers may be put into the semi -manual mode with a supervisor's key. When in this mode, fuel can be dispensed by any pump as if the key reader was not func- tioning, but the key reader will record all transactions as semi -manual transactions. i 5. Self-diagnostic capability. The island key reader shall permit diagnostic testing of boards, LCD, and keypad using the supervisor's key. 6. No -twist Key. The key used to activate the system cannot require a turning or twisting motion. Information must be read from the key by merely inserting the key straight into a key receptacle. 7. Capability to record oil. The system shall have the capability to have drivers record whether or not they checked their oil and the amount of oil added, using the keypad on the island key reader. This information will be downloaded into the system software and permit the tracking of oil usage. DIVISION 13 - Page 20 of 42 C • DIVISION 13 - SPECIAL CONSTRUCTION 8. Toll Free Support. The vendor shall provide toll free support during the warranty or extended maintenance period for the hardware and software that is being bid. • Additionally, a means of dialing the vendor's product support technicians directly from the island key reader is desired. • 9. Extended Maintenance Agreements. The vendor shall offer extended maintenance agreements on an annual basis for the life of the system (minimum 10 years). 10. Customer School. The vendor shall provide a customer school for the training of system operators. There should be no charge for the school other than transportation, hotel_ and per diem. 11. Surge Protection. The system shall have surge (lightning) protection on the AC power line and on the telephone line. Surge protection shall be designed specifically for the voltage and current requirements of fuel management systems. 12. Modifiable Prompts. The system shall have the capability to customize the initial entry . prompt, user ID and vehicle ID prompts. 13. Lap Top Computer Support. The system shall have the appropriate interfaces available to permit the operator to connect a lap top computer to the island key reader to download transactions and upload vehicle and personnel lists, as well as providing local diagnostic capabilities. • DESIGN The equipment should be designed in a modular manner to permit replacement of components by non-technical personnel. It shall be designed for operation by non-technical personnel with • limited computer experience. A. Operability. The equipment shall be simple to operate and supplied with operating instructions. The computer and data collection/download interface shall require a minimum of operating instructions and require little or no prior computer operating experience. • B. Maintainability. Suitable clearance and access shall be provided to all maintainable points. The system shall be of modular construction and have circuit boards/components that are replaceable by the user. If available, the bidder should provide documentation from an outside source indicating the time required for replacing components. It is expected that replacement of circuit boards/wiring harnesses should take less than ten minutes. If the island key reader is accessed by a modem, the unit shall have the capability of the user plugging in a telephone and talking directly to factory technicians who can assist in diagnostics and repair while working on the key reader. 41 C. Environment. The vehicle operator interface with the equipment will be outdoors and exposed to the elements. Thus, the fuel island unit must have an operating range of -50 DIVISION 13 - Page 21 of 42 0 DIVISION 13 - SPECIAL CONSTRUCTION 0 degrees F to +140 degrees F and withstand rain, snow, and blowing sand. The system shall have been tested by an independent environmental testing organization to provide outside affirmation of environmental limits. D. Services. This equipment shall be designed to operate from 120 volt AC, 60 Hz single phase power. E. Safety. The equipment shall be provided with all necessary safety devices and guards to protect the operator. All primary operator control buttons, switches, etc. shall be grouped and mounted in a location affording the operator convenient access to the controls. Essential safety operating instructions shall identify safety and health hazards associated with the equipment and the procedures and practices necessary for safe operations. Placards shall be provided to warn operator or maintenance personnel of hazardous areas which could cause injury. Installation manuals and maintenance manuals shall include all necessary safety and hazardous conditions warnings. TRAINING The supplier shall provide on-site training of personnel in the functions of operation, maintenance, and repair as they apply to each specific item of equipment. Supervisors and operators at each refueling site will be provided training in the operation of the island fuel management units. Training on software may be conducted on-site or via a remotely located computer on line with the central controller (PC) operator. MAINTENANCE AND SPARE PARTS. 0 A. Spare parts. The manufacturer shall agree to sell spare parts for the operating life of the equipment, estimated to be 10 years. The vendor shall provide any documentation that supports the assertion that spare parts will be available for 10 years. L J B. Maintenance Agreement. The manufacturer shall agree to provide system maintenance on a yearly renewable contract for the life of the system. The manufacturer, under a maintenance agreement, would be responsible for providing all repair parts and telephonic assistance. The procuring agency may or may not accept the terms of the maintenance agreement and may or may not renew the maintenance contract on an annual basis. WARRANTY. The Manufacturer shall warrant parts for the equipment supplied for a period of one (1) year. Read/write keys shall be warranted for five (5) years. All replacement parts shall be provided by the Manufacturer for this one (1) year period, except those required by acts of nature (i.e., flood, lightning, etc.). All telephonic support labor for diagnostics and assistance shall also be provided. END OF SECTION 13851— FUEL MANAGEMENT SYSTEM (FOR REFERENCE ONLY) 0 DIVISION 13 - Page 22 of 42 u • • 0 • • • • • • C' DIVISION 13 - SPECIAL CONSTRUCTION SECTION 13851 — FUELING CANOPY GENERAL 1.1 SECTION INCLUDES A. Freestanding, pre-engineered metal canopies including concrete foundation, steel framing, metal roof, roof drains and leaders, fascia components, and metal ceiling and accessories. 1.2 REFERENCES A. American Institute of Steel Construction, Inc. (AISC): AISC 360 - Specification for Structural Steel Buildings (copyrighted by AISC, ANSI approved). B. American Society of Civil Engineers (ASCE): ASCE 7 - Minimum Design Loads for Buildings and Other Structures (copyrighted by ASCE, ANSI approved). C. American Welding Society (AWS): AWS D l.1 - Structural Welding Code - Steel (copyrighted by AWS, ANSI approved). D. ASTM International (ASTM): 7. ASTM A 36/A 36M - Standard Specification for Structural Steel. E. National Association of Architectural Metal Manufacturers (NAAMM): NAAMM MFM - Metal Finishes Manual. F. National Fire Protection Association (NFPA): NFPA 70 - National Electrical Code (copyrighted by NFPA, ANSI approved) - hereinafter referred to as NEC. 1.3 PERFORMANCE REQUIREMENTS A. Structural Performance: Provide pre-engineered canopies capable of withstanding the effects of gravity loads and the following loads and stresses within limits and under conditions indicated for the specific location where Canopy will be installed: 1. Uniform pressure as indicated on drawings - minimum design wind load per ASCE 7, CH. 6. B. Thermal Movements: Provide pre-engineered canopies that allow for thermal movements resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling, opening of joints, overstressing of components, failure of joint sealants, failure of connections, and other detrimental effects. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime -sky heat loss. 1. Temperature Change (Range): 120 degrees F (67 degrees C), ambient; 180 degrees F DIVISION 13 - Page 23 of 42 DIVISION 13 - SPECIAL CONSTRUCTION (100 degrees C), material surfaces. 1.5 SUBMITTALS • A. General: Submit under provisions of Section 01300 - Submittal Procedures. B. Product Data: Submit manufacturer's data sheets on each product to be used, including: 1. Construction details, material descriptions, dimensions of individual components and profiles, and finishes. C. Shop Drawings: Submit shop drawings. Include plans, elevations, sections, details, and attachments to other work. Canopy supplier shall furnish complete canopy drawings signed and sealed by a professional engineer licensed in the state where the canopy shall be installed. D. Samples: 1. Submit samples for initial color selection. Submit samples of each specified finish. Submit samples in form of manufacturer's color charts showing full range of colors and finishes available. Where finishes involve normal color variations, include samples showing the full, range of variations expected. The Town shall choose colors. E. Certificates: Submit product certificates signed by the manufacturer certifying material compliance with specified performance characteristics and criteria, and physical requirements. F. Warranty Data: Submit warranty documents specified herein. 1.6 QUALITY ASSURANCE 0 A. Manufacturer Qualifications: Company specializing in engineering and manufacturing pre- engineered canopies with a minimum documented experience of twenty years and with a quality assurance program utilizing a quality inspection for each system. B. Welding: Qualify procedures and personnel according to the following: • 1. Welding shall be in accordance with AWS D1.1 (with E70XX electrodes). 2. Steel shop connections shall be welded and field connections shall be bolted (unless otherwise noted on the Drawings). Shop welds may be changed to field welds with the approval of the project engineer. 3. Slag shall be cleaned from welds and inspected. Steel shall be painted with red oxide rust -inhibitive primer. C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NEC, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for DIVISION 13 - Page 24 of 42 • DIVISION 13 - SPECIAL CONSTRUCTION intended use. D. Source Limitations: Obtain pre-engineered metal canopy through one source from a single manufacturer who shall manufacture and install the canopy. E. Product Options: 1. Information on the Drawings and in the Specifications establishes requirements for 40 system's aesthetic effects and performance characteristics. Aesthetic effects are indicated by dimensions, arrangements, alignment, and profiles of components and assemblies as they relate to sightlines, to one another, and to adjoining construction. Performance characteristics are indicated by criteria subject to verification by one or more methods including preconstruction testing, field testing, and in-service performance. Do not modify intended aesthetic effects, as judged solely by the Architect, except with the Architect's approval. If modifications are proposed, submit comprehensive explanatory data to the Architect for review. 2. The Drawings indicate size, profiles, and dimensional requirements of pre-engineered metal canopies and are based on the specific system indicated. Refer to Section 01600 - Product Requirements. Do not modify intended aesthetic effects, as judged solely by the • Architect, except with the Architect's approval. If modifications are proposed, submit comprehensive explanatory data to the Architect for review. F. Coordination: 1. The Contractor shall conduct site meetings to verify project requirements, substrate conditions, utility connections, manufacturer's drawings and installation instructions. Comply with Division 1 section on project meetings. 2. The contractor shall prepare for and pour the concrete footers for the pre-engineered metal canopies. Manufacturer shall furnish recommended footing drawings as per IBC • Section 1807.3 and prints and rebar details for concrete footings, as well as provide anchor bolts to be embedded in concrete footer. Such items shall be delivered to project site in time for installation. • 1.7 DELIVERY, STORAGE, AND HANDLING A. Store products in manufacturer's unopened packaging until ready for installation. B. Protect components and accessories from corrosion, deformation, damage, and deterioration when stored at job site. Keep materials free from dirt and foreign matter. • 1.8 PROJECT CONDITIONS A. Field Measurements: The Contractor shall verify location and elevation of footings relative to finished grade, columns, and other construction contiguous with pre-engineered metal 49 canopies by field measurements before fabrication and indicate measurements on shop drawings. DIVISION 13 - Page 25 of 42 0 DIVISION 13 - SPECIAL CONSTRUCTION 1. Established Dimensions: The Contractor shall, where field measurements cannot be made without delaying the work, establish dimensions and proceed with fabricating metal canopies without field measurements. Contractor is responsible to coordinate • footer locations and elevations with any interferences with or attachments to abutting structures. 1.9 WARRANTY • A. Austin Mohawk warrantees the products it manufactures to be free of defects in materials, leaks, and workmanship for 1 year from date of shipment. 1. Austin Mohawk also offers a 20 -year limited warrantee against peeling, flaking, and chipping of canopy deck when properly maintained, and pass on manufacturer's warrantees for accessory items. PART 2 PRODUCTS 2.1 MANUFACTURERS G A. Acceptable Manufacturer: Austin Mohawk and Company, Inc., which is located at: 2175 Beechgrove Place; Utica, NY 13501; Toll Free Tel: 800-765-3110; Tel: 315-793-3000; Email: request info (info@austinmohawk.com); Web: www.austinrnohawk.com. B. Substitutions: Not permitted. • 2.2 MATERIALS A. Structural Steel: E 1. Material and work shall conform to the latest AISC 360. 2. Structural steel shall be painted with a rust inhibitive (red oxide) primer (std). 3. Structural steel shall be hot -dip -galvanized. B. Sheet Metal: • 1. Decking: 3 inch (76 mm) by 16 inch (406 mm) by 20 gage smooth white, ASTM A 653/A 653M GR40, Fy = 40 ksi, galvanized steel with baked enamel finish. 2. Center and Tapered Gutter: 24 gage hot -dip galvanized steel baked enamel finish. 3. Perimeter Gutter: 20 gage hot -dip galvanized steel baked enamel finish. 4. Internal Downspout: 3 inch (76 mm) diameter PVC. 5. External Downspouts: 3 inch (76 mm) by 4 inch (102 mm) by 24 gage hot -dip galvanized steel with baked enamel finish. DIVISION 13 - Page 26 of 42 • • 0 DIVISION 13 - SPECIAL CONSTRUCTION 2.3 PRE-ENGINEERED METAL CANOPY A. General: Provide a complete, integrated set of manufacturer's standard design canopy • components using a flexible frame with fixed base wherein the steel framing system uses stacked I Beam construction transferring the moment to the concrete footing without requiring a rigid connection between steel frame members. The beam arrangements allow for a cantilever design which can bring the columns from the perimeter of the structure to the inner protected zones between the drive lanes. These mutually dependent components form a pre-engineered canopy, ready for construction on project site. Said pre-engineered metal canopy will be designed to meet all site structural wind, snow and seismic requirements. B. Canopy Fascia: • 1. Aluminum Composite Panel (ACM): Available with a fluorocarbon paint finish, masked on one side. Shall be warranted for 10 or 20 years depending on color and finish. 2. 2 Inch Laminated Foam Core Fascia: Panel face shall be 24 gage hot -dip galvanized • steel with a baked enamel finish. Finishes shall be warranted against cracking, checking, peeling, or adhesion failure. Warranties for 5, 10, 20 years shall be available depending on color selection. The foam core shall be 2 inch (51 mm) expanded virgin polystyrene. The backing shall be 24 gage galvanized steel. 3. Fascia: Various custom fascia to meet design requirements such as architectural shingle, EIFS, standing seam panels. • C. Canopy Finishes: Comply with NAAMM MFM for recommendations for applying and designating finishes. 1. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces • are acceptable if they are within one-half of the range of approved samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved samples and are assembled or installed to minimize contrast. • D. Fabrication: Fabricate pre-engineered canopies completely in factory. PART 3 EXECUTION 3.1 EXAMINATION • A. Verification of Conditions: Examine areas and conditions under which the work is to be installed, and notify the Contractor in writing, with a copy to the Owner and the Architect, of any conditions detrimental to the proper and timely completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected. 1. Examine supporting foundations for compliance with manufacturer's requirements, including installation tolerances and other conditions affecting performance of DIVISION 13 - Page 27 of 42 C DIVISION 13 - SPECIAL CONSTRUCTION 0 supporting members. 2. Verify the rough -in of required mechanical and electrical services prior to placement of the structure. • 3.2 PREPARATION A. Clean surfaces thoroughly prior to installation. B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. 3.3 INSTALLATION A. A work area shall be required extending 10 feet (3 m) beyond buildings and canopies in all directions to the extent practical. The work area shall be flat, comprised of hard -packed soil or gravel, asphalt, or concrete, and free of open excavation, debris, construction equipment and construction workers. An additional flat work space a minimum of 25 feet (7.6 m) by 25 feet (7.6 m) or as practical shall be provided adjacent to the canopy and/or building for unloading and storing materials. Site to meet OSHA guidelines to allow lift equipment and scaffolding to maneuver the work area. B. Set pre-engineered metal canopy plumb and aligned. Level base plates true to plane with full bearing on concrete bases. C. Fasten pre-engineered metal canopy columns to anchor bolts and/or foundation bolts. • D. Provide anchor bolts as follows: 1. Anchor bolts or foundation bolts will be set by the Owner in accordance with approved site specific drawings. They must not vary from the size and dimensions shown on the erection drawings. Use of a plywood template is recommended. Remove template prior to column erection. 2. Anchor bolts shall conform to ASTM A 307, and shall have a minimum of 7 inches (178 mm) of exposed thread and 23 inch (584 mm) minimum embedment with 1-1/4 inch (32 mm) nut and washer as embedment end. E. Provide bolted connections as follows: 1. Structural erection bolts shall conform to ASTM A 325/A 325M. 2. Bolts shall be tightened to snug tight per latest RCSC specifications (unless otherwise specified). F. Provide screws as follows: 1. Fastening shall be performed per installation prints provided by the manufacturer. 2. Self -drilling and self -tapping screws shall have a sufficient cut point and a 1/2 inch (13 DIVISION 13 - Page 28 of 42 r• • DIVISION 13 - SPECIAL CONSTRUCTION mm) outside diameter dished metal-backed neoprene washer to be used in water sealing applications. • G. Provide pedestrian protection and warnings during construction which comply with local, Federal, and OSHA codes. H. Prior to steel erection of any kind, the Contractor shall grade, backfill and otherwise prepare the job site to allow for rolling scaffold and ensure safe working conditions including the 40 removal or relocation of overhead power lines. I. Any grade or elevation situations which deviate from the approved manufacturer's plans shall be conveyed to the manufacturer prior to fabrication. J. All anchor bolts and/or leveling plates shall be set within 1/4 inch (6 mm) tolerance on layout and grade level. K. Temporary electrical power shall be provided. L. Connect electrical power service to power distribution system according to requirements • specified in Division 16 - Electrical. M. Dumpster for trash and debris shall be provided by the Contractor. 3.4 ADJUSTING AND CLEANING • A. After completing installation, inspect exposed finishes and repair damaged finishes. 3.5 PROTECTION • A. Protect installed products until completion of project. B. Touch-up, repair, or replace damaged products before Substantial Completion. END OF SECTION 13851 — FUELING CANOPY • • • DIVISION 13 - Page 29 of 42 0 DIVISION 13 - SPECIAL CONSTRUCTION • SECTION 13971— DRY CHEMICAL EXTINGUISHING SYSTEM GENERAL • RELATED DOCUMENTS Underwriters Laboratories Inc. • National Fire Protection Association Standard 17. DESIGN REQUIREMENTS A. The dry chemical extinguishing system shall be designed by the engineer staff of the Company producing the system or a fire protection company that specializes in the design of dry chemical extinguishing systems. 1. Design approach based on NFPA-17 Dry Chemical Extinguishing Systems. 2. Obtain preliminary design requirements including type of hazard, hazard material, hazard area volume, agent concentration and all other considerations required to produce an acceptable system design. 3. Determine the total quantity of agent required, cylinder locations, manifold and piping routing, and the numbers and locations of nozzles correctly sized to produce the design concentration within the time specified. • FIRE SUPPRESSION SYSTEM PERMIT REQUIREMENTS The Contractor shall be responsible for coordination with the local office of Fire Marshal and obtaining a proposed Fire Suppression System Permit prior to the installation of the said system at the proposed site. SUBMITTALS • A. Submittals Package: Submit the shop drawings, product data and quality control submittals specified below at the same time as a package. 1. The shop drawings, product data, and quality control design data shall bear the seal of a professional engineer licensed to practice in the State of New York. B. Shop Drawings: 1. Reproducible scale drawing of the complete system, indicating: a. Location of piping and all major components. b. Detail drawings of each major component with instructions for installation into the system. c. Location, type and low rate of each nozzle. • DIVISION 13 - Page 30 of 42 G DIVISION 13 - SPECIAL CONSTRUCTION d. Location and size of all pipe and fittings. e. Location and size of the cylinders. 8. Composite wiring and/or schematic diagrams of the complete system as proposed to be • installed (standard diagrams will not be accepted). C. Product Data: 1. Catalog sheets, specifications, and installation instructions. 2. Bill of materials. 3. Detailed description of system operation. 4. Name, address, and telephone number of nearest fully equipped service organization, including data outlining available inspection and test programs. D. Quality Control Submittals: 1. Design Data: a. Calculations for the quantity of dry chemical agent required. b. Design concentration. c. Cylinder storage pressure and internal volume. 2. Installers' Qualifications Data: Include the following for each person who will be performing the Work. • a. Name. b. Employers name, business address and telephone number. c. Name and address of the required number of similar projects worked on which meet the experience criteria. 3. Company Field Advisor Data: Include: a. Name, Business address and telephone number of Company Field Advisor secured for the required services. b. Certified statement from the Company listing the qualifications of the Company Field Advisor. c. Services and each product for which authorization is given by the Company, listed ! specifically for this project. 4. List of Completed Installations: If brand names other than those specified are proposed for use, furnish the name, address, and telephone number of at least 3 comparable installations which can prove the proposed products have operated satisfactorily for one year. Pay travel expenses for the Director's Representatives to inspect 2 of these • installations. E. Contract Closeout Submittals: 1. System acceptance test report. 2. Certificates: a. Affidavit, signed by the Company Field Advisor and notarized, certifying that the system meets the contract requirements and is operating properly. 3. Operation and Maintenance Data: a. Deliver 2 copies, covering the installed products, to the Director's Representative. Include: 1) Operation and maintenance data for each product. DIVISION 13 - Page 31 of 42 0 DIVISION 13 - SPECIAL CONSTRUCTION r. u 2) Complete point to point wiring diagrams of entire system as installed. Identify all conductors and show all terminations and splices. (Identification shall correspond to markers installed on each conductor.) 3) Name, address, and telephone number or nearest fully equipped service • organization. QUALITY ASSURANCE A. Installers' Qualifications: The workmen and supervisors performing the Work of this section shall be personally experienced in dry chemical extinguishing systems and shall have been regularly employed by a company engaging in the installation of dry chemical systems for a minimum of five years and shall, upon request, furnish to the Owner the names and addresses of a 5 similar projects which they have worked on during the last 3 years. B. Test Facility: The Company producing the system shall have test facilities available which can demonstrate that the proposed system meets contract requirements. 1. If brand names other than those specified are proposed for use, pay all costs, including travel expenses to the test facility for the Owner's Representative to witness test demonstration. • C. Regulatory Requirements: 1. Comply with applicable recommendations and requirements of Pamphlet No. 17 of the National Fire Protection Association. 2. Materials and equipment shall have both Underwriters Laboratories and Factory Mutual approval. 3. Dry Chemical Cylinders: Conform to Federal Department of Transportation Specifications. D. Company Field Advisor: Secure the services of a Company Field Advisor for a minimum of 16 working hours for the following: • 1. Render advice regarding installation and final adjustment of the system. 2. Witness final system test and then certify with an adjustment of the system is installed in accordance with the contract documents and is operating properly. 3. Train facility personnel on the operation and maintenance of the system (minimum of 2 one hour sessions). 4. Explain available service program to facility supervisory personnel for their consideration. MAINTENANCE A. Service Availability: A fully equipped services organization capable of guaranteeing response • time within 8 hours to service calls shall be available 24 hours a day, 7 days a week to service the completed Work. 1. An inspection and test program which incorporates an annual inspection and test procedure to be performed by facility personnel between regular annual inspections (furnish inspection report forms). • DIVISION 13 - Page 32 of 42 17, • PRODUCTS DIVISION 13 - SPECIAL CONSTRUCTION • MANUFACTURERS/COMPANIES Ll A. Pyro-Chem, Marinette, WI. B. Approved Equal. TYPE AND DESIGN A. General 1. The fire extinguishing system shall be stored pressure dry chemical pre-engineered fixed • nozzle type. This system shall provide for protection of gasoline station vehicle fueling area(s) described and defined in the contract drawings. 2. The system shall be capable of automatic and manual actuation. It shall be tested in accordance with UL. 1254 "Standards for Pre -Engineered Dry Chemical Extinguishing System Units", and be Listed by Underwriters Laboratories. The system shall be installed and maintained in accordance with NFPA 17 "Standard for Dry Chemical Extinguishing Systems", NFPA Listed Technical Manual, and all local and/or State Codes and Standards. 3. The system shall be designed for operation at ambient temperatures from -40°F + 120°F. 4. The system shall be designed for operation in a minimum 10 anile per hour wind. • B. Cylinder and Agent 1. Agent: The extinguishing agent shall be Pyro-Chem monoammonium phosphate -based dry chemical agent. 2. Cylinders: Steel cylinders manufactured, tested, and marked in accordance with DOT 413350 or DOT 4B 500 shall be used to store the extinguishing agent. All models are charged with dry nitrogen to 350 psig at 70°F. 3. Cylinder valve: A pressure sealed poppet -type valve having a brass body, stainless steel stem with rubber seat washer, fusible safety relief assembly, and pressure gage shall be used on all agent cylinders. 4. Cylinders bracketing: Cylinders shall be mounted vertically. The cylinders shall be secured by use of a steel mounting bracket affixed to a ridge bracket capable of supporting the weight if the filled cylinder and the concussion of cylinder discharge. C. Actuation Controls: 1. Control Head: The control head shall be mounted directly on the valve of a pneumatic actuating cylinder. A carbon dioxide pilot cartridge that complies with MIL-CO601G shall be used as an integral component of the control head. Control head status shall be visually indicated by a SET/FIRED indicator. 2. Detection: The ambient temperature of the hazard area shall be monitored by fixed temperature electrical thermal detectors. When the temperature of the hazard area exceeds the rating of any detector, the detector shall close a normally open switch element • DIVISION 13 - Page 33 of 42 0 DIVISION 13 - SPECIAL CONSTRUCTION r• LJ within the detector, sending a signal to the control head. This signal shall energize a solenoid in the control head which exercises the control head and actuates the system. 3. Pneumatic actuation: The system shall have a Pneumatic Actuating Cylinder (PAC) whose valve opens upon activation of the control head. The valve shall release nitrogen • from the PAC cylinder into the pneumatic piping and tubing network. This nitrogen shall depress a piston above the valve and releasing the pressurized agent. 4. Manual actuating: The system shall have mechanical manual actuation capability requiring no electrical power. This is accomplished locally by twisting the handle on the cover of the Control Head, or remotely by means of a remote mechanical pull station. 5. Auxiliary output: The system shall shut off power to all fuel dispensing units in the event of system actuation. This is accomplished by means of dry contracts on a miniature switch installed in the control head. The miniature switch may also be used for auxiliary functions such as alarms or alarms signaling. 6. Supervision: Solenoid Monitor shall be used to supervise the integrity of all electrical • actuation circuits, whether automatic or manual. D. Distribution Nozzles: 1. Nozzles: The system shall utilize Discharge Nozzles to distribute agent throughout the hazard area. The quantity, location, and orientation of nozzles shall be in accordance with the system manufacturer's installation instructions. 2. Nozzle covers: All nozzles shall be installed with nozzle covers to prevent foreign matter from clogging the discharge nozzles. E. Pipe and Fittings 1. Pipe: All pipes shall be scheduled 40 black, galvanized, chrome plated or stainless steel • pipe in compliance with NFPA 17. All pipe ends shall be thoroughly reamed after cutting, and all oil, chips, and debris shall be removed prior to nozzle installation. 2. Fittings: Standard weight malleable, galvanized, chrome plated or stainless steel fittings shall be used. 3. Size: All system pipe and fittings will be sized in accordance with the system Technical Manual. No substitutions are allowed. 4. Joints: No joint sealant shall be used in the discharge piping. Exception: Teflon tape may be used to ensure a snug fit. 5. Straps: All system discharge pipe shall be securely fastened by means of pipe hangers and/or pipe straps. UL listed pipe hangers shall be used. • 6. Union: A union shall be installed in the discharge piping conveniently close to the cylinder valve to permit disconnection for inspection and service. EXECUTION INSTALLATION A. Install the Work of this section in accordance with NFPA-17 Standard, manufacturer's printed installation instructions and approved shop drawings. DIVISION 13 - Page 34 of 42 C 0 • DIVISION 13 - SPECIAL CONSTRUCTION U B. Provide the following hazard isolation devices connected to operate upon the release of the system. 1. Automatic shut off of all the dispensing units. FIELD QUALITY CONTROL A. System Tests: 1. Notify the Owner's Representative when the Work of this Section is ready for testing. • 2. Perform the tests in the presence of the Owner's Representative. 3. Perform tests in accordance with NFPA-17. Include discharge of expellant gas test. 4. Furnish the Owner's Representative with a written statement, signed and dated, affirming that the system has been tested in accordance with the NFPA-17, and left ready for operation. • END OF SECTION 13971- DRY CHEMICAL EXTINGUISHING SYSTEM • • • C • • DIVISION 13 - Page 35 of 42 0 DIVISION 13 - SPECIAL CONSTRUCTION • SECTION 13972 - FUEL DISPENSING SYSTEMS GENERAL • SECTION INCLUDES Piping and Accessories. L", Dual Product Dispensing Unit — Commercial. Submersible pumps. SUMMARY • Article 12 — Suffolk County Sanitary Code Toxic and Hazardous Materials Storage and Handling. NFPA 30 — Flammable and Combustible Liquids Code. NFPA 30A — Automatic and Marine Service Station Code. UL 87 — Power -Operated Dispensing Devices for Petroleum Products. UL 567 — Pipe Connectors for Flammable and Combustible Liquids and LP Gas. • UL 674 — Electric Motors and Generators for Use in Hazardous (Classified) locations. UL 698 — Industrial Control Equipment for Use in Hazardous (Classified) locations. • UL 886 — Outlet Boxes and Fittings for Use in Hazardous (Classified) locations. SUBMITTALS Submit manufacturer's catalog data for dispensing unit and associated equipment. • Submit field test reports for the operation test. Submit Operation and Maintenance Manuals for the dispensing system. • QUALITY ASSURANCE Standard Products: Material and equipment shall be standard products of a manufacturer regularly engaged in the manufacture of the products. Materials shall be resistant to diesel and gasoline fuel. Completed installation shall conform to applicable requirements of NFPA 30 and • NFPA 30A. DIVISION 13 - Page 36 of 42 C DIVISION 13 - SPECIAL CONSTRUCTION • Licensed Personnel: Personnel required to install underground petroleum piping shall be licensed/certified by the Authorities Having Jurisdiction. Submit copy of license/certification to the Engineer. • Safety: Ensure employees are trained in requirements of 29 CFR 1910.1200 and understand information contained in material safety data sheets for their protection against toxic and hazardous chemical effects. 0 PRODUCTS PRODUCT CARRIER PIPE AND FITTINGS Rigid, Double Wall Fiberglass Pipe: Products shall be NOV Fiberglass Systems Model Red Thread IIA, or approved equal, listed by Underwriters Laboratories for service intended. Limit rigid, double wall fiberglass to buried service only and at pressures not exceeding that marked on pipe. Provide Schedule 40 ductile iron pipe with threaded fittings for all piping located aboveground. Fiberglass Pipe Fittings: Provide fiberglass pipe fittings supplied by pipe manufacturer and adhesive compatible with product. Threading of Fiberglass pipe or mechanical pipe coupling will not be permitted. Joint Compound: Joint compound for piping system shall be resistant to water and be suitable for use with fuel containing 40 percent aromatics. Flexible Connectors: Flexible, fire resistant metal hose, corrugated type with braided wire sheath covering, close -pitch annular corrugations, rated for working pressure of at least 125 psig, 12 - inch minimum live length, treaded end connectors and shall conform to requirements of UL 567. Flexible connector shall be as manufactured by FIRE SHIELD or approved equal. Metal for hose and braided wire sheath shall be ANSI 300 Series Stainless Steel. All piping, fittings, and connectors must be SCDHS approved. • DUAL PRODUCT DOUBLE HOSE DISPENSING UNIT - COMMERCIAL Manufactures: Dresser Wayne or approved equal. Product dispensing Unit Provide dual product, computer controlled, lighted, remote type, with double hose outlet suitable for product delivery flow rate of up to 22 gallons per minute for gas and 36 gallons per minute for diesel. Steel frame shall be capable of resisting normal vertical and lateral loads and secured to concrete slab with a least two 1/2—inch anchor bolts. Exterior panels shall be stainless steel painted finish. Town shall choose color. Provide manufacturer's standard microprocessor which a has the following functions: DIVISION 13 - Page 37 of 42 0 DIVISION 13 - SPECIAL CONSTRUCTION Ej Displays: Liquid crystal displays (LCD'S) with automatic shutdown and six -digit volume display to 990,000 gallons. Totalizer: Seven -digit electromechanical non-resettable totalizer per hose. • Filters: UHC Dual Internal filters per hose with 40GPM, 30 Micron elements. Backup: Battery backup with automatic charging circuits to hold data for a minimum of three months without recharging. Sales display shall remain visible for 15 minutes after power failure. Provide integral heater for battery backup. • Accessories: Equip each assembly with accessories such as built-in air eliminators, line check valves, and emergency shut-off valve. Install centering ring or stabilizer bar to ensure proper shearing action for emergency shut-off valve if the dispensing pan under the dispenser. • Interlocks: Unit shall include nozzle supports interlocked to submersible pump motor control switch to start and stop the pump by nozzle removal and replacement. Provide each unit with interlock switch and valve arrangement that prevents flow of product until meter is reset after dispensing nozzle is returned to holder. Hose: Provide dispensing hose as shown on the contract drawings. • Nozzles: Dispensing nozzles shall be automatic type, diaphragm -operated vacuum tube design and shall have, as an integral part of nozzle assembly, a latch -open device. Provide waffle guard to keep splash back off user's hand. • Breakaway Device: Provide each product hose with UL listed emergency breakaway device designated to retain liquid on both sides of breakaway point. Breakaway device shall have pressure balancing chamber to override line pressure to prevent nuisance breaks caused by a restriction in delivery hose diameter. Pumps: Remote, tank mounted, submersible pumps • Installation of electrical equipment at dispensers, motors, and pump starter controllers shall comply with Class 1, Group D Hazardous location. Power supply to the dispenser shall be 120 VAC, 60 Hz. • 3. SUBMERSIBLE PUMPS A. Manufacturers: FE Petro -Model STP or approved equal. Provide in tank top 2 hp, 208/230 volt, 1 phase submersible pump with proper suction tube, 316 stainless steel intake filter, pump controller box, and integral leak detection, UL listed. C DIVISION 13 - Page 38 of 42 • DIVISION 13 - SPECIAL CONSTRUCTION Pump Motor: Centrifugal type with maximum liquid viscosity of 70 SSU at 60 deg F, thermally protected — automatic thermal overload shall turn motor off at approximately 205 deg F and shall reset on at approximately 115 deg F. Mechanical line leak detector (MLD) shall be capable of detecting 3 GPH line leaks at 10 psi and shall be third party certified to comply with US EPA requirements 280.41 (B) and 280.44 (A) for continuous monitoring of pressurized piping. MLD shall be signal a lone leak by allowing less than 3 gpm restricted flow rate. Shall be compatible with fluid being pumped — gasoline or diesel. Provide check valve, pressure relief valve, siphon primer, and air eliminator. Stainless steel filter shall be capable of filtering particles .009 inches (323mm) and larger. All steel shall be compatible with fluid being pumped — gasoline or diesel. Pump motor shall be constructed of 304 stainless steel. Provide "Smart Controller" by FE Petro, or approved equal. Controller shall contain wiring terminals, contract relay, and pilot light with lock out toggle switch. Controller shall also feature the following protection and diagnostics: Dry Running Protection Low Voltage Detection Pump Motor Failure Detection • Open Circuit Detection Extended Pump Run Detection Slave Pump(s) Auto Start Operation Alternating Pump Control Remote Diagnostic Polling Capability System abnormalities shall be identified by an indicator light and audible alarm. BURIED WARNING AND IDENTIFICATION TAPE Provide detectable aluminum foil plastic backed tape or detectable magnetic plastic tape manufactured specifically for warning and identification or buried piping. Tape shall be detectable by electronic detection instrument. Provide tape in rolls, three inches minimum width, color coded for utility involved, with warning and identification imprinted in bold black letters continuously and repeated over entire tape length. Warning and identification shall read "CAUTION BURIED FUEL PIPING BELOW" or similar wording. Provide permanent code and letter coloring unaffected by moisture and other substances contained in trench backfill material. Bury tape with printed side up a depth of 12 inches below top surface of earth or top surface of subgrade under pavements. DIVISION 13 - Page 39 of 42 • DIVISION 13 - SPECIAL CONSTRUCTION 7 EXECUTION PIPING INSTALLATION C: Piping System Non -Metallic pipe shall be used for buried lines only. Buried lines which carry product shall have secondary total containment system. LE Aboveground vent piping shall be Schedule 40 black iron. Each section of underground pipe shall rest solidly on pipe bed. Piping connections to equipment manufacturer • Make tank connections with two elbow swing joints or flexible connectors to allow for differential settlement. Threaded or mechanical joints shall be allowed at termination points of product carrying lines only. Test plug connections of secondary containment piping may be threaded. Clean pipe interior of foreign matter before lowering into trench and keep clean during installation. Pipe shall not be laid in water or when trench or weather conditions are suitable. • When work is not in progress, close open ends of pipe and fittings so that water, earth, or other substances cannot enter. Replace pipe, fittings, or appurtenances found defective after installation. Make threaded joints with tapered threads and make tight with joint compound; compatible with intended petroleum products, applied to male threads only. This requirement shall not apply for gauging hatch or similar connections directly over the tank where line terminates in a fitting within a manhole designed to allow for differential settling. Flanges shall not be permitted on buried lines. InstallingPiping Handle pipe and accessories to ensure sound, undamaged condition. Take care not to damage • coating when lowering pipe into trench and when backfilling. Install non-metallic pipe in accordance with pipe manufacturer's instructions. Lay underground pipelines with a minimum coverage of 18 inches. Piping shall be free of traps and shall drain towards tank. • DIVISION 13 - Page 40 of 42 0 C DIVISION 13 - SPECIAL CONSTRUCTION Fit piping passing through concrete or masonry construction with sleeves. Each sleeve shall be of sufficient length to pass through entire thickness of associated structural member and large enough to provide a minimum clear distance of '/z inch between pipe and sleeve, except where otherwise indicated. Sleeves through concrete shall be PVC. Sleeves shall be located on center with piping and fastened on place. Space on between sleeves shall be caulked and filled with bituminous plastic cement or mechanical caulking units designed for such use. Installinng Dispenser Install on raised concrete foundation and protect against collision damage. Provide opening in island for product and electrical risers for each dispenser. Fill island riser holes with clean sand. Install dispenser in accordance with manufacturer's instructions and with emergency shut-off valve braking point level with island surface. 0 Cleaning Do not install dispensing units during flushing and cleaning of piping. Install temporary piping or hose equipped with a strainer having not less than 40 -mesh screen between supply pipe and tank fill connection on tank from which fuel is being pumped. Furnish temporary pump for flushing. Flush each dispensing system with same type of fuel intended for use in system until outflowing fuel is "clean" and "bright": clean ,means absence of sediment or emulsion; bright refers to fluorescent appearance of fuel that has no cloud or haze. ELECTRICAL WORK • Provide switches and devices required for controlling electrical equipment. Wiring, equipment, and fittings shall be explosion -proof in conformance with applicable requirements of UL 674, UL698 and UL 886 for Class I, Division I, Group C and D hazardous locations. Submit proof of such conformance. Electrical installations shall conform to requirements of NFPA 70. • PNEUMATIC TEST Test product carrier piping under pneumatic pressure of at least 1-1/4 times designed working pressure of the particular piping system, but not less than 50 prig. Test secondary piping under pneumatic pressure of 5 psig• Joints in secondary piping shall not be made until product carrier pipe is successfully pressure tested. Take care not to exceed pressure rating of various fittings such as the dry break vapor line adapter. Maintain pressure in product carrier piping for at least 2 hours during which there shall be no drop in pressure in each line greater than allowed fore thermal expansion and contraction. Maintain pressure in secondary piping for at least one hour. To facilitate this test, various sections of each piping system may be isolated to test each separately. Furnish tapped test adapted fittings that can be attached to each end of the section of line being tested that will permit direct connection to the piping from the air compressor. No taps in line will be permitted. DIVISION 13 - Page 41 of 42 0 DIVISION 13 - SPECIAL CONSTRUCTION Furnish necessary equipment for testing. Gauges shall be subject to testing and approval. In the event leaks are detected, repair and repeat tests. Upon satisfactory completion of test, relieve pressure and seal line. Make provisions to prevent displacement of piping during testing. Keep personnel clear of piping during pneumatic testing. • Isolate equipment such as pumps, tanks and meters from piping system during tests. SITE TESTS • Test each system to demonstrate performance requirements for which it was designed. Operate fuel -dispensing equipment to demonstrate capability of fuel pumps to deliver desired flow and draw storage tank concrete to level of pump inlet. When a portion of the system or a piece of equipment fails to pass tests, make repairs or adjustments and repeat test until satisfactory performance is achieved. 9 Test shall be witnessed by the Authorities Having Jurisdiction, the Engineer. The Contractor shall notify the Engineer two days before testing. Furnish calibrated instruments and equipment, as well as the fuel, required to clean and flush the system and to conduct tests. Upon completion of tests replace filters. END OF SECTION 13972 — FUEL DISPENSING SYSTEMS DIVISION 13 - Page 42 of 42 • • • 0 Ll • 7 • DIVISION 15B —PLUMBING GENERAL The work under this Division shall be subject to the requirements of the CONDITIONS OF CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS, DRAWINGS, SCHEDULES, ADDENDA, and other Contract Documents. Refer to the Drawings and Specifications of other trades and Contractors for items, which might affect the work under this Division. TABLE OF CONTENTS - DIVISION 15B - PLUMBING 15000 General 15195 Natural Gas Piping 15900 Project Completion Revised Jan. 2012 DIVISION 15B - Page 1 of 7 DIVISION 15B — PLUMBING SECTION 15000 - GENERAL GENERAL REQUIREMENTS 11 • All applicable provisions of the section entitled "General Conditions" and "Special Conditions" shall apply to all work under this Contract as if written out in full, and shall be adhered to by the Contractor. SPECIAL INSTRUCTIONS FOR BIDDERS • A. The bidder shall, before submitting his proposal, examine the Drawings and Specifications covering the work of other trades, so as to familiarize himself with the character of the work as a whole and to enable him better to understand the relation and extent of the work with reference to the work of other trades. • B. The Drawings show schematically the approximate location of all apparatus, pipes, drains, etc. The exact location shall be subject to approval of the Engineer and/or Owner, who reserve the right to make, prior to installation, any reasonable changes in location indicated without extra cost to the Owner. • C. It is the intent of the Contract Drawings and these Specifications to provide a complete and operative system. Whether shown on the Contract Drawings and/or included in the Specifications or not, the Contractor shall furnish and install all material, equipment and labor usually furnished with such systems, unless specifically excluded in these Specifications. • WORK INCLUDED A. The Contractor shall furnish all labor, materials, equipment and incidentals to complete all plumbing work as specified herein, shown on the Contract Drawings and as directed by the • Engineer. In general, the work shall include but not be limited to the following: Excavation, backfilling and mechanical tamping of all trenches. Trenches shall be backfilled in 6" compacted lifts. 3. Pipe covering as specified; sleeves and escutcheons for piping. • 4. Natural gas system, meter assembly and all National Grid required work. 5. Testing and procurement of approvals for all systems as may be required by the Engineer, governmental authorities and utility companies having jurisdiction. • SUBMITTALS The Contractor shall furnish the required copies of Shop Drawings of all equipment and material to be furnished by him under this Contract for approval by the Engineer. Drawings shall be • supplemented with catalog cuts, materials of construction, ratings, etc. Revised Jan. 2012 DIVISION 15B - Page 2 of 7 0 • DRAWINGS DIVISION 15B — PLUMBING A. Contract Drawings are generally diagrammatic, not showing every bend or offset as may be required to properly complete the work to meet job conditions, building geometry, changes in locations, work of other trades, etc. The Contractor shall furnish all such additional offsets, bends, piping, etc., at no additional cost to the Owner so that the completed installations will result in neat, workmanlike, first-class operating plumbing systems of the highest quality. • B. Field Drawings shall be maintained by the Contractor showing actual installed locations of all equipment and materials under this Contract. The Contractor shall maintain shop drawings approved by the Engineer in a file in the field. • C. Record Drawings shall be submitted by the Contractor to the Engineer upon completion of work and shall be marked "As- Built". ADJUSTMENT AND/OR INSTRUCTIONS FOR EQUIPMENT A. The Contractor shall make all necessary adjustments for proper operation of all equipment furnished by them under this Contract. They shall also instruct and acquaint the Owner's designated representative in the proper operation of all equipment. B. Final payment under this Contract shall not be made until all the above requirements are satisfactorily completed to the approval_ of the Engineer. • PERMITS AND REGULATIONS The Contractor shall obtain and pay for all permits necessary to conduct the work and complete the Contract. All work shall be performed in strict accordance with the regulations and requirements of • the various agencies having jurisdiction thereof. Upon completion of the work provided for in this Contract, and before final payment shall be made, the Contractor shall furnish the Engineer with any necessary certificates of approval issued by these various agencies. • END OF SECTION 15000 - GENERAL • • Revised Jan. 2012 DIVISION 15B - Page 3 of 7 0 DIVISION 15B — PLUMBING SECTION 15195 — NATURAL GAS PIPING C WORK INCLUDED • The Contractor shall furnish all labor, materials, equipment and incidentals for a complete and safe installation in accordance with the contract documents and all applicable codes and authorities having jurisdiction. In general, the work shall include but not be limited to providing a complete natural gas piping system with header, piping, gas cocks, connections to equipment, installation of meter and coordination with utility company. SUBMITTALS Submit shop drawings showing proposed gas piping layout with pipe sizes. • REFERENCE STANDARDS A. Published Specifications' standards, tests or recommended methods of trade, industry or governmental organizations apply to work in this Section. B. Comply with all applicable national, state and local codes. C. In addition, comply with all other standards of associations as specified herein including, but not limited to, the following as applicable: • 1. Building Codes of New York State 2. National Fuel Gas Code — NFPA 54 3. American Gas Association (AGA) • 4. American Petroleum Institute (API). 5. National Grid (Keyspan) Energy Delivery PIPE • A. Schedule 40 Black Steel. B. All exterior exposed piping shall be galvanized. C. Gas piping buried underground or under floor shall be AGA approved coated steel pipe. • FITTINGS A. Piping 4 inches in diameter and above shall have welded fittings. B. Steel fittings shall be forged welded fittings. Revised Jan. 2012 DIVISION 15B - Page 4 of 7 • 0 ` DIVISION 15B — PLUMBING • C. Compression couplings can be utilized to join steel pipe. For steel pipe up to and including 2 inch use similar to Dresser Style 90. 2. For steel pipe 3 inch, 4 inch and 6 inch use similar to Dresser Style 38. TESTS AND INSPECTIONS 41 A. All installations and testing of gas piping shall conform to the New York State Building Code. i 0 i r s • 0 B. Piping with a maximum operating pressure up to and including ''/z psig (14" w.c.) 1. Completed piping is to be tested with air or dry inert gas at three (3) psig for a minimum of one (1) hour. (For exceptionally long piping runs longer test periods may be required, the decision of the National Grid inspector shall govern). 2. Completed piping three (3) inches and over is to be tested with air or dry inert gas for a minimum of one (1) hour at fifty (50) psig. C. Piping with a working pressure above '/2 psig (14" w.c.) Up to and including three (3) psig: 1. Completed piping is to be tested with air or dry inert gas at fifty (50) psig for a minimum or one (1) hour. INSTALLATION A. Contractor shall provide meter header and piping in accordance with National Grid Energy Delivery standards and requirements. B. After purging the service, and before installing the meter, the lockwing meter valve on the riser pipe, on the bypass and on the purge shall be closed and locked with a gas snap lock. C. Where necessary, install a vent pipe in accordance with (Construction Standard) CS - 12302. Vent piping size, equivalent length and location shall meet the requirements of DA -130001. The vent pipe shall be furnished and installed by the contractor. D. Maintain '/z inch minimum clearance between the regulator and meter case or any foreign structures. Swing regulator, if necessary, to obtain clearance. E. Service riser, meter header and meter shall be located to prevent damage by vehicles and mechanical equipment. Were a protected location is not available, add additional protection by use of concrete filled steel posts. Protection posts shall be furnished and installed by the contractor. (See CS -14905). Revised Jan. 2012 DIVISION 15B - Page 5 of 7 DIVISION 15B — PLUMBING • F. The meter and associated piping shall be plumb and level from both front and side. G. Close (fully threaded) nipples shall not be installed on meter sets. • H. Pipe straps or hangers shall be used for support where the distance between the riser and the building entrance point exceeds 5'-0". The placement of the support shall not exceed 5'-0". I. All lockwing meter valves shall face away from the wall for easy accessibility. J. Street ells shall not be permitted. FIELD QUALITY CONTROL • A. Unless otherwise specified, all piping must be in compliance with NFPA-54 and National Grid Energy Delivery rules and regulations for gas installations. B. Refer to CS -14950 for additional protection against vandalism. C. All piping, fittings etc. to be thoroughly cleaned of all foreign matter prior to installation. • END OF SECTION 15195 — NATURAL GAS PIPING • • 17 • Revised Jan. 2012 DIVISION 15B - Page 6 of 7 DIVISION 15B — PLUMBING i 11 SECTION 15900 - PROJECT COMPLETION CLEANING AND ADJUSTING As directed, the Contractor shall finally and thoroughly clean all fixtures, equipment, piping, and other exposed work. Cleaning work shall be done in stages if so ordered to facilitate the work of others. 0 GUARANTEE The Plumbing Contractor shall guarantee for a period of one year from date of final acceptance of the work, all materials and equipment furnished and installed and shall replace any work or equipment without charge which may become, as a result of defective work or materials, or which may be damaged during the correction of defective work. FINAL CLOSEOUT The Contractor shall provide operations and maintenance manuals for all materials, equipment and systems installed and instruct the Owner's designated personnel on their use. END OF SECTION 15900 - PROJECT COMPLETION [] 0 0 U Revised Jan. 2012 DIVISION 15B - Page 7 of 7 CI • GENERAL DIVISION 16 — ELECTRICAL The work under this Division shall be subject to the requirements of the CONDITIONS OF • CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS, DRAWINGS, SCHEDULES, ADDENDA and other Contract Documents. • • • • • • C 0 Refer to the Drawings and Specifications of other trades and Contractors for items which might affect the work under this Division. TABLE OF CONTENTS - DIVISION 16 - ELECTRICAL Included in this Division are the following sections: 16000 General 16050 Basic Electrical Materials & Methods 16060 Grounding & Bonding 16075 Electrical Identification 16080 Electrical Testing 16402 Underground Electric Service 16410 Enclosed Switches & Circuit Breakers 16442 Panelboards DIVISION 16 - Page 1 of 35 DIVISION 16 — ELECTRICAL 0 SECTION 16000 - GENERAL SECTIONS INCLUDED C All applicable provisions of the sections entitled "General Conditions" and "Special Conditions" shall apply to all work under this Contract as if written out in full, and shall be adhered to by the Contractor. SPECIAL INSTRUCTIONS TO BIDDERS 0 A. The bidder shall, before submitting a proposal, examine the site, construction drawings and specifications covering the work of other trades, so as to familiarize themselves with the scope of the project as a whole and to enable them to better understand the relation and extent of the work. 9 B. The construction drawings and details show schematically the approximate location of all apparatus, lights, switches, and appurtenant electrical materials and equipment. The exact location of shall be subject to approval of the Engineer who reserves the right to make, prior to installation, any reasonable changes in location indicated without extra cost to the Owner. C. It is the intent of the contract drawings and these specifications to provide a complete and operative system. Whether shown on the contract drawings and/or included in the specifications or not, the Contractor shall furnish and install all material, equipment and labor usually furnished with such systems, unless specifically excluded in these Specifications. WORK INCLUDED A. The Contractor shall furnish all labor, materials, equipment and incidentals to complete all electrical work as specified herein, shown on the Contract Drawings and as directed by the Engineer. In general, the work shall include but not be limited to the following: 1. Underground permanent electrical services including transformer pad; 2. Temporary power during construction until permanent power is provided; 3. Light and power distribution panel boards; 4. Conductors and raceways; 5. Grounding; 6. Junction existing wiring to new service distribution panel; 7. Equipment safety switches; 8. Site restoration — the Electrical Contractor is responsible for restoration of asphalt pavement, concrete walkways, top soil and seeding. DIVISION 16 - Page 2 of 35 C Ll C SUBMITTALS DIVISION 16 — ELECTRICAL The Contractor shall furnish four (4) copies of Shop Drawings of all equipment and material to • be furnished by him under this Contract for approval by the Engineer. Drawings shall be supplemented with catalog cuts, materials of construction, ratings, etc. DRAWINGS A. The contract drawings are generally diagrammatic, not showing every bend or offset as may be required to properly complete the work to meet job conditions, building geometry, changes in locations, work of other trades, etc. The Contractor shall furnish all such additional offsets, bends, piping, etc., at no additional cost to the Owner so that the completed installations will result in neat, workmanlike, first-class operating electrical systems of the highest quality. B. Field drawings shall be maintained by the Contractor showing actual installed locations of all equipment and materials under this Contract. Shop drawings approved by the Engineer shall be maintained by the Contractor in the field. * C. Record Drawings shall be submitted by the Contractor to the Engineer upon completion of work and shall be marked "Record Plan". ADJUSTMENT OF AND INSTRUCTIONS FOR EQUIPMENT A. The Contractor shall make all necessary adjustments for proper operation of all equipment furnished by him under this Contract. He shall also instruct and acquaint the Owner's designated representative in the proper operation of all equipment. B. The Contractor shall prepare type written instructions and diagrammatic sketches of all • equipment and systems. This material shall be posted in the electrical room for the following: 1. Circuit breaker schedule. • C. Final payment under this Contract shall not be made until all the above requirements are met by the Contractor. PERMITS AND REGULATIONS A. The Electrical Contractor shall obtain and pay for any permits necessary to conduct work M and complete this Contract. All work shall be performed in accordance with the National Electric Code. Upon completion of the work provided for in this Contract, and before final payment shall be made, the Contractor shall furnish the Engineer with any necessary Certificates of approval issued by various regulatory agencies. The Contractor shall supply a Certificate of Approval from the New York Board of Fire Underwriter's • DIVISION 16 - Page 3 of 35 0 DIVISION 16 — ELECTRICAL • SECTION 16050 - BASIC ELECTRICAL MATERIALS AND METHODS GENERAL SUMMARY A. This Section includes the following: • 1. Raceways. 2. Wire and connectors. 3. Supporting devices for electrical components. 4. Electrical identification. 5. Utility company electricity -metering components. 6. Electrical demolition. 7. Cutting and patching for electrical construction SUBMITTALS • A. Product Data: For utility company electricity -metering components. B. Shop Drawings: Dimensioned plans and sections or elevation layouts and single -line diagram of electricity -metering component assemblies specific to this Project. Q QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Devices for Utility Company Electricity Metering: Comply with utility company published standards. C. Comply with NFPA 70. • COORDINATION A. Coordinate chases, slots, inserts, sleeves, and openings for electrical supports, raceways, and cable with general construction work. B. Sequence, coordinate, and integrate installing electrical materials and equipment for efficient flow of the Work. Coordinate installing large equipment that requires positioning before closing in the building. DIVISION 16 - Page 4 of 35 0 • DIVISION 16 — ELECTRICAL C. Coordinate electrical service connections to components furnished by utility companies. • 1. Coordinate installation and connection of exterior underground and overhead utilities and services, including provision for service entrances and electricity - metering components. D. Where electrical identification devices are applied to field -finished surfaces, coordinate installation of identification devices with completion of finished surface. PRODUCTS RACEWAYS A. EMT: Electrical metallic tubing; ANSI C80.3, zinc -coated steel, with compression fittings. B. FMC: Flexible metal conduit; zinc -coated steel. • C. IMC: Intermediate metal conduit; ANSI C80.6, zinc -coated steel, with threaded fittings. D. LFMC: Liquidtight flexible metal conduit; zinc -coated steel with sunlight -resistant 40 and mineral -oil -resistant plastic jacket. E. RMC: Rigid metal conduit; galvanized rigid steel; ANSI C80.1. F. RNC: Rigid nonmetallic conduit; NEMA TC 2, Schedule 40 PVC, with NEMA TC3 • fittings. G. Raceway Fittings: Specifically designed for raceway type with which used. WIRES, CABLES, AND CONNECTIONS • A. Conductors, No. 10 AWG and Smaller: Solid or stranded copper. B. Conductors, Larger than No. 10 AWG: Stranded copper. C. Insulation: Thennoplastic, rated 600 V, 75 deg C minimum, Type THW, THHN- THWN, or USE depending on application. D. Wire Connectors and Splices: Units of size, ampacity rating, material, type, and class suitable for service indicated. DIVISION 16 - Page 5 of 35 0 DIVISION 16 — ELECTRICAL SUPPORTING DEVICES u A. Material: Cold -formed steel, with corrosion -resistant coating. • B. Metal Items for Use Outdoors or in Damp Locations: Hot -dip galvanized steel. C. Slotted -Steel Channel: Flange edges turned toward web, and 9/16 -inch- (14 -mm-) diameter slotted holes at a maximum of 2 inches (50 mm) o.c., in webs. Strength rating to suit structural loading. • D. Slotted Channel Fittings and Accessories: Recommended by the manufacturer for use with the type and size of channel with which used. 1. Materials: Same as channels and angles, except metal items may be stainless steel. • E. Raceway and Cable Supports: Manufactured clevis hangers, riser clamps, straps, threaded C -clamps with retainers, ceiling trapeze hangers, wall brackets, and spring - steel clamps or click -type hangers. F. Pie Sleeves: ASTM A 53 Type E Grade A Schedule 40 Pipe � yP ,galvanized steel, plain ends. G. Cable Supports for Vertical Conduit: Factory -fabricated assembly consisting of threaded body and insulating wedging plug for nonarmored electrical cables in riser conduits. Plugs have number and size of conductor gripping holes as required to suit individual risers. Body constructed of malleable -iron casting with hot -dip galvanized finish. H. Expansion Anchors: Carbon -steel wedge or sleeve type. • I. Toggle Bolts: All -steel springhead type. J. Powder -Driven Threaded Studs: Heat-treated steel. ELECTRICAL IDENTIFICATION • A. Identification Device Colors: Use those prescribed by ANSI A13.1, NFPA 70, and these Specifications. B. Colored Adhesive Marking Tape for Raceways, Wires, and Cables: Self-adhesive vinyl tape, not less than 1 inch wide by 3 mils thick (25 mm wide by 0.08 mm thick). C. Tape Markers for Conductors: Vinyl or vinyl -cloth, self-adhesive, wraparound type with preprinted numbers and letters. DIVISION 16 - Page 6 of 35 • 40 • 0 r r • 0 • • n Li 41 DIVISION 16 — ELECTRICAL D. Color -Coding Cable Ties: Type 6/6 nylon, self-locking type. Colors to suit coding scheme. E. Underground Warning Tape: Permanent, bright -colored, continuous -printed, vinyl tape compounded for permanent direct -burial service, and with the following features: 1. Not less than 6 inches wide by 4 mils thick (150 mm wide by 0.102 mm thick). 2. Embedded continuous metallic strip or core. 3. Printed legend that indicates type of underground line. F. Engraved -Plastic Labels, Signs, and Instruction Plates: Engraving stock, melamine plastic laminate punched or drilled for mechanical fasteners 1/16 -inch (1.6 -mm) minimum thickness for signs up to 20 sq. in. (129 sq. cm) and 1/8 -inch (3.2 -mm) minimum thickness for larger sizes. Engraved legend in black letters on white background. G. Warning and Caution Signs: Preprinted; comply with 29 CFR 1910.145, Chapter XVII. Colors, legend, and size appropriate to each application. 1. Interior Units: Aluminum, baked -enamel -finish, punched or drilled for mechanical fasteners. 2. Exterior Units: Weather -resistant, nonfading, preprinted, cellulose -acetate butyrate with 0.0396 -inch (1 -mm), galvanized -steel backing. 1/4 -inch (6 -mm) grommets in corners for mounting. H. Fasteners for Nameplates and Signs: Self -tapping, stainless-steel screws or No. 10/32 stainless-steel machine screws with nuts and flat and lock washers. EQUIPMENT FOR UTILITY COMPANY'S ELECTRICITY METERING A. Comply with requirements of electrical power utility company. CONCRETE BASES A. Concrete Forms and Reinforcement Materials: As specified in Division 3 Section Cast -in -Place Concrete. B. Concrete: 3000 -psi (20.7-MPa), 28 -day compressive strength. EXECUTION ELECTRICAL EQUIPMENT INSTALLATION A. Headroom Maintenance: If mounting heights or other location criteria are not indicated, arrange and install components and equipment to provide maximum possible headroom. DIVISION 16 - Page 7 of 35 DIVISION 16 — ELECTRICAL , B. Materials and Components: Install level, plumb, and parallel and perpendicular to other building systems and components, unless otherwise indicated. C. Equipment: Install to facilitate service, maintenance, and repair or replacement of components. Connect for ease of disconnecting, with minimum interference with other installations. D. Right of Way: Give to raceways and piping systems installed at a required slope. C RACEWAY APPLICATION A. Outdoor Installations: 1. Exposed: RMC. 2. Concealed: RMC. 3. Underground, Single Run: RMC. 4. Underground, Grouped: RMC. 5. Connection to Vibrating Equipment: LFMC. 6. Boxes and Enclosures: NEMA 250, Type 3R or Type 4, unless otherwise indicated. B. Indoor Installations: 1. Exposed: EMT except in wet or damp locations, use IMC. 2. Concealed in Walls or Ceilings: EMT. M 3. In Concrete Slab: RMC. 4. Below Slab on Grade or in Crawlspace: RMC. 5. Connection to Vibrating Equipment: LFMC. 6. Boxes and Enclosures: NEMA 250, Type 1, unless otherwise indicated. • RACEWAY AND CABLE INSTALLATION A. Conceal raceways and cables, unless otherwise indicated, within finished walls, ceilings, and floors. • B. Keep legs of raceway bends in the same plane and keep straight legs of offsets parallel. C. Install pull wires in empty raceways. Use No. 14 AWG zinc -coated steel or woven polypropylene or monofilament plastic line with not less than 200-1b (90 -kg) tensile strength. Leave at least 12 inches (300 mm) of slack at each end of pull wires. D. Connect motors and equipment subject to vibration, noise transmission, or movement with a maximum of 72 -inches (1830 -mm) flexible conduit. Install LFMC in wet or damp locations. Install separate ground conductor across flexible connections. • DIVISION 16 - Page 8 of 35 & DIVISION 16 — ELECTRICAL • WIRING METHODS FOR POWER, AND CONTROL CIRCUITS A. Application: Use wiring insulating single conductor in raceway for all applications codes as interpreted by authorities having jurisdiction. WIRING INSTALLATION A. Make splices and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors. ELECTRICAL SUPPORTING DEVICE APPLICATION A. Damp Locations and Outdoors: Hot -dip galvanized materials or nonmetallic, slotted channel system components. B. Dry Locations: Steel materials. 4A C. Strength of Supports: Adequate to carry present and future loads, times a safety factor of at least four with, 200-1b (90 -kg) minimum design load for each support element. SUPPORT INSTALLATION A. Support parallel runs of horizontal raceways together on trapeze- or bracket -type hangers. B. Size supports for multiple raceway or cable runs so capacity can be increased by a 25 percent minimum in the future. C. Support individual horizontal single raceways with separate, malleable -iron pipe hangers or clamps except use spring -steel fasteners for 1 -1/2 -inch (38 -mm) and smaller single raceways above suspended ceilings and for fastening raceways to slotted channel and angle supports. 0 D. Install sleeves for cable and raceway penetrations of concrete slabs and walls unless core -drilled holes are used. Install sleeves for cable and raceway penetrations of masonry and fire -rated gypsum walls and of all other fire -rated floor and wall assemblies. Install sleeves during erection of concrete and masonry walls. E. Secure electrical items and their supports to building structure, using the following methods unless other fastening methods are indicated: 1. Wood: Wood screws or screw-type nails. 2. Gypsum Board: Toggle bolts. Seal around sleeves with joint compound, both sides of wall. DIVISION 16 - Page 9 of 35 0 DIVISION 16 — ELECTRICAL 3. Masonry: Toggle bolts on hollow block and expansion bolts on solid block. Seal around sleeves with mortar, both sides of wall. 4. New Concrete: Concrete inserts with machine screws and bolts. 5. Existing Concrete: Expansion bolts 6. Light Steel Framing: Sheet metal screws. 7. Fasteners for Damp, Wet, or Weather -Exposed Locations: Stainless steel. 8. Light Steel: Sheet -metal screws. 9. Fasteners: Select so load applied to each fastener does not exceed 25 percent of its proof -test load. IDENTIFICATION MATERIALS AND DEVICES A. Install at locations for most convenient viewing without interference with operation and maintenance of equipment. B. Coordinate names, abbreviations, colors, and other designations used for electrical identification with corresponding designations indicated in the Contract Documents or required by codes and standards. Use consistent designations throughout Project. C. Self -Adhesive Identification Products: Clean surfaces before applying. D. Tag and label circuits designated to be extended in the future. Identify source and circuit numbers in each cabinet, pull and junction box, and outlet box. Color -coding may be used for voltage and phase identification. E. Install continuous underground plastic markers during trench backfilling, for exterior underground power, control, signal, and communication lines located directly above power and communication lines. Locate 6 to 8 inches (150 to 200 mm) below finished grade. If width of multiple lines installed in a common trench or concrete envelope • does not exceed 16 inches (400 mm), overall, use a single line marker. F. Install warning, caution, and instruction signs where required to comply with 29 CFR 1910.145, Chapter XVII, and where needed to ensure safe operation and maintenance of electrical systems and of items to which they connect. Indoors install engraved plastic -laminated instruction signs with approved legend where instructions are needed for system or equipment operation. Install metal-backed butyrate signs for outdoor items. G. Install engraved -laminated emergency -operating signs with white letters on red 10 background with minimum 3/8 -inch- (9 -mm-) high lettering for emergency instructions on power transfer, load shedding, and other emergency operations. DIVISION 16 - Page 10 of 35 DIVISION 16 — ELECTRICAL ELECTRICITY -METERING EQUIPMENT A. Install utility company metering equipment according to utility company's written requirements. Provide grounding and empty conduits as required by utility company. FIRESTOPPING A. Apply firestopping to cable and raceway sleeves and other penetrations of fire -rated floor and wall assemblies to restore original undisturbed fire -resistance ratings of assemblies. Firestopping installation is specified in Division 7 Section "Through - Penetration Firestop Systems." DEMOLITION A. Protect existing electrical equipment and installations indicated to remain. If damaged or disturbed in the course of the Work, remove damaged portions and install new products of equal capacity, quality, and functionality. B. Accessible Work: Remove exposed electrical equipment and installations, indicated to be demolished, in their entirety. C. Abandoned Work: Cut and remove buried raceway and wiring, indicated to be abandoned in place, 2 inches (50 mm) below the surface of adjacent construction. Cap r raceways and patch surface to match existing finish. D. Remove, store, clean, reinstall, reconnect, and make operational components indicated for relocation. r CUTTING AND PATCHING 0 A. Cut, channel, chase, and drill floors, walls, partitions, ceilings, and other surfaces required to permit electrical installations. Perforin cutting by skilled mechanics of trades involved. B. Repair, refinish and touch up disturbed finish materials and other surfaces to match adjacent undisturbed surfaces. • END OF SECTION 16050 — BASIC ELECTRICAL MATERIALS & METHODS I, DIVISION 16 - Page 11 of 35 0 DIVISION 16 — ELECTRICAL 0 SECTION 16060 - GROUNDING AND BONDING GENERAL • SUMMARY A. This Section includes grounding of electrical systems and equipment. Requirements specified in this Section may be supplemented by requirements of other Sections. SUBMITTALS A. Product Data: For ground rods. B. Field quality -control test reports. C QUALITY ASSURANCE i A. Electrical Components, Devices, and Accessories: Listed and labeled under UL 467 as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with NFPA 70; for overhead -line construction and medium -voltage underground construction, comply with IEEE C2. C. Comply with NFPA 780 and UL 96 when interconnecting with lightning protection system. • PRODUCTS MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers `r offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Apache Grounding/Erico Inc. 2. Boggs, Inc. 3. Chance/Hubbell. 4. Copperweld Corp. 5. Dossert Corp. 6. Erico Inc.; Electrical Products Group. 7. Framatome Connectors/Burndy Electrical. 8. Galvan Industries, Inc. DIVISION 16 - Page 12 of 35 P 0 DIVISION 16 — ELECTRICAL 9. Harger Lightning Protection, Inc. 10. Hastings Fiber Glass Products, Inc. 11. Heary Brothers Lightning Protection Co. i► 12. Ideal Industries, Inc. 13. ILSCO. 14. Kearney/Cooper Power Systems. 15. Korns, C. C. Co.; Division of Robroy Industries. 16. Lightning Master Corp. 17. Lyncole XIT Grounding. 18. O-Z/Gedney Co.; a business of the EGS Electrical Group. 19. Raco, Inc.; Division of Hubbell. 20. Robbins Lightning, Inc. 21. Salisbury, W. H. & Co. * 22. Superior Grounding Systems, Inc. 23. Thomas & Betts, Electrical. GROUNDING CONDUCTORS A. Equipment Grounding Conductors: Insulated with green -colored insulation. B. Isolated Ground Conductors: Insulated with green -colored insulation with yellow stripe. On feeders with isolated ground, use colored tape, alternating bands of green and yellow tape to provide a minimum of three bands of green and two bands of yellow. C. Grounding Electrode Conductors: Stranded cable. D. Underground Conductors: Bare, tinned, stranded, unless otherwise indicated. E. Bare, Solid -Copper Conductors: ASTM B 3. F. Assembly of Bare, Stranded -Copper Conductors: ASTM B 8. G. Bare, Tinned -Copper Conductors: ASTM B 33. E H. Copper Bonding Conductor: No. 4 or No. 6 AWG, stranded copper conductor. 0 I. Copper Bonding Jumper: Bare copper tape, braided bare copper conductors, terminated with copper ferrules; 1-5/8 inches (42 mm) wide and 1/16 inch (1.5 mm) thick. J. Tinned -Copper Bonding Jumper: Tinned -copper tape, braided copper conductors, terminated with copper ferrules; 1-5/8 inches (42 rnm) wide and 1/16 inch (1.5 mm) thick. K. Ground Conductor for Overhead Distribution: No. 4 AWG minimum, soft -drawn copper. DIVISION 16 - Page 13 of 35 DIVISION 16 — ELECTRICAL L. Grounding Bus: Bare, annealed copper bars of rectangular cross section, with insulated spacer. M. Connectors: Comply with IEEE 837 and UL 467; listed for use for specific types, sizes, and combinations of conductors and connected items. GROUNDING ELECTRODES A. Ground Rods: Copper -clad steel. 0 EXECUTION INSTALLATION A. Use only copper conductors for both insulated and bare grounding conductors in direct contact with earth, concrete, masonry, crushed stone and similar materials. B. In raceways, use insulated equipment grounding conductors. C. Exothermic -Welded Connections: Use for connections to structural steel and for underground connections. D. Underground Grounding Conductors: Use copper conductor, No. 2/0 AWG minimum. Bury at least 24 inches (600 mm) below grade. E. Equipment Grounding Conductors: Comply with NFPA 70, Article 250, for types, sizes, and quantities of equipment grounding conductors, unless specific types, larger sizes, or more conductors than required by NFPA 70 are indicated. • 1. Install insulated equipment grounding conductors in feeders and branch circuits. 2. Computer Outlet Circuits: Install insulated equipment grounding conductor in branch -circuit runs from computer -area power panels or power -distribution units. 3. Isolated Grounding Receptacle Circuits: Install an insulated equipment grounding conductor connected to the receptacle grounding terminal. Isolate grounding conductor from raceway and from panelboard grounding terminals. Terminate at equipment grounding conductor terminal of the applicable derived system or service, unless otherwise indicated. 4. Isolated Equipment Enclosure Circuits: For designated equipment supplied by a branch circuit or feeder, isolate equipment enclosure from supply raceway with a nonmetallic raceway fitting listed for the purpose. Install fitting where raceway enters enclosure, and install an insulated equipment grounding conductor. Isolate equipment grounding conductor from raceway and from panelboard grounding terminals. Terminate at equipment grounding conductor DIVISION 16 - Page 14 of 35 11 • DIVISION 16 — ELECTRICAL terminal of the applicable derived system or service, unless otherwise indicated. 5. Signal and Communication Systems: For communication systems, provide • No. 4 AWG minimum insulated grounding conductor in raceway from grounding electrode system to each service location, terminal cabinet, wiring closet, and central equipment location. a. Service and Central Equipment Locations and Wiring Closets: Terminate grounding conductor on a 1/4 -by -2 -by -12 -inch (6.4 -by -50 - by -300 -mm) grounding bus. b. Terminal Cabinets: Terminate grounding conductor on cabinet grounding terminal. ' 6. Metal Poles Supporting Outdoor Lighting Fixtures: Provide a grounding electrode in addition to installing an insulated equipment grounding conductor with supply branch -circuit conductors. 7. Common Ground Bonding with Lightning Protection System: Bond electrical power system ground directly to lightning protection system grounding conductor at closest point to electrical service grounding electrode. Use bonding conductor sized same as system grounding electrode conductor, and install in conduit. F. Grounding Conductors: Route along shortest and straightest paths possible, unless otherwise indicated. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage. G. Bonding Straps and Jumpers: Install so vibration by equipment mounted on vibration isolation hangers or supports is not transmitted to rigidly mounted equipment. Use exothermic -welded connectors for outdoor locations, unless a disconnect -type 40 connection is required; then, use a bolted clamp. Bond straps directly to the basic structure taking care not to penetrate any adjacent parts. Install straps only in locations accessible for maintenance. H. Connections: Make connections so galvanic action or electrolysis possibility is minimized. Select connectors, connection hardware, conductors, and connection methods so metals in direct contact will be galvanically compatible. 1. Use electroplated or hot -tin -coated materials to ensure high conductivity and to make contact points closer to order of galvanic series. 2. Make connections with clean, bare metal at points of contact. • 3. Make aluminum -to -steel connections with stainless-steel separators and mechanical clamps. 4. Make aluminum -to -galvanized steel connections with tin-plated copper jumpers and mechanical clamps. 5. Coat and seal connections having dissimilar metals with inert material to prevent future penetration of moisture to contact surfaces. DIVISION 16 - Page 15 of 35 DIVISION 16 — ELECTRICAL • 6. Exothermic -Welded Connections: Comply with manufacturer's written instructions. Welds that are puffed up or that show convex surfaces indicating improper cleaning are not acceptable. 7. Equipment Grounding Conductor Terminations: For No. 8 AWG and larger, 46 use pressure-type grounding lugs. No. 10 AWG and smaller grounding conductors may be terminated with winged pressure-type connectors. 8. Noncontact Metal Raceway Terminations: If metallic raceways terminate at metal housings without mechanical and electrical connection to housing, terminate each conduit with a grounding bushing. Connect grounding bushings with a bare grounding conductor to grounding bus or terminal in housing. Bond electrically noncontinuous conduits at entrances and exits with grounding bushings and bare grounding conductors, unless otherwise indicated. 9. Tighten screws and bolts for grounding and bonding connectors and terminals according to manufacturer's published torque -tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. 10. Compression -Type Connections: Use hydraulic compression tools to provide correct circumferential pressure for compression connectors. Use tools and dies recommended by connector manufacturer. Provide embossing die code or other standard method to make a visible indication that a connector has been adequately compressed on grounding conductor. 11. Moisture Protection: If insulated grounding conductors are connected to ground rods or grounding buses, insulate entire area of connection and seal against moisture penetration of insulation and cable. Overhead Line Grounding: Comply with IEEE C2 except where stricter utility requirements exist. J. Duct Banks: Install a grounding conductor with at least 50 percent ampacity of the largest phase conductor in the duct bank. K. Manholes and Handholes: Install a driven ground rod close to wall and set rod depth so 4 inches (100 mm) will extend above finished floor. If necessary, install ground rod before manhole is placed and provide a No. 1/0 AWG bare, tinned -copper conductor from ground rod into manhole through a waterproof sleeve in manhole wall. Protect ground rods passing through concrete floor with a double wrapping of pressure - sensitive tape or heat -shrunk insulating sleeve from 2 inches (50 mm) above to 6 inches (150 mm) below concrete. Seal floor opening with waterproof, nonshrink grout. L. Connections to Manhole Components: Connect exposed -metal parts, such as inserts, cable racks, pulling irons, ladders, and cable shields within each manhole or handhole, to ground rod or grounding conductor. Make connections with No. 4 AWG minimum, stranded, hard -drawn copper conductor. Train conductors level or plumb around corners and fasten to manhole walls. Connect to cable armor and cable shields as recommended by manufacturer of splicing and termination kits. DIVISION 16 - Page 16 of 35 4) 0 DIVISION 16 — ELECTRICAL FIELD QUALITY CONTROL A. Testing: Perform the following field quality -control testing: • 1. After installing grounding system but before permanent electrical circuitry has been energized, test for compliance with requirements. 2. Test completed grounding system at each location where a maximum ground - resistance level is indicated and at service disconnect enclosure grounding terminal. Measure ground resistance not less than two full days after the last trace of precipitation, and without the soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance. Perform tests, by the fall -of -potential method according to IEEE 81. 3. Provide drawings locating each ground rod, ground rod assembly, and other grounding electrodes. Identify each by letter in alphabetical order, and key to the record of tests and observations. Include the number of rods driven and their depth at each location and include observations of weather and other phenomena that may affect test results. Describe measures taken to improve test results. Nominal maximum values are as follows: • a. Equipment Rated 500 kVA and Less: 10 ohms. b. Equipment Rated 500 to 1000 kVA: 5 ohms. C. Equipment Rated More Than 1000 kVA: 3 ohms. d. Overhead Distribution Line Equipment: 25 ohms. e. Substations and Pad -Mounted Switching Equipment: 5 ohms. f. Manhole Grounds: 10 ohms. END OF SECTION 16060 — GROUNDING & BONDING C • S DIVISION 16 - Page 17 of 35 41 DIVISION 16 — ELECTRICAL . SECTION 16075 - ELECTRICAL IDENTIFICATION GENERAL 46 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. SUMMARY A. This Section includes electrical identification materials and devices required to comply with ANSI C2, NFPA 70, OSHA standards, and authorities having jurisdiction. SUBMITTALS A. Product Data: For each electrical identification product indicated. B. Schedule of Nomenclature: An index of electrical equipment and system components used in identification signs and labels. C. Samples: For each type of label and sign to illustrate color, lettering style, and graphic features of identification products. QUALITY ASSURANCE 1 A. Comply with ANSI C2. B. Comply with NFPA 70. C. Comply with ANSI A13.1 and NFPA 70 for color -coding. , PRODUCTS RACEWAY AND CABLE LABELS i A. Comply with ANSI A13.1, Table 3, for minimum size of letters for legend and for minimum length of color field for each raceway and cable size. 1. Color: Black letters on orange field. 2. Legend: Indicates voltage. a DIVISION 16 - Page 18 of 35 a DIVISION 16 — ELECTRICAL B. Adhesive Labels: Preprinted, flexible, self-adhesive vinyl with legend overlaminated with a clear, weather- and chemical -resistant coating. C. Pretensioned, Wraparound Plastic Sleeves: Flexible, preprinted, color -coded, acrylic band sized to suit the diameter of the line it identifies and arranged to stay in place by pretensioned gripping action when placed in position. D. Colored Adhesive Tape: Self-adhesive vinyl tape not less than 3 mils thick by 1 to 2 inches wide (0.08 mm thick by 25 to 51 mm wide). E. Underground -Line Warning Tape: Permanent, bright -colored, continuous -printed, vinyl tape. 1. Not less than 6 inches wide by 4 mils thick (152 mm wide by 0.102 mm thick). 2. Compounded for permanent direct -burial service. 3. Embedded continuous metallic strip or core. 4. Printed legend indicating type of underground line. F. Tape Markers: Vinyl or vinyl -cloth, self-adhesive, wraparound type with preprinted 41 numbers and letters. G. Aluminum, Wraparound Marker Bands: Bands cut from 0.014 -inch- (0.4 -mm-) thick aluminum sheet, with stamped or embossed legend, and fitted with slots or ears for permanently securing around wire or cable jacket or around groups of conductors. r H. Plasticized Card -Stock Tags: Vinyl cloth with preprinted and field -printed legends. Orange background, unless otherwise indicated, with eyelet for fastener. I. Aluminum -Faced, Card -Stock Tags: Weather -resistant, 18 -point minimum card stock faced on both sides with embossable aluminum sheet, 0.002 inch (0.05 mm) thick, t laminated with moisture -resistant acrylic adhesive, punched for fasteners, and preprinted with legends to suit each application. • J. Brass or Aluminum Tags: 2 by 2 by 0.05 -inch (51 by 51 by 1.3 -mm) metal tags with stamped legend, punched for fastener. NAMEPLATES AND SIGNS A. Safety Signs: Comply with 29 CFR, Chapter XVII, Part 1910.145. r B. Engraved Plastic Nameplates and Signs: Engraving stock, melamine plastic laminate, minimum 1/16 inch (1.6 mm) thick for signs up to 20 sq. in. (129 sq. cm) and 1/8 inch (3.2 mm) thick for larger sizes. 1. Engraved legend with black letters on white face. 2. Punched or drilled for mechanical fasteners. DIVISION 16 - Page 19 of 35 0 DIVISION 16 — ELECTRICAL 0 C. Baked -Enamel Signs for Interior Use: Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend, and size required for the application. 1/4 -inch (6.4 - mm) grommets in corners for mounting. • D. Exterior, Metal -Backed, Butyrate Signs: Weather -resistant, nonfading, preprinted, cellulose -acetate butyrate signs with 0.0396 -inch (1 -mm) galvanized -steel backing; and with colors, legend, and size required for the application. 1/4 -inch (6.4 -mm) grommets in corners for mounting. • E. Fasteners for Nameplates and Signs: Self -tapping, stainless-steel screws or No. 10/32, stainless-steel machine screws with nuts and flat and lock washers. MISCELLANEOUS IDENTIFICATION PRODUCTS E A. Cable Ties: Fungus -inert, self -extinguishing, one-piece, self-locking, Type 6/6 nylon cable ties. 1. Minimum Width: 3/16 inch (5 mm). 2. Tensile Strength: 50 lb (22.3 kg) minimum. 3. Temperature Range: Minus 40 to plus 185 deg F (Minus 40 to plus 85 deg C). 4. Color: According to color -coding. B. Paint: Formulated for the type of surface and intended use. 1. Primer for Galvanized Metal: Single -component acrylic vehicle formulated for • galvanized surfaces. 2. Primer for Concrete Masonry Units: Heavy -duty -resin block filler. 3. Primer for Concrete: Clear, alkali -resistant, binder -type sealer. 4. Enamel: Silicone -alkyd or alkyd urethane as recommended by primer manufacturer. EXECUTION INSTALLATION • A. Identification Materials and Devices: Install at locations for most convenient viewing without interference with operation and maintenance of equipment. B. Lettering, Colors, and Graphics: Coordinate names, abbreviations, colors, and other designations with corresponding designations in the Contract Documents or with those required by codes and standards. Use consistent designations throughout Project. C. Sequence of Work: If identification is applied to surfaces that require finish, install identification after completing finish work. DIVISION 16 - Page 20 of 35 40 ' DIVISION 16 — ELECTRICAL D. Self -Adhesive Identification Products: Clean surfaces before applying. E. Circuits with More Than 600 V: Identify raceway and cable with "DANGER --HIGH VOLTAGE" in black letters 2 inches (51 mm) high, stenciled with paint at 10 -foot (3- m) intervals over a continuous, painted orange background. Identify the following: 1. Entire floor area directly above conduits running beneath and within 12 inches (305 mm) of a basement or ground floor that is in contact with earth or is ' framed above unexcavated space. 2. Wall surfaces directly external to conduits concealed within wall. 3. All accessible surfaces of concrete envelope around conduits in vertical shafts, exposed in the building, or concealed above suspended ceilings. 4. Entire surface of exposed conduits. F. Install painted identification according to manufacturer's written instructions and as follows: 1. Clean surfaces of dust, loose material, and oily films before painting. 2. Prime surfaces using type of primer specified for surface. 3. Apply one intermediate and one finish coat of enamel. G. Color Banding Raceways and Exposed Cables: Band exposed and accessible raceways of the systems listed below: • 1. Bands: Pretensioned, wraparound plastic sleeves; colored adhesive tape; or a combination of both. Make each color band 2 inches (51 mm) wide, completely encircling conduit, and place adjacent bands of two-color markings in contact, side by side. 2. Band Locations: At changes in direction, at penetrations of walls and floors, at 50 -foot (15-m) maximum intervals in straight runs, and at 25 -foot (7.6-m) maximum intervals in congested areas. 3. Apply the following colors to the systems listed below: a. Fire Alarm System: Red. b. Fire -Suppression Supervisory and Control System: Red and yellow. 41 C. Combined Fire Alarm and Security System: Red and blue. d. Security System: Blue and yellow. e. Mechanical and Electrical Supervisory System: Green and blue. f. Telecommunication System: Green and yellow. 40 H. Caution Labels for Indoor Boxes and Enclosures for Power and Lighting: Install pressure -sensitive, self-adhesive labels identifying system voltage with black letters on orange background. Install on exterior of door or cover. L Circuit Identification Labels on Boxes: Install labels externally. S 1. Exposed Boxes: Pressure -sensitive, self-adhesive plastic label on cover. DIVISION 16 - Page 21 of 35 0 DIVISION 16 — ELECTRICAL • 2. Concealed Boxes: Plasticized card -stock tags. 3. Labeling Legend: Permanent, waterproof listing of panel and circuit number or equivalent. • J. Paths of Underground Electrical Lines: During trench backfilling, for exterior underground power, control, signal, and communication lines, install continuous underground plastic line marker located directly above line at 6 to 8 inches (150 to 200 mm) below finished grade. Where width of multiple lines installed in a common trench or concrete envelope does not exceed 16 inches (400 mm) overall, use a single line marker. K. Color -Coding of Secondary Phase Conductors: Use the following colors for service feeder and branch -circuit phase conductors: 1. 208/120-V Conductors: • a. Phase A: Black. b. Phase B: Red. C. Phase C: Blue. 2. Factory apply color the entire length of conductors, except the following field - applied, color -coding methods may be used instead of factory -coded wire for sizes larger than No. 10 AWG: a. Colored, pressure -sensitive plastic tape in half -lapped turns for a distance of 6 inches (150 mm) from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwinding. Use 1 -inch- (25 -mm-) wide tape in colors specified. Adjust tape bands to avoid obscuring cable identification markings. b. Colored cable ties applied in groups of three ties of specified color to each wire at each terminal or splice point starting 3 inches (76 mm) from • the terminal and spaced 3 inches (76 mm) apart. Apply with a special tool or pliers, tighten to a snug fit, and cut off excess length. L. Apply identification to conductors as follows: • 1. Conductors to Be Extended in the Future: Indicate source and circuit numbers. 2. Multiple Power or Lighting Circuits in the Same Enclosure: Identify each conductor with source, voltage, circuit number, and phase. Use color -coding to identify circuits' voltage and phase. 3. Multiple Control and Communication Circuits in the Same Enclosure: Identify each conductor by its system and circuit designation. Use a consistent system of tags, color -coding, or cable marking tape. M. Apply warning, caution, and instruction signs as follows: P, DIVISION 16 - Page 22 of 35 ri C7 • :7 r, • n �7 DIVISION 16 — ELECTRICAL 1. Warnings, Cautions, and Instructions: Install to ensure safe operation and maintenance of electrical systems and of items to which they connect. Install engraved plastic -laminated instruction signs with approved legend where instructions are needed for system or equipment operation. Install metal- backed butyrate signs for outdoor items. 2. Emergency Operation: Install engraved laminated signs with white legend on red background with minimum 3/8 -inch- (9 -mm-) high lettering for emergency instructions on power transfer, load shedding, and other emergency operations. N. Equipment Identification Labels: Engraved plastic laminate. Install on each unit of equipment, including central or master unit of each system. This includes power, lighting, communication, signal, and alarm systems, unless units are specified with their own self-explanatory identification. Unless otherwise indicated, provide a single line of text with 1/2 -inch- (13 -mm-) high lettering on I -1/2 -inch- (38 -mm-) high label; where two lines of text are required, use labels 2 inches (50 mm) high. Use white lettering on black field. Apply labels for each unit of the following categories of equipment using mechanical fasteners: 1. Panelboards, electrical cabinets, and enclosures. 2. Access doors and panels for concealed electrical items. 3. Electrical switchgear and switchboards. 4. Emergency system boxes and enclosures. 5. Motor -control centers. 6. Disconnect switches. 7. Enclosed circuit breakers. 8. Motor starters. 9. Push-button stations. 10. Contactors. 11. Control devices. 12. Transformers. END OF SECTION 16075 — ELECTRICAL IDENTIFICATION DIVISION 16 - Page 23 of 35 DIVISION 16 — ELECTRICAL SECTION 16080 - ELECTRICAL TESTING GENERAL • SUMMARY A. This Section includes general requirements for electrical field testing and inspecting. Detailed requirements are specified in each Section containing components that require testing. General requirements include the following: 1. Qualifications of testing agencies and their personnel. 2. Suitability of test equipment. 3. Calibration of test instruments. 4. Coordination requirements for testing and inspecting. 5. Reporting requirements for testing and inspecting. QUALITY ASSURANCE A. Testing Agency Qualifications: As specified in each Section containing electrical testing requirements and in subparagraph and associated subparagraph below. E i 1. Independent Testing Agencies: Independent of manufacturers, suppliers, and installers of components to be tested or inspected. • a. Testing Agency's Field Supervisor for Power Component Testing: Person currently certified by the InterNational Electrical Testing Association or the National Institute for Certification in Engineering Technologies to supervise on-site testing specified in Division 16 power component Sections. B. Test Equipment Suitability: Comply with NETA ATS, Section 5.2. C. Test Equipment Calibration: Comply with NETA ATS, Section 5.3. EXECUTION GENERAL TESTS AND INSPECTIONS A. If a group of tests are specified to be performed by an independent testing agency, prepare systems, equipment, and components for tests and inspections, and perform preliminary tests to ensure that systems, equipment, and components are ready for independent agency testing. Include the following minimum preparations as appropriate: DIVISION 16 - Page 24 of 35 0 • 0 0 DIVISION 16 — ELECTRICAL 1. Perform insulation -resistance tests. 2. Perform continuity tests. 3. Perform rotation test (for motors to be tested). 0 4. Provide a stable source of single-phase, 208/120-V electrical power for test instrumentation at each test location. B. Test and Inspection Reports: In addition to requirements specified elsewhere, report the following: 1. Manufacturer's written testing and inspecting instructions. 2. Calibration and adjustment settings of adjustable and interchangeable devices involved in tests. 3. Tabulation of expected measurement results made before measurements. 4. Tabulation of "as -found" and "as -left" measurement and observation results. END OF SECTION 16080 — ELECTRICAL TESTING • • • i DIVISION 16 - Page 25 of 35 9 DIVISION 16 — ELECTRICAL 0 SECTION 16402 - UNDERGROUND ELECTRIC SERVICE WORK INCLUDED 0 A. The Contractor shall furnish and install all labor, equipment, materials and incidentals necessary to provide electrical services to the proposed locations shown on the Drawings. B. Service shall be single phase, 1,200 AMP, 3 phase, four wire wye 120/208 volt service. Service shall be from a new LIPA pole located as shown on the plans. C. Service entrance cables shall be in conduit for the full length. Conduit shall be marked with metallic top buried 6" deep in service trench. Tape shall be marked "Caution - Buried Electric Line" or approved equal. r D. Closely coordinate this work with the PSEG LI prior to submitting the bid so there are no misunderstandings as to the extent and character of the work and charges involved. Include all utility company (if applicable) charges in the bid. MATERIALS A. The material specification for all conductors and conduits shall conform to the other sections of this Division as is appropriate, indicated on the contract drawings and or as • directed by the engineer. B. Feeder cable shall be as per the PSEG job letter. Cable shall be marked with metallic tape buried 6" above the service conductors. Tape shall be marked "Caution - Buried Electric Line" or approved equal. F METHOD OF CONSTRUCTION A. The Contractor shall perform the electrical services installation in accordance with the requirements and standards of the LIPA "Red Book". 9 B. All work required to complete the service installations shall conform to the other Divisions of the specifications as is required. C. All trenches in pavement areas shall be backfilled in 6" lifts. Backfill shall be approved clean sand and gravel. Backfill shall be thoroughly consolidated with mechanical tampers to 95 percent of the standard proctor value for soil used. Soil shall be at optimum moisture content for backfill operation. D. All underground trenches shall comply with Article 300.5 of the NEC. • END OF SECTION 16402 - UNDERGROUND ELECTRIC SERVICE DWISION 16 - Page 26 of 35 0 0 DIVISION 16 — ELECTRICAL • SECTION 16410 - ENCLOSED SWITCHES AND CIRCUIT BREAKERS A. This Section includes individually mounted enclosed switches and circuit breakers, rated 600 V and less, used for disconnecting and protection functions. SUBMITTALS r A. Product Data: For each type of switch and circuit breaker indicated. B. Shop Drawings: Include wiring diagrams for shunt -tripped circuit breakers. C. Field quality -control test reports. • D. Operation and maintenance data. QUALITY ASSURANCE • A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Source Limitations: Obtain switches and circuit breakers through one source from a single manufacturer. R C. Comply with NFPA 70. PRODUCTS • MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1_. Eaton Corp.; Cutler -Hammer Products. 2. General Electric Co.; Electrical Distribution & Control Division. 3. Siemens Energy & Automation, Inc. . 4. Square D Co. DIVISION 16 - Page 27 of 35 9 DIVISION 16 — ELECTRICAL ENCLOSED SWITCHES A. Enclosed, Nonfusible Switch: NEMA KS 1, Type HD, with lockable handle, interlocked with cover. B. Enclosed, Fusible Switch, 800 A and Smaller: NEMA KS 1, Type HD, with clips to accommodate specified fuses, and lockable handle, interlocked with cover. ENCLOSED CIRCUIT BREAKERS A. Molded -Case Circuit Breaker: NEMA AB 1, with interrupting capacity to meet available fault currents. L Thermal -Magnetic Circuit Breakers: Inverse time -current element for low- level overloads, and instantaneous magnetic trip element for short circuits. Adjustable magnetic trip setting for circuit -breaker frame sizes 250 A and larger. 2. Adjustable Instantaneous -Trip Circuit Breakers: Magnetic trip element with front -mounted, field -adjustable trip setting. 3. Current -Limiting Circuit Breakers: Frame sizes 400 A and smaller; let -through ratings less than NEMA FU 1, RK -5. 4. GFCI Circuit Breakers: Single- and two -pole configurations with 5-mA trip sensitivity. B. Molded -Case Circuit -Breaker Features and Accessories: Standard frame sizes, trip ratings, and number of poles. C7 1. Lugs: Suitable for number, size, trip ratings, and material of conductors. 2. Application Listing: Appropriate for application; Type SWD for switching fluorescent lighting loads; Type HACR for heating, air-conditioning, and # refrigerating equipment. 3. Ground -Fault Protection: Integrally mounted relay and trip unit with adjustable pickup and time -delay settings, push -to -test feature, and ground - fault indicator. 4. Shunt Trip: 120-V trip coil energized from separate circuit, set to trip at [55] [75] percent of rated voltage. ENCLOSURES A. Listed for environmental conditions of installed locations, including: 1. Outdoor Locations: NEMA 250, Type 3R. 2. Food Service Areas: NEMA 250, Type 4X, stainless steel. 3. Other Wet or Damp Indoor Locations: NEMA 250, Type 4. DIVISION 16 - Page 28 of 35 n 0 4 EXECUTION 0 INSTALLATION • DIVISION 16 — ELECTRICAL A. Temporary Provisions: Remove temporary lifting provisions and blocking of moving parts. B. Identify components; provide warning signs as specified in other Sections. FIELD QUALITY CONTROL A. Testing: After installing disconnect switches and circuit breakers and after electrical circuits have been energized, demonstrate product capability and compliance with requirements. B. Inspections and Tests for Switches and Circuit Breakers: Make internal and external inspections and perform tests, including the following: 1. Inspect for freedom from physical damage, proper unit rating, mechanical condition, enclosure integrity, cover operation, unit anchorage, clearances, and • tightness of electrical connections. If a loose electrical connection is observed on any unit, check each electrical connection for each switch and circuit breaker with a torque wrench for compliance with manufacturer's torquing instructions. 2. Test insulation resistance of each pole, phase -to -phase, and phase -to -ground, following manufacturer's written instructions. Test insulation resistance of shunt trip circuits. Use 500-V minimum test voltage for units and circuits rated up to 250 V, 1000-V minimum test voltage for units rated more than 250 V. Measured insulation resistance must be 25 megohms, minimum, for switches rated up to 250 V, and 100 megohms, minimum, for switches rated more than 250 V. 3. Test cover and other interlocks and interlock release devices for proper operation. C. Additional Inspections and Tests for Switches: Include the following: 1. Inspect for proper rating and fuse provisions. 2. Check adequacy and integrity of fuseholders by removing and installing fuses. 3. Check integrity of phase barriers. 4. Inspect blade alignment visually while operating switch to observe adequacy of blade pressure. D. Additional Inspections and Tests for Circuit Breakers: Include the following: 1. Inspect for proper frame, trip, and fault current interrupting rating. 2. Test shunt trip devices, circuits, and actuating components for proper operation. DIVISION 16 - Page 29 of 35 0 DIVISION 16 — ELECTRICAL . E. Correct defective and malfunctioning units on-site, where possible, and reinspect and retest to demonstrate compliance; otherwise, remove and replace with new units and retest. END OF SECTION 16410 — ENCLOSED SWITCHES & CIRCUIT BREAKERS DIVISION 16 - Page 30 of 35 C L P, • II F_, ._J • r • 0 0 DIVISION 16 — ELECTRICAL SECTION 16442 - PANELBOARDS SUMMARY A. This Section includes distribution and branch -circuit panelboards. SUBMITTALS A. Product Data: For each type of panelboard, overcurrent protective device, accessory, and component indicated. Include dimensions and manufacturers' technical data on features, performance, electrical characteristics, ratings, and finishes. B. Shop Drawings: For each panelboard, including the following: 1. Dimensioned plans, elevations, sections, and details. Show tabulations of installed devices, equipment features, and ratings. Include the following data: r a. Enclosure types and details for types other than NEMA 250, Type 1. b. Bus configuration, and current, and voltage ratings. C. Short-circuit current rating of panelboards and overcurrent protective devices. d. Listing for series rating of installed devices. e. Features, characteristics, ratings, and factory settings of individual overcurrent protective devices. 2. Wiring Diagrams: Power, signal, and control wiring. C. Panelboard Schedules: For installation in panelboards. Submit final versions after load balancing. D. Field quality -control test reports. E. Operation and maintenance data. 0 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with NEMA PB 1. C. Comply with NFPA 70. Ll FJ DIVISION 16 - Page 31 of 35 DIVISION 16 — ELECTRICAL • PRODUCTS MANUFACTURERS = A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Eaton Corp.; Cutler -Hammer Products. 2. General Electric Co.; Electrical Distribution & Control Div. • 3. Siemens Energy & Automation, Inc. 4. Square D Co. FABRICATION AND FEATURES • A. Enclosures: Surface -mounted cabinets. NEMA PB 1, Type 1, suitable for environmental conditions at installed location. 1. Outdoor Locations: NEMA 250, Type 3R. 2. Other Wet or Damp Indoor Locations: NEMA 250, Type 4. 3. Hazardous Areas Indicated on Drawings: NEMA 250, Type 7C. B. Front: Secured to box with concealed trim clamps. For surface -mounted fronts, match box dimensions; for flush -mounted fronts, overlap box. C. Finish: Manufacturer's standard enamel finish over corrosion -resistant treatment or • primer coat. D. Directory Card: With transparent protective cover, mounted in metal frame, inside panelboard door. • E. Bus: Hard -drawn copper, 98 percent conductivity. F. Equipment Ground Bus: Adequate for feeder and branch -circuit equipment ground conductors; bonded to box. • G. Panelboard Short -Circuit Rating: 1. Listed with series -connected rating for protection by integral or remote upstream devices. Include size and type of upstream device allowable, branch devices allowable, and UL series -connected short-circuit rating. 2. Fully rated to interrupt symmetrical short-circuit current available at terminals. H. Panelboards with Main Service Disconnect: Listed for use as service equipment. L Spaces for Future Devices: Mounting brackets, bus connections, and necessary appurtenances required for future installation of devices. • DIVISION 16 - Page 32 of 35 • 0 DIVISION 16 — ELECTRICAL J. Skirt for Surface -Mounted Panelboards: Same gage and finish as panelboard front with flanges for attachment to panelboard, wall, and ceiling or floor. 0 K. Feed -through Lugs: Locate at opposite end of bus from incoming lugs or main device. LIGHTING AND APPLIANCE BRANCH -CIRCUIT PANELBOARDS A. Branch Overcurrent Protective Devices: Bolt -on circuit breakers, replaceable without 0 disturbing adjacent units. B. Doors: Front mounted with concealed hinges; secured with flush latch with tumbler lock; keyed alike. DISTRIBUTION PANELBOARDS A. Doors: Front mounted, and secured with vault -type latch with tumbler lock; keyed alike. • 1. Omit doors in fused -switch panelboards. B. Branch overcurrent protective devices shall be one of the following: 1. For Circuit -Breaker Frame Sizes 125 A and Smaller: Bolt -on circuit breakers. 2. For Circuit -Breaker Frame Sizes Larger Than 125 A: Bolt -on circuit breakers; plug-in circuit breakers where individual positive -locking device requires mechanical release for removal. 3. Fused switches. f OVERCURRENT PROTECTIVE DEVICES A. Molded -Case Circuit Breaker: NEMA AB 1, with interrupting capacity to meet available fault currents. 1. Thermal -Magnetic Circuit Breakers: Inverse time -current element for low- level overloads, and instantaneous magnetic trip element for short circuits. Adjustable magnetic trip setting for circuit -breaker frame sizes 250 A and larger. 2. GFCI Circuit Breakers: Single- and two -pole configurations with [5] [30]-mA trip sensitivity. 3. Application Listing: Appropriate for application; Type SWD for switching fluorescent lighting loads; Type HACR for heating, air-conditioning, and refrigerating equipment. 4. Shunt Trip: 120-V trip coil energized from separate circuit, set to trip at [55] [75] percent of rated voltage. DWISION 16 - Page 33 of 35 0 DIVISION 16 — ELECTRICAL 0 B. Fused Switch: NEMA KS 1, Type HD; clips to accommodate indicated fuses; lockable handle. EXECUTION 0 INSTALLATION A. Install panelboards and accessories according to NEMA PB 1.1. • B. Mounting Heights: Top of trim 74 inches (1880 mm) above finished floor, unless otherwise indicated. C. Mounting: Plumb and rigid without distortion of box. Mount recessed panelboards + with fronts uniformly flush with wall finish. D. Install filler plates in unused protective device spaces. E. Wiring in Panelboard Gutters: Arrange conductors into groups and bundle and wrap with wire ties after completing load balancing. • IDENTIFICATION A. Identify field -installed conductors, interconnecting wiring, and components; provide warning signs as specified in other Sections. B. Panelboard Nameplates: Label each panelboard with engraved metal or laminated - plastic nameplate mounted with corrosion -resistant screws. C. Circuit Directory: Create a directory to indicate installed circuit loads after balancing panelboard loads. Obtain approval before installing. Use a computer or typewriter to create directory; handwritten directories are not acceptable. FIELD QUALITY CONTROL A. Testing and Inspection: After installing panelboards and after electrical circuitry has been energized, demonstrate product capability and compliance with requirements. 1. Procedures: Perform each electrical test and visual and mechanical inspection indicated in NETA ATS, Section 7.5 for switches and Section 7.6 for molded - case circuit breakers. 2. Test insulation resistance of panelboard bus with a megohmmeter, and ground continuity of cabinet and ground bus. Reject buses with insulation resistance less than 2 megohms. 3. Correct defective and malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. DIVISION 16 - Page 34 of 35 Li DIVISION 16 — ELECTRICAL B. Balancing Loads: After Substantial Completion, but not more than 60 days after Final Acceptance, measure load balancing and make circuit changes as follows: 1. Measure as directed during period of normal system loading. 2. Perform load -balancing circuit changes outside normal occupancy/working schedule of the facility and at time directed. Avoid disrupting critical 24-hour services such as fax machines and on-line data-processing, computing, transmitting, and receiving equipment. 3. After circuit changes, recheck loads during normal load period. Record all load readings before and after changes and submit test records. 4. Tolerance: Difference exceeding 20 percent between phase loads, within a panelboard, is not acceptable. Rebalance and recheck as necessary to meet this minimum requirement. C. Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each panelboard. Remove panel fronts so joints and connections are accessible to portable scanner. 1. Instrument: Use an infrared scanning device designed to measure temperature ! or to detect significant deviations from normal values. Provide calibration record for device. 2. Record of Infrared Scanning: Prepare a certified report that identifies panelboards checked and describes scanning results. Include notation of deficiencies detected, remedial action taken and observations after remedial action. END OF SECTION 16442 — PANELBOARDS • • DIVISION 16 - Page 35 of 35 0 • L • APPENDIX A • PSEGLI PRIMARY SPEC LETTER • U • • • • 0 PSEG L—jj W. -I 0 40 PSEG;-'! M- make thmg, wmkp, vm,. ,,c --r,, 6, err Mai e -1 Re L:t T I E 22 of from Over.-.ean S ou l�'u e I n :--'a a n e n,- e � a -L aq Dear Kr. Jedl i c ka Ode ha, 1.7e n.. fated ilr su r vE�y r c S -pp I A OC I- -,ie rv.:L �e r,.e slibje(—! P reject.. .. -i nde rs z a r -A i t to t- � 1 e i r'-3 -i a, of ci 120U phase=, wye in the, • a_ n g ,--'on n c, - I F,,j -oaj re -- ppf jxiria 7.el- 23 k-,,.! . e7ect-ric serve,:(, f-:;- --his serv: --e c %-jYe '.,i 1::�-- ser-:-e eq�- prne:i-- s -i- 1 j bo les :Lo,red --0 w_R S au 1 c- r i -en! ;19,G,,i peL c,s s. Kid K e a E'l -f-S 28 MW u 'R:KN I <V" 3 3 sc e WORK BY ELECTRICAL CONTRACTOR 7: ti -A 3 S f 0 U • S 7 d, j Z� (a,_i L Ocia _,_cation D :D e t- L I PA be ill re n a Cri S h c,� e d t-_ , c Lia d mo in i trar,sL 'Ler Ue area S1jtj(-_-Ct 70 vehi,,7,'_af raffiC, cafr_er mus-.- lie s a 3 accorolru _j csl� -3 69 _ ac rr_ou__-d I [Ic- be e,e-,7gj7ed cart er protecrior, is insta! ed 'n cases ,,;here deemed necessary. 7iroviae a7:d -nszal- three 3 2 #2 ::upper or a _1 u m n _- rri a C.t,: e 2d corker -_ r. C _n e r,t S shiE,-Lded, css-; k e d o _. y e7,1 _C-C Y' es r r(. -n e _-a -sLorl-er Call, r_;er J e et per u:-iase o cab:P fr:rc( P^,'e a -.d 42 -FP'.. _ P r L)�_ 1 r, S a the (J(,e eq u re a c o p e - L y e S P i L c C-- -; c x L o r a rect- b r:;_ed x r The pole designaLeui for the primafy riser wilL be pole 262-X (,n r_i'.e NIS of Main Road (ROUI_e 25%. mist b(,,., _11st'.1 ie j s e r I F-1.13 M' Ise -j. 2. :;able is repaired to nave a racket exr.ri_d�>,� :ver --he ra free stlrippl . 7 f -Is -S s 1-17 • 7 e, a v.'ie ay, :acle s: led j--. ar. ZOO— 1,7 C d CC' i rcn- the proper a near �:he b a se e. "I e A i re e ic n 's I- c n s 2C :'c 7: i an) and .he • cab I c nisr '-e rs-al 1 P -- N -:J!- a r e fur: f -Cm transorne- s e n'_1 i a proper- v _ne ou b( --x m -s be n s -, a ,.-_'e -0 PA' `S4 6'-,33 U n u cent w! _ t-llro the e.',.,_..,dS ?CCO_"':a_^.Ce 'rli- CS 3-722 GENERAL REQUIREMENTS he Sew o::t eca - _ F J _ _._.. - C Se:1 nu oc' g _ L� Break Elccv; "erminator. Follow the LIPA Construction Standard, in conjunction with the manufacturer's cutback length instructions, as explained in step 6 on page 2 of B of LIPA's CS# 3722. ?urge a(re.s._cr e --boas w-:' , ,!So be ae_ . ver. ed he oad mn :nten, ;_�s `ormer . 7h.e e_cou5 in acco_'':.idrt:e_ ._1n.o 4023 JIIrge Croi._eC:ir. !.lYE'. � ."1aS 1=C�Q1a1 lJn_y _. insta i metering faciiit_es i:,. accordance wizh TA's oecif'ca'i.ons . and Req.:irements for=iecrr:c ns-a'iat:.ons. G. T- ;li _ be ._r.e respor s_pi_ ty C" ne ..orr:actor cb_a�.. any app'.: �-.abie per:nr:s prior .o tine i stat l a o` any ` :.` i 1 ties or, open v 7._ r__ghi. =,)f NaV WORK BY LIPA: cad: corp' etc .w r -. t_!- ree load brea;K e . hows w .-.'r b.�shi_r:gs, r_hree i gh-r:irg arrester.. ai _ :�us�li .q.7, an;7 ;, :-corer 1.re cia:r,c. /nsCa:__al_i,;ri r,'_-ab].E wr:ersi._. :� rna:....c-mance of`rom =t:(= LoN o` t c riser golr-:' • . h�. ase cr 7262-r. po'_,_ _. Instal 1 meter and w�r(� c,.r-e-,: transfo-mer. si.. h` r,ad r'.:_nr_ ,_-ar�sf^-m(. r Tel 'I trcr.sr, :Hers, _able !desc-:bea _.. pa -z rraoh 3) arc, mctor. A or.f e trical a .' i._ es C:o^I t r, prcperi ; _'.ne to _ne se v. ,ce are -)w-on by e c .st�mer. ELECTRIC MOTOR REQUIREMENTS Please refer -o 5e,.T_ ion 9 or f Ply' �r,e�' ri -r.�-. ar::y Re rr en s nor cc�_ri_:al _r7 ,__a,.-.,., i ,;,I_�:h vie o': i".t' r s7, _.._,... - : _ _.. . _J, _ __. .u,_ _ 1,�._ _..•r -yrs gr.e�. _... ce pro=ec i(:. a=G :.s'_ s. 4::,e: a.ncie ✓c: _l o una 1- n, avoid a._ora :c. 'nrer .:p-ior. o equiorner:r_ as a resu_: of ..or.entary .,;'.r dist.:rbances. Ail -hree-chase __; rotors s .cul s be _.. __ s_rq e- .._. nhasc ex,.ess:.ie -p' GENERAL REQUIREMENTS he Sew o::t eca - _ F J _ _._.. - C Se:1 nu oc' g _ L� 0 --void :]ama qe . iou 21rr.3 ^e]_I?0 advsed -,ar- -TSA TRUST. �O;•-1p.1.',% _11"se Y -e,. -III r (:TT' -rI S a;"i::.i _VCS: • _. ..are 1 � ac -3c, _. addit_ mee _ your ser , _ce need datc. f'_V,_.,.iia a -.d ,%e'izon for ::Tarr: c,ut cf Iu :dergrniino ac.i I i -.-es -,r. i-c,�t•���'y n n _.,fO rA!a LiCi] rew�Trdi ng Pile ___. , please "a 1 i i-qO')-2-/2- '48C. you 7e''e_O'"' 2 ° t UCt �. c schcd'_:l e ;:or `_his p 0jrc , i f s ;e _TGL oit 3l: to advise us of yc,:r antic-4;ated ser icr need date, so ;,TPA can pia-. an -1 .irs':alla;:io-.. Please keep :s appra:-.sed C` =in SC.",eclu.lingg develoomen'-s so Lha'; Ae can coordina`_e o'u-- efforts .v1t}, '1ojr ConStrLif r. • _- -r '_' ca.c .i ad-,;.�..�� ,. �. e lila.% 1'L 1-.-'.�IJ'_ �.IIG _. 1.11 cl llCJ p. .>l.!1..1❑t.l:(A 1V1 '..II �. 1!I. projecL. 1_ charges are based upon LTP.L.'s "Tariff four. E'IecLricService". appli abi.e tarn_= change becomes . art of th_r; ag7eemenL and may affecL .^_rranaem(�nt_s '.Ni.l.!. oe martee to connect the r,'e%,r service %linen the e.lec-ricaJ_ cc'nLractor has co; oleted the instal la --ion __n accordance ':ri tll O"Ir noL hoer started 4ithi_r. ninety (90; days of the date of '.his tette,-, it be, '_he rest) nsibi_i'_y he e]ec 7riciar.iruilder to ron-act- !:he anal spe:'i ica-,:Ons a -':v ��_'�.'.ili l�f�I�entG L'a'ir Electric int al'_a ons a Iii ha1C� orLse7,,te!l :o ..,,�v ..,ompany G _l,rti 1. �.:�.a t�', LrCm art approve'l el .l.l_)i.,ry ,. ..i�`_lt:. �_t_ (li. 4J_C11�.,'y 1,- _ _ or o _1-_ au -r.. _ _ .; .tiprd.i2., --s,a t : cr a. u- � 1.:; Y �� f-. '✓ e. := CU i pi; i F3 rl C . you 7e''e_O'"' 2 ° t UCt �. c schcd'_:l e ;:or `_his p 0jrc , i f s ;e _TGL oit 3l: to advise us of yc,:r antic-4;ated ser icr need date, so ;,TPA can pia-. an -1 .irs':alla;:io-.. Please keep :s appra:-.sed C` =in SC.",eclu.lingg develoomen'-s so Lha'; Ae can coordina`_e o'u-- efforts .v1t}, '1ojr ConStrLif r. • _- rl 0 -r '_' ca.c .i ad-,;.�..�� ,. �. e lila.% 1'L 1-.-'.�IJ'_ �.IIG _. 1.11 cl llCJ p. .>l.!1..1❑t.l:(A 1V1 '..II �. 1!I. projecL. 1_ charges are based upon LTP.L.'s "Tariff four. E'IecLricService". appli abi.e tarn_= change becomes . art of th_r; ag7eemenL and may affecL y(,u.- b L 1 L . > � .:. r_ ,,-u:; the right -o r eiil .n acrcaa any sucl- cl:allue. f. -- _.ns ar:f' ueneral L=_r;ns and condi'_ions as cutllnc^d .„ of (jul __..,.trio -ac'__'_Jti _= and revisicr_ c -t onr con.st--ru�--gin stat:dards. i'he ..._l^Ia;r` be uSeu. if L!'?e ..le,,-:..ric:I:,,.,''-..._.. - a`icn ha: noL hoer started 4ithi_r. ninety (90; days of the date of '.his tette,-, it be, '_he rest) nsibi_i'_y he e]ec 7riciar.iruilder to ron-act- !:he anal • Richa d�s,^'Ta Lead eSia2: ti':per '..Ser rl 0 0 0 APPENDIX B SCDHS PERMIT TO CONSTRUCT • C7 • • 11 F • C U COUNTY OF SUFFOLK STEVEN BELLONE SUFFOLK COUNTY EXECUTIVE DEPARTMENT OF HEALTH SERVICES James L. Tomarken, MD Commissioner BUREAU OF ENVIRONMENTAL ENGINEERING APPROVAL NOTICE L.K. McLean Associates 437 South Country Road Brookhaven, NY 11719 Attn.: Raymond U. DiBiase Re: SCDHS Job No. HM14-043112 SCDHS Fac. ID. No..: 10-0044 SCDHS File Ref. No.: 13672 Dear Mr. DiBiase, August 21, 2014 Your application for a permit to construct a project at Town of Southold Highway Yard 275 Peeonie Lane, Peeonic, NY 11958 has been reviewed for compliance with Article 12 of the • Suffolk County Sanitary Code. The application has been approved. Enclosed you will find the Permit to Construct. This permit has to be posted at the construction site during the construction. If you have any questions regarding the review process or need assistance, feel free to contact this office at (631) 854-2388. Very truly yours, 7 Chris Wong P.E. Assistant Public Health Engineer Bureau of Environmental Engineering • Division of Environmental duality — Office of Pollution Control — 15 Horseblock Place — Fanningville, NY 11738-1220 Phone (631) 854-2388 Fax (631) 854-2505 0 1.y +Is-.'Ict 1 0 0 0 .cctlG 0 j� 7 { 5 0 0 G� r— I G'� f 0 5 0 1 4 1 PT0 1c.;1rc;ct .:I I[y' T—S,I.11ur,;v;_ Sou t.Ylc l.d Highway Yar 275 Peconic Lane Peconic N.Y_ 11958 (631) 765-3:L40 u. itru'i QMM, r, tv, S1r.1r 7 ;r t hol Highway �IF� F': ,r':H `�275 Peconic Lane Peconic N.Y. .11-958 I (63_) 765-3140 ru-_ qr iI- c t cci--n De_I �rl£([e --T ,�.. _ - clL CJY ( f _ r J . WA—LED :{— �� I - - ILI fr .i _ 1 h' -_•..- _ _ ` �} i I--„-I':�:I i-, rjr f il{ ll LL L-1 d Y r 1 t !,' }[. - �.,... r. i.', .`lt'•: . r .r, I ,fr.-I.{ T. r' t f” x !. .1 �r a i [L -Y }r,j' . 7 0 +� . r LLJ 1 ul I ; u Y= I ff ' •4 a _ ".1IIH'`: r.'F'f ult If ! x: 8, 000 1 N1,A x -:;X' X � *,�----� 3, 000 7 N/A , ! } x ;�X , I ' I � I + 44 _I'1 r7:1w antlr+ Iti 1'`. -111 ...Its C;.iLU4 1-11 ',y l . - Y l tip- -; 111.•f r ?.+:11': .'�u I; -1x11 CCSrfq. ''Cj '1- 3[-[,I l?It`, .-.?'vN 1r'9' C'tl r•, .•.u',3 1? It f.1 -.� •.!al -,v, rl: r: t.:,l•,.1 i ....1 .,h .Lilir . ... n+n I .I A I+1 1 f IfFl -51 1 I <{ Christopher F. Dwyer4IAssocic-te n • 11 • 0 0 0 0 0 PERMIT TO CONSTRUCT Toxic and/or Hazardous Material Storage Facility Suffolk County Department of Health Services James L. Tomarken, MD Commissioner SCHDS REFERENCE # 13672 Date of Issuance: August 21, 2014 SCHDS REGISTRATION # 10-0044 Permit Expiration Date: August 21, 2015 SCHDS PLAN # HM14-043R2 FACILITY NAME & ADDRESS: Town of Southold Highway Yard 275 Peconic Lane Peconic, NY 11958 Your Application for Permit to Construct a Toxic or Hazardous Material Storage Facilities for the above referenced site has been reviewed for compliance with Articles 7 & 12 of the Suffolk County Sanitary Code. The application has been approved. The items listed below and on the back of this Permit are conditions of this Permit and have to be observed during construction: 1. A copy of the approved plan must be kept at the construction site. A copy of this permit must be kept on display at the facility during construction. 2. Safe construction practices must be followed during the installation of the storage facility(s). 3. The storage facility(s) must be constructed in accordance with the approved plan. Any changes in design, materials or use requires prior written consent of both the design professional and the Office of Pollution Control. The changes have to be submitted in a form that is acceptable to the Office of Pollution Control. The contractor and/or design professional is required to inform the owner that the changes are being made. 4. The Office of Pollution Control has the right to inspect this installation at any time to verify its being constructed in compliance with this permit. The Office of Pollution Control must be contacted at 854-2523 at least 2 business days prior to commencement of any work to arrange for the required construction inspections. Contact the local building department and/or fire safety enforcement office for any additional requirements that may apply to your project. The storage facility cannot be placed into service until the Office of Pollution Control performs all required installation inspections and issues an interim permit to operate. The Office of Pollution Control reserves the right to revoke this permit as allowable by law 15SUEI 'BY Chris Wong P.E. i Bureau of Environmental Engineering Office of Pollution Control Division of Environmental Quality See the back for exceptions 0 THIS PERMIT IS VALID FOR THE FOLLOWING STORAGE FACILITIES ONLY SCDHS # LOCATION VOLUME CONTENTS NOTE 18 Above/ Out 8,000 gals. Gasoline 19 Above/ Out 8,000 gals. Diesel For up to 90 days after the Permit to Construct expires, the permit is renewable. The job file will remain open for that period. If the Office of Pollution Control does not receive a renewal application with the appropriate fees within the 90 days, the file will be closed and a new application for a Permit to Construct will have to be filed if the job is to be re -opened. All applicable filing fees will once again become due and payable. Issuance of this permit does not supersede any existing agreements with, or mandates by, the Office of Pollution Control or any other government agency. The construction period does not supersede any existing compliance dates agreed to, or mandated by, the Office of Pollution Control or any other government agency. Issuance of this permit does not authorize the use of the storage facility(s) that are in violation of the Suffolk County Sanitary Code or any other government code. Special Conditions: • • • • • • SUFFOLK PLANS FOR inRyards andwmhouse �I P'CCOnic ® ''{ Boy VVin" zD, I i tnIA s ..:lµ LOCATION MAP N.T.S. MF CONSTRUCTION DRAWINGS CFD ry BY DESCRIPTION APPROV. BY REVISIONS Bolin! .; ..Half f0j,P8r�C TOWN OF SOUTHOLD - HIGHWAY DEPT. SOUTHOLD, SUFFOLK COUNTY, NEW YORK x S A7 N:: . LOC LOCATION MAP N.T.S. SCTM# - 1000-75-05-14.1 OCTOBER 2014 N OTE: THE STORAGE FACILITY MUST BE CONSTRUCTED IN ACCORDANCE WITH THE APPROVED PLANS. ANY CHANGES IN DESIGN, MATERIALS OR USE REQUIRES PRIOR WRITTEN CONSENT OF BOTH THE DESIGN PROFESSIONAL AND THE OFFICE OF POLLUTION CONTROL. THE CHANGES MUST BE SUBMITTED IN A FORM THAT IS ACCEPTABLE TO THE OFFICE OF POLLUTION CONTROL. THE CONTRACTOR AND/OR THE DESIGN PROFESSIONAL IS REQUIRED TO INFORM THE OWNER THAT THE CHANGES ARE BEING MADE. THE EDUCATION LAW OF THE STATE OF NEW YORK PROHIBITS ANY PERSON FROM ALTERING ANYTHING ON THE DRAWINGS AND/OR THE ACCOMPANYING SPECIFICATIONS, UNLESS IT'S UNDER THE DIRECTION OF A LICENSED PROFESSIONAL ENGINEER, WHERE SUCH ALTERATIONS ARE MADE, THE PROFESSIONAL ENGINEER MUST SIGN, SEAL, DATE AND DESCRIBE THE FULL EXTENT OF THE ALTERATION ON THE DRAWING AND/OR IN THE SPECIFICATION (NYS ED. LAW SECTION 7209-2). 1. COVER SHEET 2. OVERALL SITE PLAN 3. DEMOLITIONS & REMOVALS PLAN 4. PROPOSED SITE PLAN 5. ELECTRIC PLAN 6. 8,000 GALLON DIESEL TANK 7. 8,000 GALLON GASOLINE TANK 8. TANK DETAILS 9. DETAILS 10. SITE DETAILS 11. DIESEL SPILL BOX 12. GASOLINE SPILL BOX 13. UTILITY BUILDING DETAILS 14. FUEL CANOPY DETAILS 10-16-14 MF CONSTRUCTION DRAWINGS CFD DATE BY DESCRIPTION APPROV. BY REVISIONS Bolin! .; ..Half f0j,P8r�C TOWN OF SOUTHOLD - HIGHWAY DEPT. SOUTHOLD, SUFFOLK COUNTY, NEW YORK x S A7 N:: . LOC s+,rr Scale: AS NOTED DRAMnNG Drawn W. MF Date: OCTOBER 2014 Approved W. RGD File No.: 13108.000 r � SCTM# - 1000-75-05-14.1 OCTOBER 2014 N OTE: THE STORAGE FACILITY MUST BE CONSTRUCTED IN ACCORDANCE WITH THE APPROVED PLANS. ANY CHANGES IN DESIGN, MATERIALS OR USE REQUIRES PRIOR WRITTEN CONSENT OF BOTH THE DESIGN PROFESSIONAL AND THE OFFICE OF POLLUTION CONTROL. THE CHANGES MUST BE SUBMITTED IN A FORM THAT IS ACCEPTABLE TO THE OFFICE OF POLLUTION CONTROL. THE CONTRACTOR AND/OR THE DESIGN PROFESSIONAL IS REQUIRED TO INFORM THE OWNER THAT THE CHANGES ARE BEING MADE. THE EDUCATION LAW OF THE STATE OF NEW YORK PROHIBITS ANY PERSON FROM ALTERING ANYTHING ON THE DRAWINGS AND/OR THE ACCOMPANYING SPECIFICATIONS, UNLESS IT'S UNDER THE DIRECTION OF A LICENSED PROFESSIONAL ENGINEER, WHERE SUCH ALTERATIONS ARE MADE, THE PROFESSIONAL ENGINEER MUST SIGN, SEAL, DATE AND DESCRIBE THE FULL EXTENT OF THE ALTERATION ON THE DRAWING AND/OR IN THE SPECIFICATION (NYS ED. LAW SECTION 7209-2). 1. COVER SHEET 2. OVERALL SITE PLAN 3. DEMOLITIONS & REMOVALS PLAN 4. PROPOSED SITE PLAN 5. ELECTRIC PLAN 6. 8,000 GALLON DIESEL TANK 7. 8,000 GALLON GASOLINE TANK 8. TANK DETAILS 9. DETAILS 10. SITE DETAILS 11. DIESEL SPILL BOX 12. GASOLINE SPILL BOX 13. UTILITY BUILDING DETAILS 14. FUEL CANOPY DETAILS 10-16-14 MF CONSTRUCTION DRAWINGS CFD DATE BY DESCRIPTION APPROV. BY REVISIONS TOWN OF SOUTHOLD - HIGHWAY DEPT. SOUTHOLD, SUFFOLK COUNTY, NEW YORK SOUTHOLD FUEL DISPENSING FACILITY COVER SHEET L. K. McLEAN ASSOCIATES, P.C. CONStM inn Diamew 47 W= OOIN W 0, MMX MV M, MEM Y= 11719 Designed 8i r- MF Scale: AS NOTED DRAMnNG Drawn W. MF Date: OCTOBER 2014 Approved W. RGD File No.: 13108.000 N/F JIL L BL UM SCTM#r 1000-75-05-1.1 S 45'53'12" E 674.87' -- -- —X— -- -- —r 6' CHAINLINK FENCE 1 BL9CK RETAINING WALLS I g� — \ to WE o� / \ 1 ARMS' rIC, LLC 74-05-15 m 0 c c a� s` E rn � o o I a o0 N O O N 00 N O 4 U � O , d I I N/F I MARINA TSOKANOS, STEVEN STAVROS TSOKANOS AND ELAINE KOKKINOS SCTM#r 1000-75-05-06 CONC N/F ELAINE DRIES SCTM#1 1000-75-05-07 X PROPANE TANK 1 -STY, CONC, WD. FR STORAGE STORAGE _ BUILDING CO 40' DIA. BUILDING Sl' DIA, � •sem ��� ��/�� \�._ �� ��� ��✓%� c — � ' X16, oqq DIRT �j \ __ —16.5 �� �—=- N 16.5— \ / \� —17.0— �� 8 18 I \\���i%i� 18.5 r 9 X o UTIL,�- ANTENNA BLDG, LLL 1 UEM LIL #259 Ir -28.S X29.°1 1 r'S1� r3° ill 11111 1. _tel PECONIC LANE S 43.34'02" E 202.82' Il W ROUF OVER F N/F TANKS 4 NOTES DAVID I OO % PRUPANE 2,500 a W TA NI STEEL W DIKE SCTM#! 1 00 1000-75-05-09 TO PRUPAN HIGHWA Y 1-1/2 / TANK / 1 1,000 U STEEL W DIKE OUF OV R fUEL TA S_*_ 1 BE REMOVED LLI Z 9 z wW II � 1 STEEL W DIKE ABV OUT TO BARN 10 1,000 / G, NERA00 ITAD STEEL W DIKE 5 00 TO O go I E Tr \ 4 EL EC. PANEL ASS L'i PAVEMENT I BROKE ASPHALT PAVEMENT ISYEDS - \�xl- X ANIMAL SHELTER BLOCK BLDG, 1 -STY. \� x 1111 i W'--------------- i QOO �- C Le - "'X DOG PENS ,16.5— J i 8' GHH ASPHALT PAVEMENT CONCRETE CURB RIM=15.42 RIM=16.04 x 8' CH NL INK FENCE C Q ASPHAL© PA VEMENT / ^16.0- CONCRETE PAVEMEN—' ��CURB IM=15,18 o�6' STOCKADE IFVFN4s *30'52" W 'e4' STK. FE, 1V 208,32 1 N/F EUGENE GRIMES AND 1 MARY ELLEN GRIMES SCTM#r 1000-75-05-11 t- Ti� co 4 1* M w U z w LL_ z U � r � 1� N/F CHARLES SLAMA, TRUSTEE OF THE CHARLES SLAMA REVOCABLE TRUST AGREEMENT SCTM#1 1000-75-05-12 0 SOUTHOLD HIGHWAY YARD SCTM# 1000-75-05-14.1 TABLE OF EXISTING & PROPOSED STORAGE TANKS S.C.D.IH.S. TANK # SIZE (GAL.) N/F TANK TYPE LOCATION NOTES DAVID LAFRENIERE 2,500 GASOLINE STEEL W DIKE SCTM#! 1 00 1000-75-05-09 TO BE REMOVED HIGHWA Y 1-1/2 1 N 1 1,000 ' STEEL W DIKE STY. WD, FRR, 1 BE REMOVED 9 MAINTENANCE GASOLINE STEEL W DIKE ABV OUT TO BARN 10 1,000 DIESEL STEEL W DIKE 5 00 TO BE REMOVED GATE � RI V• N/F © N _17.0—\ 1t LIL EMILY ROSE CORP. 12 275 DIATII© M © SCTM#' 1000-75-05-10 ABV IN y 7 © s 1 13 1,540 v AS tfuETER \ /� x y S 6'20'58" W ' c 14 11,400 CY 41.16' STORAGE DOME Z -+ S 4339'02"E 111.6 ' a SALT 5 PANEL � HAINLINK FENCE ,o -STY -/ -17.O�/P MP UEM b #64 DF 1 , \ OE —16.5 HUSE sT 8,000 AINT.1 ARN I \ © -J L r aN 18 8,000 �IRT/GRAV �� \ 'i �i 04 OUTSIDE GARAGE J 1 -STY, M / X16.0— W '� A/C / ^16.0- CONCRETE PAVEMEN—' ��CURB IM=15,18 o�6' STOCKADE IFVFN4s *30'52" W 'e4' STK. FE, 1V 208,32 1 N/F EUGENE GRIMES AND 1 MARY ELLEN GRIMES SCTM#r 1000-75-05-11 t- Ti� co 4 1* M w U z w LL_ z U � r � 1� N/F CHARLES SLAMA, TRUSTEE OF THE CHARLES SLAMA REVOCABLE TRUST AGREEMENT SCTM#1 1000-75-05-12 0 SOUTHOLD HIGHWAY YARD SCTM# 1000-75-05-14.1 TABLE OF EXISTING & PROPOSED STORAGE TANKS S.C.D.IH.S. TANK # SIZE (GAL.) PRODUCT TANK TYPE LOCATION NOTES �1 2 2,500 GASOLINE STEEL W DIKE ABV OUT TO BE REMOVED 8 1 1,000 GASOLINE STEEL W DIKE ABV OUT TO BE REMOVED 9 1,000 GASOLINE STEEL W DIKE ABV OUT TO BE REMOVED 10 1,000 DIESEL STEEL W DIKE ABV OUT TO BE REMOVED GATE 11 1,000 DIESEL STEEL W DIKE ABV OUT TO BE REMOVED 12 275 #2 FUEL OIL STEEL IRON ABV IN 13 1,540 D DRUM STORAGE ABV IN 1 -STY. . ASPHAL T PAVEMENT c 14 11,400 CY SALT STORAGE DOME ABV OUT -+ x 15 1,200 CY SALT STORAGE DOME ABV OUT 16 140 DIESEL GENERATOR ABV/OUT TO BE REMOVED TO CONSTRUCTION BY THE TOWN PRIOR 17 8,000 GAS HOOVER VAULT ABV/OUT OUTSIDE GARAGE AREA (PROPOSED) 18 8,000 DIESEL HOOVER VAULT ABV/OUT OUTSIDE GARAGE AREA (PROPOSED) ETE WALL ER\ ��'\ 1 N/F 1 BERRY TRAIL �1 & BERRY, LLC 1 L_ I SCTM#, 1000-75-05-13 x 1 FE__ 205.00'07 GATE i' � 50.13'02" _ ®IM=14.69--------- ; D 1 -STY. . ASPHAL T PAVEMENT c Z VD.R . DO NOT -+ x VACUUMS ENTER BLOCK POLICE BLDG. I YARD D 1 -STY, 1 IM=11,73 W UNC, PAD WITH A/C 1 A/C UNITS 0 o 2 SATELLITE Af'VTE Q DISH GENERATOR v PAD ;�- 41 ASPHALT PAVEMENT RIM #259D f7H - X 8 INAINLINK FEN6E EIc N 46051'22"' W 1020,48" OVERALL SITE PLAN - 0 LAN0 50' 100' - LIL #259- - - - SURVEY NOTES: 1. ALL PLAN COORDINATES ARE BASED ON THE LONG ISLAND ZONE OF THE NEW YORK STATE PLANE COORDINATE SYSTEM (N.A.D. 1983). 2. MEASUREMENTS ARE IN ACCORDANCE WITH U.S. STANDARDS. 3. ELEVATIONS REFER TO NAVD 88. 4. RIGHTS-OF-WAY SHOWN ARE NOT CERTIFIED. 5. TOPOGRAPHICAL FIELD SURVEY BY LOUIS K. McLEAN ASSOC., P.C. OF NOVEMBER 5, 2013. „� c- c n c C E ry u c c Tt C a c no i of ` O 4 6 L INK FE, EXISTING GRADE of DARK BROWN LOAM '�'='�'* ='r'�... 1.0 BROWN SILT 3.0' BROWN SILTY SAND 4.0 BROWN FINE TO MEDIUM SAND rri 1 O I EXISTING MONITORING WELL I Q I i I / 1 T a THE S.C.D.H.S. (854-2523) IS TO BE NOTIFIED 48 HOURS PRIOR TO TANK REMOVALS, ABANDONMENTS, AND INSTALLATIONS. 4. PRIOR TO EXCAVATIONS IN PAVED AREAS THE CONTRACTOR SHALL SAWCUT THE CONCRETE TO THE APPROXIMATE LIMITS SHOWN OR AS REQUIRED AND DIRECTED BY THE ENGINEER. THE CONTRACTOR SHALL RESTORE EXCAVATED CONCRETE AS SPECIFIED. 5. UND = UNDERGROUND ABV = ABOVE GROUND OUT = OUTSIDE IN = INSIDE 6. EXCAVATION WITHIN 15' OF ANY STRUCTURE IS STRICTLY PROHIBITED WITHOUT PRIOR APPROVAL FROM THE OWNER. 7. THE ROUTING OF CONDUITS AND LOCATION OF PANELS SHOWN ON THE PLANS IS DIAGRAMMATIC ONLY AND SUBJECT TO SUCH MODIFICATIONS (WITHOUT EXTRA COST TO THE OWNER) AS CONDITIONS MAY NECESSITATE. ®RIM=15, 42 n SPECIFIED. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ESTABLISHING AN ACCEPTABLE STAND OF GRASS. r 9. COPIES OF THE TRUCKING MANIFESTOES SHALL BE PROVIDED TO THE ENGINEER WHEN PETROLEUM PRODUCTS ARE BEING TRANSPORTED FOR DISPOSAL. 10. ABOVE GROUND TANKS SHALL BE NO CLOSER THAN 5' FROM ANY PROPERTY LINE OR COMBUSTIBLE STORAGE. DIESEL n \ 11. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING THE OWNER WITH AN UNINTERRUPTED SUPPLY OF THEIR FUEL DURING ALL PHASES OF CONSTRUCTION. THIS MAY BE ACCOMPLISHED BY PROVIDING TEMPORARY TANKS OR SCHEDULING THE INSTALLATION OF PROPOSED TANKS PRIOR TO REMOVING EXISTING TANKS. 12. ALL CONCRETE TO BE AIR -ENTRAINED, 4,000 PSI, 28 DAYS. COVER WITH CURING MEMBRANE 7 DAY MIN., 5 - 8% AIR CONTENT. EXISTING GRADE of DARK BROWN LOAM '�'='�'* ='r'�... 1.0 BROWN SILT 3.0' BROWN SILTY SAND 4.0 BROWN FINE TO MEDIUM SAND � I 1 O ALL PROPOSED WORK SHALL CONFORM TO THE REQUIREMENTS OF THE S.C.D.H.S. EXISTING MONITORING WELL I Q I i I � I 18.5 1. ALL PROPOSED WORK SHALL CONFORM TO THE REQUIREMENTS OF THE S.C.D.H.S. EXISTING MONITORING WELL 2. I i SCDHS TANK NUMBER / 1 x I x I x CONC, I STORAGE BUILDING x 40' DIA, / CONC, STORAGE I 1 BUILDING 511 DIA, (51 01 O \ \ J 's ASPHAL T PAVEMENT \ CNC, / S l I 1 -STY, / I WD, FR, \ e I r I �� I --- \ I � I \ \ ELEC, c CONC. \ PANEL ' P / i i i i 16.5- \_ 9.0' PALE BROWN FINE TO COARSE SAND 15.1' WATER IN PALE BROWN FINE TO COARSE SAND 23.0' TEST HOLE (NOT TO SCALE) \ r%C \ �I \ I \ \ Y I --17.0- W -BEAM GUIDERAIL ASPHALT PAVEMENT F-' 1-K Anl I71nN1 S?, DE- kAn\/A i c ID n lel o'# t I v X cr l �I I x x I x I 1 x x I 0 PROPANE f "TANK 1 x 3 / p ELEC, PANEL I DIR �/GRA VEL I I � r C) SED/PUM� Z � Et -,,,' I \ HOUSk L6 / UEM f 1 / 15 ,16.5� BUS S TI1P a1 KEYED NOTES: FTI REMOVE CONCRETE PAVEMENT (2,700 SF) AS REQUIRED FOR PROPOSED WORK. SEE PROPOSED SITE PLAN. [2] FULL DEPTH SAWCUT CONCRETE (575 LF) AND PROTECT EDGE TO MAINTAIN A CLEAN CUT. F31 REMOVE BUILDING (1,081 SF SINGLE STORY), CONCRETE SLAB, CONCRETE FOUNDATION, STAIRS & ALL ELECTRIC EQUIPMENT. 4❑ REMOVE EXISTING TANK, ROOF, CONCRETE SLAB & ALL TANK EQUIPMENT AS PER SCDHS & NYSDEC STANDARDS. 55 RELOCATE EXISTING STOP SIGN. SEE PROPOSED SITE PLAN. EXCAVATE AS REQUIRED (4,565 SF) FOR PROPOSED WORK. SEE PROPOSED SITE PLAN. ALL UNSUITABLE OR EXCESS MATERIAL IS TO BE REMOVED OFF SITE. 7❑ REMOVE EXISTING CHAIN LINK FENCE (21 LF). F8-.] CONTRACTOR SHALL REMOVE EXISTING CONDUIT AND CABLES. 9❑ CONTRACTOR SHALL ABANDON ALL MONITORING WELLS ENCOUNTERED DURING CONSTRUCTION. PLEASE NOTE THAT THE WELL LOCATION ARE APPROXIMATE & MAY HAVE ALREADY BEEN ABANDONED. 10. FULL DEPTH SAWCUT ASPHALT (255 LF) AS REQUIRED FOR PROPOSED WORK. SEE PROPOSED SITE PLAN. 11. REMOVE ASPHALT PAVEMENT (770 SF) AS REQUIRED FOR THE PROPOSED WORK. SEE PROPOSED SITE PLAN. [12] EXISTING GENERATOR TO BE REMOVED BY THE TOWN PRIOR TO CONSTRUCTION. 0 CONC/�ETE CURB 3 3 3 ------------- \ -` --© `------- i-ib�F MAIN ROAD (S.R. 25) � G _ Lj4] (1) ASPHAL T PA VEMENT LEGEND Am A_ CONCRETE PAVEMENT REMOVAL ASPHALT PAVEMENT TO BE REMOVED T EXISTING TANK TO BE REMOVED . + EXISTING BUILDING TO BE REMOVED AREA OF EXCAVATION - - - - DEMOLITION NOTES 18.5 1. ALL PROPOSED WORK SHALL CONFORM TO THE REQUIREMENTS OF THE S.C.D.H.S. EXISTING MONITORING WELL 2. THE CONTRACTOR SHALL MARK OUT EXISTING UNDERGROUND UTILITIES PRIOR TO EXCAVATION. ANY DAMAGE TO ® SCDHS TANK NUMBER UNDERGROUND UTILITIES SHALL BE REPAIRED AT THE CONTRACTOR'S EXPENSE. 3. THE S.C.D.H.S. (854-2523) IS TO BE NOTIFIED 48 HOURS PRIOR TO TANK REMOVALS, ABANDONMENTS, AND INSTALLATIONS. 4. PRIOR TO EXCAVATIONS IN PAVED AREAS THE CONTRACTOR SHALL SAWCUT THE CONCRETE TO THE APPROXIMATE LIMITS SHOWN OR AS REQUIRED AND DIRECTED BY THE ENGINEER. THE CONTRACTOR SHALL RESTORE EXCAVATED CONCRETE AS SPECIFIED. 5. UND = UNDERGROUND ABV = ABOVE GROUND OUT = OUTSIDE IN = INSIDE 6. EXCAVATION WITHIN 15' OF ANY STRUCTURE IS STRICTLY PROHIBITED WITHOUT PRIOR APPROVAL FROM THE OWNER. 7. THE ROUTING OF CONDUITS AND LOCATION OF PANELS SHOWN ON THE PLANS IS DIAGRAMMATIC ONLY AND SUBJECT TO SUCH MODIFICATIONS (WITHOUT EXTRA COST TO THE OWNER) AS CONDITIONS MAY NECESSITATE. 8. EXCAVATIONS IN VEGETATED AREAS SHALL BE RESTORED TO ORIGINAL CONDITIONS WITH NEW TOPSOIL AND SEED AS SPECIFIED. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ESTABLISHING AN ACCEPTABLE STAND OF GRASS. 9. COPIES OF THE TRUCKING MANIFESTOES SHALL BE PROVIDED TO THE ENGINEER WHEN PETROLEUM PRODUCTS ARE BEING TRANSPORTED FOR DISPOSAL. 10. ABOVE GROUND TANKS SHALL BE NO CLOSER THAN 5' FROM ANY PROPERTY LINE OR COMBUSTIBLE STORAGE. DIESEL TANKS SHALL BE NO CLOSER THAN 10' FROM ANY BUILDING OR COMBUSTIBLE STORAGE. 11. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING THE OWNER WITH AN UNINTERRUPTED SUPPLY OF THEIR FUEL DURING ALL PHASES OF CONSTRUCTION. THIS MAY BE ACCOMPLISHED BY PROVIDING TEMPORARY TANKS OR SCHEDULING THE INSTALLATION OF PROPOSED TANKS PRIOR TO REMOVING EXISTING TANKS. 12. ALL CONCRETE TO BE AIR -ENTRAINED, 4,000 PSI, 28 DAYS. COVER WITH CURING MEMBRANE 7 DAY MIN., 5 - 8% AIR CONTENT. 13. EACH TANK EXCAVATION TO BE BACK FILLED TO GRADE W/ CLEAN GRANULAR SOIL FROM ON-SITE IN 6" COMPACTED LIFTS THE CONTRACTOR SHALL TAKE THE NECESSARY PRECAUTIONS TO PROTECT PROPERTY AND PERSONS WORKING IN OR NEAR ANY EXCAVATION. THE PRECAUTIONS SHOULD INCLUDE, BUT ARE NOT LIMITED TO : 1. LOCATION AND PROTECTION OF ALL UTILITIES NEAR THE EXCAVATION PRIOR TO EXCAVATION. 2. MEANS OF SECURING OR SHORING THE EXCAVATION WALLS. 3. MEANS OF EXPOSING PERSONS TO HAZARDOUS FUMES FROM THE EXCAVATION. 4. PROTECTION OF PERSONS FROM HAZARDS ASSOCIATED WITH WATER ACCUMULATION IN THE EXCAVATION. 5. BARRICADES AND/OR FENCING TO PREVENT UNAUTHORIZED VEHICLE OR PEDESTRIAN TRAFFIC. TO BE INSTALLED MIN. 3'-0" FROM ALL OPEN EXCAVATIONS 6. INSPECTION OF EXCAVATION AND SURROUNDING AREAS AT LEAST DAILY. 7. COMPLIANCE WITH ALL APPLICABLE OSHA STANDARDS INCLUDING PART 1926, SUBPART P. 8. CONTRACTOR SHALL PROTECT ALL ADJACENT EXISTING ELEMENTS TO REMAIN DURING DEMOLITION AND CONSTRUCTION. 9. PROPERTY SLOPE SIDES OF EXCAVATION OR PROVIDE SHORING, SHEETING AND BRACING TO PREVENT CAVING, EROSION OR GULLYING OF SIDES OF EXCAVATION. 10. ALL SHORING TO BE DESIGNED BY A PROFESSIONAL ENGINEER LICENSED IN NEW YORK STATE, HIRED AND PAID FOR BY THE CONTRACTOR 0 n a LEGEND Am A_ CONCRETE PAVEMENT REMOVAL ASPHALT PAVEMENT TO BE REMOVED T EXISTING TANK TO BE REMOVED . + EXISTING BUILDING TO BE REMOVED AREA OF EXCAVATION - - - - FULL DEPTH SAWCUT 18.5 EXISTING CONTOUR © EXISTING MONITORING WELL sw EXISTING SPARGE WELL ® SCDHS TANK NUMBER 3 U E '3 o� o� cij o o4-1 U o 0 N 0 0 N 00 N O U j 0 o� \ 1 -STY BLOCK MAINTENANCE BARN Y I EL EC, c PANEL 2 CONC, _ PA= \— 17 I _18.5, __ I \ — 18.0 I �1 \ `y------� 19 �� \ 18 l 12 V 11 CONCRETE PAVEMENT \ vc) v 1_ 5 1 v 9, � \ (5- rI \-16.5 V -)3 y 5 ��6 5� � �El 7 I � 13 16 --� . — — � 9 �: e ti e 3 e �777>� \ .m r 160 — J °� Ely -°' 6 s< T I =E r1° ° 14 E LE °1 16.5 GAS i 4 – - �, < / '� METER-- . X 23 X GA Td °1a 8 \ 21 �s: 15 ° D s m o " 16.5 1r �_ rn I II al / GS. \ �%' I I ASPHA 76S HIGHWAY 1-1/2 STY, PAVER WD, FR, MAINTENANCE �O 22 \ DIR T/GRA VEL l u� BARN 10 I I p X ils�l 9 OO Y.. x ...,....... ....... ... o EL EC, PANEL O m' IRTl�& VEL �n f ., (6 0 Cti .Is • EDHOUSE PROPOSED SITE P LA N I' ~ 0 20' 40' L6 \ I �.! KEYED NOTES: OFFICE 20 GENERAL 1. ALL WORK TO BE IN STRICT COMPLIANCE WITH ALL APPLICABLE FEDERAL, STATE, COUNTY, AND LOCAL CODES AS WELL AS IN STRICT COMPLIANCE WITH APPLICABLE NATIONAL FIRE PROTECTION ASSOCIATION AND NATIONAL ELECTRICAL CODE SPECIFICATIONS AND REQUIREMENTS. 2. ALL EQUIPMENT WHEN APPLICABLE IS TO BE LISTED AND LABELED BY UNDERWRITERS LABORATORIES, INC. FOR THE INTENDED PURPOSE. 3. ALL MATERIALS SHALL MEET OR EXCEED MANUFACTURERS WRITTEN SPECIFICATIONS. 4. CONTRACTOR SHALL PROTECT ALL EXISTING STRUCTURES AND EQUIPMENT ADJACENT TO THE WORK, SUPPORT AND RELOCATE IF NECESSARY ALL EXPOSED LINES AND MAKE COMPLETE RESTORATION OF DAMAGED PIPING, CONDUIT, WIRING, CABLES AND APPURTENANCES AT NO COST TO THE UTILITIES, OWNERS, AUTHORITIES OR ENGINEERS. 5. THESE DRAWINGS DO NOT INDICATE ALL OF THE EXISTING EQUIPMENT, DEVICES, WIRING, STRUCTURES, PIPING, ETC. EITHER EXPOSED OR CONCEALED. PRIOR TO COMMENCING CONSTRUCTION THE CONTRACTOR SHALL OBTAIN AND/OR VERIFY THE EXACT LOCATION OF ALL EXISTING ITEMS THE AFFECT THE WORK. 6. THESE DRAWINGS ARE DIAGRAMMATIC IN NATURE AND INDICATE THE GENERAL ARRANGEMENT OF THE VARIOUS SYSTEMS AND THE APPROXIMATE RELATIVE LOCATIONS OF THE EQUIPMENT / DEVISES / ITEMS. 7. ALL EQUIPMENT SHALL BE INSTALLED / PIPED / WIRED IN STRICT COMPLIANCE WITH THE REQUIREMENTS AND RECOMMENDATIONS OF THE EQUIPMENT MANUFACTURER. 8. NO SMOKING / STOP ENGINE SIGN TO BE POSTED IN ALL DISPENSING AREAS. 9. TANK FILLS TO BE COLOR CODED USING THE AMERICAN PETROLEUM INSTITUTES SYSTEM OF IDENTIFICATION AS IMPLEMENTED BY LOCAL CODE. 10. INSTALLER SHALL FURNISH WRITTEN APPROVAL OF COMPLETED INSTALLATION FROM ALL GOVERNING AGENCIES. 11. THE CONTRACTOR SHALL BE RESPONSIBLE FOR DETERMINING THE LOCATION OF ALL UNDERGROUND UTILITIES / PIPING, ETC THAT EFFECT THE WOIRK. 12. THESE DRAWINGS HAVE BEEN PREPARED SOLELY FOR SUFFOLK COUNTY DEPT. OF HEALTH APPROVAL. THE DESIGN ENGINEER HAS NOT BEEN RETAINED TO PROVIDE ANY FURTHER DETAIL THAN IS REQUIRED BY THE COUNTY OR SECURE ANY OTHER PERMITS WHICH MAY BE REQUIRED PRIOR TO THE COMMENCEMENT OF WORK. 13. THE DESIGN ENGINEER HAS NOT BEEN RETAINED TO PROVIDE A SHORING DESIGN. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING A SUITABLY DESIGNED SHORING SYSTEM TO PREVENT CAVE INS WHERE APPLICABLE. TANK NOTES: 1. INSTALLER IS TO FIELD PRESSURE TEST TANK AS PER THE MANUFACTURERS WRITTEN SPECIFICATIONS PRIOR, DURING AND AFTER INSTALLATION. 2. ALL UNUSED TAPPING ARE TO BE PLUGGED. 3. INSTALLER TO PROVIDE CERTIFICATIONS FROM THE TANK MANUFACTURER AND PIPING MANUFACTURER THAT ALL WORKERS HAVE SUCCESSFULLY COMPLETED REQUIRED TRAINING FOR ALL PRODUCTS SPECIFIED. 4. ABOVEGROUND TANKS TO MEET THE DESIGN MANUFACTURING STANDARDS OF U.L. 142 AND BEAR LABEL INDICATING THEY MEET THIS STANDARD. 5. ABOVEGROUND TANKS TO MEET THE DESIGN STANDARDS OF NFPA30. 6. MEASUREMENTS FOR TANK LOCATIONS ARE TO THE SIDE OF TANK. MCONTRACTOR SHALL SAWCUT FULL DEPTH AS DETAILED 14 CONTRACTOR SHALL INSTALL NOV SYSTEMS RED THREAD IIA BELOW GRADE DOUBLE WALL SUPPLY PIPING AS DETAILED & AS PER SCDHS STANDARDS. �2 CONTRACTOR SHALL INSTALL CONCRETE PAVEMENT (3,100 SF) AS DETAILED. 15 CONTRACTOR SHALL INSTALL EMERGENCY SHUT OFF SWITCH, REMOTE MECHANICAL PULL I STATION, CONTROL HEAD, PNEUMATIC ACTUATING CYLINDER, REMOTE ANNUNCIATOR & SIGN AS ❑3 CONTRACTOR SHALL INSTALL 4" CONCRETE SLAB (1,800 SF) SAS DETAILED. f DETAILED AND AS PER SCDHS REQUIREMENTS. ❑4 CONTRACTOR SHALL INSTALL THERMOPLASTIC PAVEMENT MARKINGS (260 SU) AS DETAILED. [T6] CONTRACTOR SHALL INSTALL ALL CONDUIT, CABLES, CONTROL WIRING & PULL BOXES 5 CONTRACTOR SHALL INSTALL CONCRETE CURB (200 LF) AS DETAILED. REQUIRED FOR THE COMPLETE INSTALLATION OF THE TANK ALARM, CANOPY LIGHTS, FIRE "► SUPPRESSION SYSTEM & TANK MONITORING SYSTEM AS PER THE NEC. J S TO C6'5 F6] CONTRACTOR SHALL INSTALL CONCRETE SOUND WALL AS DETAILED. I RIM=15,18 17 CONTRACTOR SHALL INSTALL OVERHEAD CONDUIT, CONTROL WIRING, TELEPHONE AND POWER --- TO THE FUELMASTER PRO FUEL MANAGEMENT FROM THE TANKS. [7] CONTRACTOR SHALL INSTALL 250KW NATURAL GAS GENERATOR AS SPECIFIED. --------- 8] 18 CONTRACTOR SHALL INSTALL OMNTEC PROTEUS X MODEL# OEL8000llIX ALARM PANEL W/ CONTRACTOR SHALL INSTALL 10'X12' PRECAST BLDG. W MAST & NEW ELECTRIC PANEL AS DETAILED. OMNTEC AUTODIALER MOD ❑8 EL #AD -8-1 ON THE WALL INSIDE THE EXISTING OFFICE. 1-91 CONTRACTOR SHALL INSTALL NEW UNDERGROUND 1,200 A, 30 ELECTRIC PRIMARY SERVICE AS Fl -91 CONTRACTOR SHALL INSTALL 4" SCH. 80 PVC UNDERGROUND CONDUIT TO RUN CONTROL PER PSEG AND NEC STANDARDS. (SEE SHEETS 5 AND 9 FOR DETAILS) WIRING AND POWER TO THE PROPOSED OMNTEC ALARM PANEL & EXISTING FUELMASTER PRO 24 TANK MANAGEMENT SYSTEM. CONTRACTOR SHALL INSTALL A SPARE 4" SCH. 80 PVC = 10 CONTRACTOR SHALL INSTALL TWO 8,000 GALLON HOOVER VAULT TANKS (1 GAS & 1 DIESEL), UNDERGROUND CONDUIT SPILL BOXES (2), MONITORING SYSTEM/ALARM, CONCRETE SLAB (567 SF), CONCRETE FILLED H CONTRACTOR SHALL CONNECT RELOCATED FUELMASTER PRO 3500 TANK MANAGEMENT SYSTEM MAIN ROAD (NYS 25) BOLLARDS (28) AS DETAILED AND AS PER SCDHS REQUIREMENTS. TO THE EXISTING CONTROL PANEL LOCATED IN THE BASEMENT OF THE HIGHWAY OFFICE. 11 CONTRACTOR SHALL INSTALL 24'X36' FUEL CANOPY, "THE ATTENDANT II" FIRE SUPPRESSION [21] CONTRACTOR SHALL INSTALL CONCRETE FOOTING, VAULT, PAD AND BOLLARDS FOR PSEG SYSTEM & LIGHTS AS DETAILED AND AS PER NFPA 30 REQUIREMENTS. TRANSFORMER AS PER PSEG (LIPA) STANDARDS. PSEG TC SET TRANSFORMER. CONTRACTOR 12 CONTRACTOR SHALL INSTALL 6" THICK CONCRETE DISPENSER ISLAND (175 SF), TWO DRESSER SHALL PERFORM PRIMARY AND SECONDARY CONNECTIONS. WAYNE DISPENSERS MODEL# 3/G7203D/28GHJ/JS3 W/ HOSE MAST, CONCRETE FILLED 22 PROPOSED 4" GAS SERVICE BY NATIONAL GRID. BOLLARDS (4) & RELOCATED FUELMASTER PRO FUEL MANAGEMENT UNIT AS DETAILED AND AS PER SCDHS REQUIREMENTS. [23] CONTRACTOR SHALL INSTALL GAS MANIFOLD, BOLLARDS & CONCRETE SLAB AS PER THE REQUIREMENTS OF NATIONAL GRID. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL 11-31 CONTRACTOR SHALL INSTALL RELOCATED STOP SIGN (1) AS DETAILED COORDINATION WITH NATIONAL GRID. [24] CONTRACTOR SHALL INSTALL PRIMARY CABLE ACCORDING TO LIPA RED BOOK STANDARDS (SEE DETAIL SHEET 9). PSEG TO SET NEW POLE AND RUN OVERHEAD PRIMARY SERVICE. LEGEND �a a PROPOSED CONCRETE WORK tk PROPOSED FULL DEPTH ASPHALT PAVEMENT ,t'•,, M,r:;: .�:=.4.:.gz;..,;.., PROPOSED RCA PA VEMENT PROPOSED CONCRETE CURB E E PROPOSED ELECTRIC — — — — — PROPOSED SAWCUT - -18.5- — - EXISTING CONTOUR 16.5 PROPOSED CONTOUR Mw EXISTING MONITORING WELL sw EXISTING SPARGE WELL 10-16-14 MF CONSTRUCTION DRAWINGS CFD DATE BY DESCRIPTION APPROV. BY REVISIONS TOWN OF SOUTHOLD - HIGHWAY DEPT. SOUTHOLD, SUFFOLK COUNTY, NEW YORK SOUTHOLD FUEL DISPENSING FACILITY PROPOSED SITE PLAN L. K. McLEAN ASSOCIATES, P.C. coMLENo DMNMM W 011 C=W 0, Baooio VM NN V= 11719 Designed By: MF ale: AS NOTED DRAWING Drown By: MF Dom: OCTOBER 2014 Approved W. RGD File No.: 13108.000 c C a GENERATOR SPEC. MANUFACTURER: GENERAC MODEL P. SG250 W/ LEVEL 1 ACOUSTIC ENCLOSURE CAPACITY. 350KW VOLTAGE: 120/208V, 3 PHASE ENGINE: 785.99 CUBIC INCH TURBOCHARGED/AFTERCOOLED INLINE 6 AUTOMATIC TRANSFER SWITCH SPEC. ATS# AMPERAGE POLES VOLTAGE MANUFACTURER SYSTEM SERVED 1 800 3 120/208 GENERAC ENTIRE SITE r -- I I I I r (LOCATED IN I i EXISTING 0 TO PP7 FEEDER SCHEDULE O1 N1 EME 20/1 CIR( MOl \[� O SEP CP Cor DP DIS RA RE6 TK TAP STP Sul TMP TAI ATS AU' --- CO 200 amp PO r -- I I I I r (LOCATED IN I i EXISTING 0 TO PP7 FEEDER SCHEDULE O1 (3) 3/0 AWG, (1) #1 AWG GND IN 2" RMC (POWER) O2 (2) #10 AWG, (1) #10 AWG GND IN 3/4" RMC (POWER) �3 (2) #12 AWG, (1) #12 AWG GND IN 3/4" RMC (POWER) O PER MANUFACTURER'S REQUIREMENTS 1" RMC (CONTROL) O5 1(3) #8 AWG, (1) #12 AWG GND IN 1" RMC (POWER) O6 (2) #8, (1) #12 GND IN 1' RMC (POWER) O7 CONTROL WIRING PER MANUFACTURER'S REQUIREMENTS IN 1" RMC O8 (4) 500 MCM, (1) #2 AWG GND IN 4" PVC (POWER) O (4) 15 KVA (TR-XLPE) IN (4) # 4" SCH 40 PVC 10 (3 SETS) 500 MCM RHW-2 (BK/R/BL/WH/+ GND) IN (4) 4" PVC SUMP LEAK DETECTOR ELECTRIC LINE DIAGRAM N.T.S. L C =R 'S 'S. k Now 4" PVC g0' under -ground With paralleled 4A0 3 phasecables 1 set for PP3 1 set for neW 1:50 amp Disconnect NOW *-br 1111 P" FROM MDP PP -7 200 Amp Main Breaker Panel Pled labOW to be remNed Mw [W 1d be.installed new Grey labeled ID be inscelled new EX. MAINTENANCE GARAGE LINE DIAGRAM N.T.S. 16.7' EX. MAINT. GARAGE & OFFICE BLDG. NEW UTILITY BLDG. NOTES: . 1. PANEL SCHEDULE SHOWN IS SCHEMATIC AND FOR DESIGN INTENT ONLY. NOT ALL EQUIPMENT LISTED MAY BE INSTALLED. THE ELECTRICAL CONTRACTOR SHALL BALANCE LOADS BETWEEN PHASES TO MAINTAIN A MAXIMUM OF 5% VARIATION BETWEEN PHASES. 2. THE ELECTRICAL CONTRACTOR SHALL BE RESPONSIBLE TO MEET THE MINIMUM REQUIREMENTS OF THE NEC WITH ALL WIRING OR DEVICES REQUIRED. 3. THE ELECTRICAL CONTRACTOR SHALL RUN THE CIRCUITS IN THE MOST EFFICIENT MANNER AND ADJUST AS REQUIRED BY FIELD CONDITIONS. GENERAL POWER NOTES: 1. UNDERGROUND UTILITIES HAVE NOT BEEN ACCURATELY DETERMINED. THE CONTRACTOR SHALL BE RESPONSIBLE FOR DETERMINING THE EXTENT AND LOCATION OF ALL UNDERGROUND UTILITIES AND AVOID DAMAGE THERETO. 2. ALL ELECTRICAL WORK SHALL CONFORM TO NFPA 70, N.E.C. STANDARDS (CURRENT), PSEG LI AND NYS BUILDING CODES. 3. ALL INTERIOR EXPOSED WIRING AND CABLING (ELECTRICAL, DATA, TELEPHONE, ETC.) SHALL BE INSTALLED IN EMT CONDUIT. 4. PROVIDE GROUNDING AS REQUIRED BY ELECTRICAL SERVICE AND N.E.C. GROUNDING REQUIREMENTS FOR ALL ELEMENTS. 5. PROVIDE ELECTRICAL INSPECTION CERTIFICATE TO OWNER AT COMPLETION OF THE PROJECT. 6. ANY DAMAGE TO ANY EXISTING FEATURES, STRUCTURES OR UTILITIES SHALL BE REPAIRED BY THE CONTRACTOR AT NO COST TO THE OWNER. 7. THE ELECTRICAL CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING UNINTERRUPTED TEMPORARY POWER TO ALL TRADES DURING CONSTRUCTION. THE ELECTRICAL CONTRACTOR SHALL MAINTAIN DURING CONSTRUCTION AND REMOVE ALL TEMPORARY POWER SERVICES AT THE END OF THE CONTRACT. THE OWNER WILL PAY THE MONTHLY UTILITY BILLS. 8. THE EXACT LOCATIONS OF THE OUTLETS AND DATA OUTLETS SHALL BE COORDINATED WITH THE OWNER AND THEIR REPRESENTATIVE PRIOR TO INSTALLATION. 9. CONFIRM AND COORDINATE FINAL ELECTRICAL REQUIREMENTS, CONNECTIONS AND LOCATIONS WITH ACTUAL SUPPLIED EQUIPMENT. 10. VERIFY AND CONFIRM RECEPTACLE SIZES AND LOCATIONS WITH OWNER AND EQUIPMENT MANUFACTURER'S REQUIREMENTS. 11. ELECTRICAL CONTRACTOR SHALL VERIFY THAT THERE IS SUFFICIENT POWER AVAILABLE FOR ALL ELECTRICAL EQUIPMENT. 12. PRIOR TO PRICING, ELECTRICAL CONTRACTOR SHALL VERIFY ALL ELECTRICAL ITEMS AND EQUIPMENT SHOWN ON THIS DRAWING AND INCLUDE IN HIS PRICING ANY LABOR OR MATERIALS REQUIRED FOR A COMPLETE OPERATIONAL SYSTEM AS PER MANUFACTURERS RECOMMENDATIONS AND ALL APPLICABLE CODES. PROPOSED ELECTRIC PLAN L. K. McLEAN ASSOCIATES, P.C. COM M UN ENONEW 137 ,01M OOUN11l'1t 0, MU MVM WK iP= 11719 5 2" EMT from d- 1 to PP -7 280' feet 4-M THHN + #6 ground -�----- - ---1 � ! I 200 amp 40 amp 30 clod Fed from 13133 ^�, I t��rt PP -3 to be replaced with ' `# v Moir* 200 amp 3 phase Main Braker Parcel 42 ckt L C =R 'S 'S. k Now 4" PVC g0' under -ground With paralleled 4A0 3 phasecables 1 set for PP3 1 set for neW 1:50 amp Disconnect NOW *-br 1111 P" FROM MDP PP -7 200 Amp Main Breaker Panel Pled labOW to be remNed Mw [W 1d be.installed new Grey labeled ID be inscelled new EX. MAINTENANCE GARAGE LINE DIAGRAM N.T.S. 16.7' EX. MAINT. GARAGE & OFFICE BLDG. NEW UTILITY BLDG. NOTES: . 1. PANEL SCHEDULE SHOWN IS SCHEMATIC AND FOR DESIGN INTENT ONLY. NOT ALL EQUIPMENT LISTED MAY BE INSTALLED. THE ELECTRICAL CONTRACTOR SHALL BALANCE LOADS BETWEEN PHASES TO MAINTAIN A MAXIMUM OF 5% VARIATION BETWEEN PHASES. 2. THE ELECTRICAL CONTRACTOR SHALL BE RESPONSIBLE TO MEET THE MINIMUM REQUIREMENTS OF THE NEC WITH ALL WIRING OR DEVICES REQUIRED. 3. THE ELECTRICAL CONTRACTOR SHALL RUN THE CIRCUITS IN THE MOST EFFICIENT MANNER AND ADJUST AS REQUIRED BY FIELD CONDITIONS. GENERAL POWER NOTES: 1. UNDERGROUND UTILITIES HAVE NOT BEEN ACCURATELY DETERMINED. THE CONTRACTOR SHALL BE RESPONSIBLE FOR DETERMINING THE EXTENT AND LOCATION OF ALL UNDERGROUND UTILITIES AND AVOID DAMAGE THERETO. 2. ALL ELECTRICAL WORK SHALL CONFORM TO NFPA 70, N.E.C. STANDARDS (CURRENT), PSEG LI AND NYS BUILDING CODES. 3. ALL INTERIOR EXPOSED WIRING AND CABLING (ELECTRICAL, DATA, TELEPHONE, ETC.) SHALL BE INSTALLED IN EMT CONDUIT. 4. PROVIDE GROUNDING AS REQUIRED BY ELECTRICAL SERVICE AND N.E.C. GROUNDING REQUIREMENTS FOR ALL ELEMENTS. 5. PROVIDE ELECTRICAL INSPECTION CERTIFICATE TO OWNER AT COMPLETION OF THE PROJECT. 6. ANY DAMAGE TO ANY EXISTING FEATURES, STRUCTURES OR UTILITIES SHALL BE REPAIRED BY THE CONTRACTOR AT NO COST TO THE OWNER. 7. THE ELECTRICAL CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING UNINTERRUPTED TEMPORARY POWER TO ALL TRADES DURING CONSTRUCTION. THE ELECTRICAL CONTRACTOR SHALL MAINTAIN DURING CONSTRUCTION AND REMOVE ALL TEMPORARY POWER SERVICES AT THE END OF THE CONTRACT. THE OWNER WILL PAY THE MONTHLY UTILITY BILLS. 8. THE EXACT LOCATIONS OF THE OUTLETS AND DATA OUTLETS SHALL BE COORDINATED WITH THE OWNER AND THEIR REPRESENTATIVE PRIOR TO INSTALLATION. 9. CONFIRM AND COORDINATE FINAL ELECTRICAL REQUIREMENTS, CONNECTIONS AND LOCATIONS WITH ACTUAL SUPPLIED EQUIPMENT. 10. VERIFY AND CONFIRM RECEPTACLE SIZES AND LOCATIONS WITH OWNER AND EQUIPMENT MANUFACTURER'S REQUIREMENTS. 11. ELECTRICAL CONTRACTOR SHALL VERIFY THAT THERE IS SUFFICIENT POWER AVAILABLE FOR ALL ELECTRICAL EQUIPMENT. 12. PRIOR TO PRICING, ELECTRICAL CONTRACTOR SHALL VERIFY ALL ELECTRICAL ITEMS AND EQUIPMENT SHOWN ON THIS DRAWING AND INCLUDE IN HIS PRICING ANY LABOR OR MATERIALS REQUIRED FOR A COMPLETE OPERATIONAL SYSTEM AS PER MANUFACTURERS RECOMMENDATIONS AND ALL APPLICABLE CODES. PROPOSED ELECTRIC PLAN L. K. McLEAN ASSOCIATES, P.C. COM M UN ENONEW 137 ,01M OOUN11l'1t 0, MU MVM WK iP= 11719 5 cr co .5 0 a I 0 i i i C) N Q cn 7 L� d a� a c� v c a� c E 'a o� o � 00 0 o I O cn o � N 0 N 00 N 0 n U j O . n 30.2' PLAN VIEW N.T.S. I INI I u #4 BARS ® 12" O.C. EACH WAY TOP AND BOTTOM EPDXY COATED a. a a a 'it 'I'll a __ ° a CKoP100011210>�-111*t]0_1ol0 TYPICAL CONC. SLAB DETAIL N.T.S. REBAR CHAIRS EVERY 48" MAX. SECONDARY TANK VOLUME CALCULATION PRIMARY TANK VOLUME = 284"(L) X 87"(W) X 75"(H) = 1,853,100 IN3 1,853,100 IN' (0.00057870)=1,072.29 FT3 1,072.29 FT3 = 8,021 GAL. SECONDARY TANK VOLUME = 329"(L) X 87"(W) X 73"(H) = 2,089,479 IN, 2,089,479 IN' (0.00057870)=1,209.18 FT3 1,209.18 FT3 = 9,045 GAL. 8,021 X 1.1(110%) = 8,823.1 GAL 9.045 > 8.823.1 OK I 7 TANKS TANK EQUIPMENT LIST NUMBER SIZE FUNCTION MANUFACTURER/MODEL NUMBER 1 4" NPT' PHASE I VAPOR RECOVERY SIMPLEX FUELPORT W/ 4" STEEL PIPE TO TANK 2 2" NPT' MECHANICAL GAUGE OPW / MODEL# 200TC—ENG 3 6" NPT SUBMERSIBLE PUMP FE PETRO / MODEL# STP200—VI2-15 (DIESEL) FE PETRO / MODEL# STP150—VI2-15 (GAS) 4 3"/6" FILL PIPING DOUBLE WALL PIPE STEEL/FRP (3" STEEL PRIMARY, 6" RED THREAD IIA FRP SECONDARY) 5 4" NPT LEVEL GAUGE OMNTEC / MODEL# MTG 6 8" NPT PRIMARY TANK EMERGENCY VENT OPW / MODEL #201-8080 7 2" NPT PRIMARY WORKING VENT 2" SCH. 40 VENT PIPE W/ OPW ATMOSPHERIC VENT MODEL#23-0033 (DIESLE) #623V (GASOLINE) 8 4" NPT SECONDARY MONITORING PIPE OMNTEC LEAK SENSOR MODEL#BX—PDS 9 35"X18" SUFFOLK COUNTY SPILL BOX 7.5 GALLONS MINIMUM 10 42"X24" SUFFOLK COUNTY SPILLBOX 11 2" NPT SECONDARY WORKING VENT 2" SCH. 40 VENT PIPE W/ OPW ATMOSPHERIC VENT MODEL#23-0033 12 8" NPT SECONDARY CONTAINMENT EMERGENCY VENT DEL # OPW/MO201-8080 13 2" NPT SPARE 14 4" NPT FIRE RATED MATERIAL FILL CONTAINMENT SOLUTIONS / HOOVER VAULT 15 2"x2" GROUND CLIP CONTAINMENT SOLUTIONS / HOOVER VAULT 16 N/A SPILL BOX SIMPLEX / FUELPORT W/ SPILL BOX 17 2"/3" BELOW GRADE FRP PIPING DOUBLE WALL FRP PIPE RED THREAD 11A 2 PRIMARY, 3 SECONDARY) 18 2"/3" ABOVE GRADE PIPING DOUBLE WALL STEEL PIPE FOR BOTH (2" PRIMARY, 3" SECONDARY) 19 2" BALL VALVE OPW / MODEL #21 BV -0200 20 N/A TRANSITION SUMP AST / MODEL #2922 21 N/A FLEXIBLE ENTRY BOOT OPW / MODEL #DEB -0300 22 2" TEST BOOT OPW / MODEL #TBA -3020 23 N/A SUMP SENSOR OMNTEC / MODEL # BX—PDS 24 N/A INTERSTITIAL SENSOR OMNTEC / MODEL # BX—PDS 25 N/A EXPLOSION PROOF JUNCTION BOX 26 N/A RIGID METALLIC CONDUIT 27 N/A SUMP SENSOR OMNTEC / MODEL # BX—PDS 28 N/A FLEXIBLE ENTRY BOOT OPW / MODEL # EBF -0751 29 4" DRAIN FOR SPILL BOX 30 69p FILL W OVERFILL PREVENTION VALVE & DROP TUBE OPW MODEL 61fSTOP OPW DROP TUBE MODEL 61 FT 31 4" NPT SPARE 32 2" NPT SPARE 8.5' — 1 END ELEVATION VIEW N.T.S. SEAL WELD ALL FITTINGS & TANK 4" SPACE BETWEEN INNER & OUTER TANKS FILLED W/ LIGHT WEIGHT FIRE RATED MATERIAL C6 X 8.2# SUPPORTS W/ J" O HOLE EACH END FOR ANCHORING. u 7 co .3 Q) 0 Nf 0 I 0 i i Q i U U Li Q co 0 N L� d c� Q) U U L Q) c E 'S o � 00 0 o I 0 0 0 N 0 O N 00 N O 4, r� U j 0. FILL/SPIL' B0; 30.2' n/1Lr VUUrLIIVU FOR D/W PIPING. PLAN VIEW N.T.S. F f\r P1UMF I LI\ REBAR #4 BARS ® 12" O.C. CHAIRS EVERY EACH WAY TOP AND BOTTOM 48" MAX. EPDXY COATED 3" MIN. A. ° a COV. •d d a d a a a 2" MIN. COMPACTED SUBGRADE TYPICAL CONC. SLAB DETAIL N.T.S. SECONDARY TANK VOLUME CALCULATION PRIMARY TANK VOLUME = 284"(L) X 87"(W) X 75"(H) = 1,853,100 IN3 1,853,100 IN3 (0.00057870)=1,072.29 FT3 1,072.29 FT3 = 8,021 GAL. SECONDARY TANK VOLUME = 329-(L) X 87"(W) X 73"(H) = 2,089,479 IN3 2,089,479 IN3 (0.00057870)=1,209.18 FT3 1,209.18 FT3 = 9,045 GAL. 8,021 X 1.1(110%) = 8,823.1 GAL 9.045 > 8.823.1 OK a N TANKS TANK EQUIPMENT LIST NUMBER SIZE FUNCTION MANUFACTURER/MODEL NUMBER 1 4" NPT PHASE I VAPOR RECOVERY SIMPLEX FUELPORT W/ 4" STEEL PIPE TO TANK 2 2" NPT MECHANICAL GAUGE OPW / MODEL# 20OTG-ENG 3 6" NPT SUBMERSIBLE PUMP FE PETRO / MODEL# STP200-VI2-15 (DIESEL) FE PETRO / MODEL# STP150-VL2-15 (GAS) 4 3"/6" FILL PIPING DOUBLE WALL PIPE STEEL/FRP (3" STEEL PRIMARY, 6" RED THREAD IIA FRP SECONDARY) 5 4" NPT LEVEL GAUGE OMNTEC / MODEL# MTG 6 8" NPT PRIMARY TANK EMERGENCY VENT OPW / MODEL #201-8080 7 2" NPT PRIMARY WORKING VENT 2" SCH. 40 VENT PIPE W/ OPW ATMOSPHERIC VENT MODEL#23-0033 (DIESLE) #623V (GASOLINE) 8 4" NPT SECONDARY MONITORING PIPE OMNTEC LEAK SENSOR MODEL#BX-PDS 9 35"X18" SUFFOLK COUNTY SPILL BOX 7.5 GALLONS MINIMUM 10 42"X24" SUFFOLK COUNTY SPILLBOX 11 2" NPT SECONDARY WORKING VENT 2" SCH. 40 VENT PIPE W/ OPW ATMOSPHERIC VENT MODEL#23-0033 12 8" NPT SECONDARY CONTAINMENT EMERGENCY VENT OPW / MODEL #201-8080 13 2" NPT SPARE 14 4" NPT FIRE RATED MATERIAL FILL CONTAINMENT SOLUTIONS / HOOVER VAULT 15 20tx2" GROUND CLIP CONTAINMENT SOLUTIONS / HOOVER VAULT 16 N/A SPILL BOX SIMPLEX / FUELPORT W/ SPILL BOX 17 2"/3" BELOW GRADE FRP PIPING DOUBLE WALL FRP PIPE RED THREAD 11A 2 PRIMARY, 3 SECONDARY) 18 2"/3" ABOVE GRADE PIPING DOUBLE WALL STEEL PIPE FOR BOTH (2" PRIMARY, 3" SECONDARY) 19 2"' BALL VALVE OPW / MODEL #21 BV -0200 20 N^ TRANSITION SUMP AST / MODEL #2922 21 N/�A FLEXIBLE ENTRY BOOT OPW / MODEL #DEB -0300 22 2" TEST BOOT OPW / MODEL #TBA -3020 23 N/A SUMP SENSOR OMNTEC / MODEL # BX -PDS 24 N/A INTERSTITIAL SENSOR OMNTEC / MODEL # BX -PDS 25 N/A EXPLOSION PROOF JUNCTION BOX 26 N^ RIGID METALLIC CONDUIT 27 N/A SUMP SENSOR OMNTEC / MODEL # BX -PDS 28 N/A FLEXIBLE ENTRY BOOT OPW / MODEL # EBF -0751 29 411' DRAIN FOR SPILL BOX 30 6107 FILL W OVERFILL PREVENTION VALVE & DROP TUBE OPW DROP TUBE MODEL 61 FT 31 4" NPT SPARE 32 2" NPT SPARE I� 8.5' — I END ELEVATION VIEW N.T.S. SEAL WELD ALL FITTINGS & TANK 4" SPACE BETWEEN INNER & OUTER TANKS FILLED W/ LIGHT WEIGHT FIRE RATED MATERIAL C6 X 8.2# SUPPORTS W/ J" O HOLE EACH END FOR ANCHORING. m� DISPENSER LIQUID SUMP SENSOR LOCATED �— PROPOSED RED THREAD IIA 3" FRP AT THE LOWEST POINT OF SUMP BY SECONDARY CONTAINMENT PIPING OMNTEC, MODEL BX -PDS TEST BOOT W/ TEST VALVE. PULL GALVANIZED STEEL PIPE FITTINGS, TYP. BACK AFTER TEST 2" FRP ADAPTER TYPICAL DISPENSER SUMP EQUIPMENT SECTION NOT TO SCALE TYPICAL "APT" TRANSITION SUMP DETAIL NOT TO SCALE CAUTION i WHEN ALARM BELL SOUNDS TANK FILLED TO CAPACITY DO NOT OVER FILL 18" x 26" ALUMINUM SIGN SIGN NOTE SIGN TO BE MOUNTED ON LIGHT POLE ON TANK SIDE OF THE ISLAND OVER FILL SIGN NOT TO SCALE END VIEW FIRE SUPPRESSION MANUAL RELEAS RED LETTERS ON WHITE BACKGROUND MIN. 2" HIGH LETTERS (TYP.) 12" x 24" ALUMINUM SIGN SIGN NOTE SIGN MUST BE LOCATED IN CLEAR VIEW OF GASOLINE FUEL DISPENSER. FIRE SUPPRESSION MANUAL RELEASE SIGN YELLOW LETTERS WITH BLACK BACKGROUND MIN. 2" HIGH LETTERS (TYP.) BLACK LETTERS WITH YELLOW BACKGROUND SIDE VIEW LARGE MOUTH DISPENSER SUMP NOT TO SCALE TYP. NOT TO SCALE FUEL DISPENSER MODEL# ' '"'""'" '"""' iJ/JS3 (TWO PRODUCT, DISPENSER) W/ HOSE =ACTURED BY DRESSER 15' FUEL-FLO SOFTWALL 4 SPIRAL MODEL# 110201 (DIESEL) #109201 (GAS) AS MANUFACTURED BY IRPCO AUTOMATIC NOZZLE MODEL# 11 A (GAS) & # 7H (DIESEL) AS MANUFACTURED BY OPW SWIVEL BREAKAWAY MODEL# 66SB-7575 (GAS) & 66SB-1010 (DIESEL) AS MANUFACTURED BY OPW REDUCER W/ AIR STEM (DETACH FROM SECONDARY PIPE WHEN NOT TESTING) COMPRESSION RING BAND CLAMP --\ INSIDE TURBINE ENCLOSURE / SUMP NOTES: 1. ALL EXTERIOR PANELS OF DISPENSER SHALL BE STAINLESS STEEL. 2. INSTALL AS PER MANUFACTURER'S SPECIFICATIONS. 3. OWNER TO CHOOSE COLOR. TYPICAL DISPENSER & ACCESSORY DETAIL NOT TO SCALE WARNING IT IS UNLAWFUL AND DANGEROUS TO DISPENSE FUEL INTO UNAPPROVED CONTAINERS MIN. 2" HIGH NO SMOKING - STOP MOTOR LETTERS (TYP.) DURING FUELING OPERATION 18" x 26" ALUMINUM SIGN SIGN NOTE SIGN MUST BE LOCATED IN CLEAR VIEW OF GASOLINE FUEL DISPENSER. NO SMOKING — STOP MOTOR SIGN NOT TO SCALE WHITE LETTERS ON RED BACKGROUND EMERGENCY SHUT-OFF MIN. 2" HIGH S W I T C H LETTERS (TYP.)) 12" x 24" ALUMINUM SIGN SIGN MUST BE LOCATED IN CLEAR VIEW OF GASOLINE FUEL DISPENSER. EMERGENCY SHUT—OFF SWITCH SIGN NOT TO SCALE 1T I I DEPTH VARIES EXISTING CI IRFArF PNEUMATIC ACTUATION LINE AS MANUFACTURED BY PYRO—CHEM OR APPROVED EQUAL 12"0 X 3'-0" RUBBER BOOT CONCRETE BASE PROPOSED RED THREAD IIA 2" FRP NOTE: PRIMARY PIPING. EQUIPMENT AND METAL STRUTS SHALL BE MOUNTED SECURELY TO THE PROPOSED UTILITY BUILDING. FIRE ALARM MOUNTING DETAIL NOT TO SCALE PROPOSED RED THREAD IIA 3" FRP SECONDARY CONTAINMENT PIPING TYP. OUTSIDE TURBINE ENCLOSURE / SUMP FLEXIBLE ENTRY BOOT FOR FIBERGLASS PIPING NOT TO SCALE nrn 1 rTTroC AM WIJITr DAPWIDAHMn o� ATTENTION FILL OPERATOR A TIGHT FILL CONNECTION MUST BE USED USE OF A LOOSE FILL NOZZLE MAY RESULT IN A HAZARDOUS DISCHARGE FROM THE FILL PORT ErY ORDER OF SUFFOLK COUNTY DEPARTMENT OF HEALTH SERVICES LETTERS TO BE A MINIMUM 2" HIGH 18" x 30" ALUMINUM SIGN SIGN NOTE SIGN MUST BE LOCATED IN CLEAR VIEW OF FILL OPERATOR WITHIN TANK FILLING AREA WARNING SIGN DETAIL NOT TO SCALE NEW SURFACE TO MATCH EXISTING CONDITIONS TRENCH NOTES I., PIPING TO BE INSTALLED AS PER MANUFACTURER'S RECOMMENDATIONS OR AS SHOWN ON THIS DETAIL SAWCUT ASPHALT, INSTALL 1/2" FELT EXPANSION JOINT AND REPAIR SURFACE TO MATCH EXISTING FOR ALL AREAS WHERE NEW PIPING IS TO BE INSTALLED BELOW GRADE. MINIMUM BURIAL DEPTH: CONCRETE PAVING: 7"; ASPHALT PAVING: 9"; NO PAVEMENT: 20" CROSSOVER DISTANCE: PROVIDE MINIMUM OF 4" VERTICAL AND HORIZONTAL SEPARATION BETWEEN ALL FRP PIPING WHILE MAINTAINING MINIMUM SPECIFIED BURIAL DEPTH TYPICAL FRP TRENCH DETAIL NOT TO SCALE NATIVE SOIL ALL EXCAVATED AREAS TO BE BACKFILLED WITH PEA GRAVEL 3/8" x #4 PEA GRAVEL TYPICAL UNDERGROUND PIPING EXTENT OF EXCAVATION ELEVATION MATERIAL: 3/16" STEEL BODY 10 GA. ALUMINUM TOP 3" COUPLING (1 REQ'D) 3/4" COUPLING (2 REQ'D) SUFFOLK COUNTY SPILL BOX DETAIL N.T.S. END VIEW NOTE: FUEL DISPENSER MODEL 2HP SUBMERSIBLE PUMP TO BE MODEL# STPM200 AS #3/G7233D/GJK AS MANUFACTURED MANUFACTURED BY FE PETRO BY DRESSER WAYNE OR APPROVED CONCRETE CROWNED TO SHED WATER SIPHON PORT OMNTEC REMOTE ANNUNCIATOR MODEL # 1-1/2" PVC CONDUIT OPW # 60VSP-1001 VAPOR BE EQUAL (SEE DETAIL ON THIS SHEET) 2" ORANGE REFLECTIVE TAPE BAND " 1/4 NPT LEAK DETECTOR RAS -2 FOR ELECTRIC TO FIRE ALARM DEVICES SHEAR VALVE TO PORT - 2" NPT INSTALLED WITH SHEAR PART OF 6" DIAMETER STEEL PIPE TANK PORT GROOVE FLUSH TO 3/4" DISPENSER DISPENSER INLET PIPE I FILLED WITH CONCRETE " 12.50" 1/4 NPT 10.65 BELOW TOP OF FLOOR OPW EMERGENCY SHEAR VALVE "� PAINTED 2 COATS REFLECTIVE WHITE 77 EMERGENCY SHUT— SEAL SPACE BETWEEN DISPENSER AND #10BHMP-5830 DISCHARGE OUTLET CONTROL HEAD ECH OFF SWITCH Fz DISPENSER PAD WITH SILICON OR GROUT TOP OF CONC. - FINISHED GRADE RISER PIPE 2" NPT -SERIES AS MANUFACTURED BY a "� ws„ Lu R STABILIZER KIT MODEL# ; ' .; . ° " 6 MIN. `fD D 4" NPT APPROVED EQUAL SBK-25 AS MANUFACTURED .A e DISPENSER ISLAND REMOTE MECHANICAL BY APT ELECTRIC TO BE CONNECTED DISCHARGE/LEAK PNEUMATIC ACTUATINGRNAVEL RPSL �TAATSION MODEL TO CONTROLLER MOUNTED DETECTOR CYLINDER MODEL MANUFACTURED BY CONDUIT TO DISPENSER ISLAND D IN THE HIGWAY OFFICE CENTERLINE PAC -10/200 AS1"PVC MANUFACTURED BY -CHEM DISPENSER AC JUNCTION BOX MODEL# STP -SCI AS PYRO-CHEMO HOSEMASTER FIRE -SHIELD FLEX cc �. ° MANUFACTURED BY FE RISER/COLUMN APPROVED EQUAL 1" PVC CONDUIT TO ALARM CONNECTOR PETRO. INSTALL AS PER MANUFACTURES PIPE CENTERLINE 2" 9'-0" GALV. PANEL INSIDE BUILDING u I I SPECIFICATIONS. RMC CONDUIT 5.80 SCH. 40 SUPPORTS EXPLOSION -PROOF JUNCTION BOX ALL SUMP PENETRATIONS TO HAVE 2'-0" DIA. MIN. SEE LINE DIAGRAM & UNISTRUT BULKHEAD FITTINGS CONCRETE ENCASEMENT TYP. 2HP FE PETRO SUBMERSIBLE PUMP DETAIL SIGN AS DETAILED LIQUID -TIGHT DISPENSER SUMP LM SERIES FIRE AS MANUFACTURED BY APT READ IIA 2" FRP D BOLLARD DETAILS NOT TO SCALE PRIMARY PIP SUPPRESSION NOT TO SCALE MANUAL RELEASE DISPENSER LIQUID SUMP SENSOR LOCATED �— PROPOSED RED THREAD IIA 3" FRP AT THE LOWEST POINT OF SUMP BY SECONDARY CONTAINMENT PIPING OMNTEC, MODEL BX -PDS TEST BOOT W/ TEST VALVE. PULL GALVANIZED STEEL PIPE FITTINGS, TYP. BACK AFTER TEST 2" FRP ADAPTER TYPICAL DISPENSER SUMP EQUIPMENT SECTION NOT TO SCALE TYPICAL "APT" TRANSITION SUMP DETAIL NOT TO SCALE CAUTION i WHEN ALARM BELL SOUNDS TANK FILLED TO CAPACITY DO NOT OVER FILL 18" x 26" ALUMINUM SIGN SIGN NOTE SIGN TO BE MOUNTED ON LIGHT POLE ON TANK SIDE OF THE ISLAND OVER FILL SIGN NOT TO SCALE END VIEW FIRE SUPPRESSION MANUAL RELEAS RED LETTERS ON WHITE BACKGROUND MIN. 2" HIGH LETTERS (TYP.) 12" x 24" ALUMINUM SIGN SIGN NOTE SIGN MUST BE LOCATED IN CLEAR VIEW OF GASOLINE FUEL DISPENSER. FIRE SUPPRESSION MANUAL RELEASE SIGN YELLOW LETTERS WITH BLACK BACKGROUND MIN. 2" HIGH LETTERS (TYP.) BLACK LETTERS WITH YELLOW BACKGROUND SIDE VIEW LARGE MOUTH DISPENSER SUMP NOT TO SCALE TYP. NOT TO SCALE FUEL DISPENSER MODEL# ' '"'""'" '"""' iJ/JS3 (TWO PRODUCT, DISPENSER) W/ HOSE =ACTURED BY DRESSER 15' FUEL-FLO SOFTWALL 4 SPIRAL MODEL# 110201 (DIESEL) #109201 (GAS) AS MANUFACTURED BY IRPCO AUTOMATIC NOZZLE MODEL# 11 A (GAS) & # 7H (DIESEL) AS MANUFACTURED BY OPW SWIVEL BREAKAWAY MODEL# 66SB-7575 (GAS) & 66SB-1010 (DIESEL) AS MANUFACTURED BY OPW REDUCER W/ AIR STEM (DETACH FROM SECONDARY PIPE WHEN NOT TESTING) COMPRESSION RING BAND CLAMP --\ INSIDE TURBINE ENCLOSURE / SUMP NOTES: 1. ALL EXTERIOR PANELS OF DISPENSER SHALL BE STAINLESS STEEL. 2. INSTALL AS PER MANUFACTURER'S SPECIFICATIONS. 3. OWNER TO CHOOSE COLOR. TYPICAL DISPENSER & ACCESSORY DETAIL NOT TO SCALE WARNING IT IS UNLAWFUL AND DANGEROUS TO DISPENSE FUEL INTO UNAPPROVED CONTAINERS MIN. 2" HIGH NO SMOKING - STOP MOTOR LETTERS (TYP.) DURING FUELING OPERATION 18" x 26" ALUMINUM SIGN SIGN NOTE SIGN MUST BE LOCATED IN CLEAR VIEW OF GASOLINE FUEL DISPENSER. NO SMOKING — STOP MOTOR SIGN NOT TO SCALE WHITE LETTERS ON RED BACKGROUND EMERGENCY SHUT-OFF MIN. 2" HIGH S W I T C H LETTERS (TYP.)) 12" x 24" ALUMINUM SIGN SIGN MUST BE LOCATED IN CLEAR VIEW OF GASOLINE FUEL DISPENSER. EMERGENCY SHUT—OFF SWITCH SIGN NOT TO SCALE 1T I I DEPTH VARIES EXISTING CI IRFArF PNEUMATIC ACTUATION LINE AS MANUFACTURED BY PYRO—CHEM OR APPROVED EQUAL 12"0 X 3'-0" RUBBER BOOT CONCRETE BASE PROPOSED RED THREAD IIA 2" FRP NOTE: PRIMARY PIPING. EQUIPMENT AND METAL STRUTS SHALL BE MOUNTED SECURELY TO THE PROPOSED UTILITY BUILDING. FIRE ALARM MOUNTING DETAIL NOT TO SCALE PROPOSED RED THREAD IIA 3" FRP SECONDARY CONTAINMENT PIPING TYP. OUTSIDE TURBINE ENCLOSURE / SUMP FLEXIBLE ENTRY BOOT FOR FIBERGLASS PIPING NOT TO SCALE nrn 1 rTTroC AM WIJITr DAPWIDAHMn o� ATTENTION FILL OPERATOR A TIGHT FILL CONNECTION MUST BE USED USE OF A LOOSE FILL NOZZLE MAY RESULT IN A HAZARDOUS DISCHARGE FROM THE FILL PORT ErY ORDER OF SUFFOLK COUNTY DEPARTMENT OF HEALTH SERVICES LETTERS TO BE A MINIMUM 2" HIGH 18" x 30" ALUMINUM SIGN SIGN NOTE SIGN MUST BE LOCATED IN CLEAR VIEW OF FILL OPERATOR WITHIN TANK FILLING AREA WARNING SIGN DETAIL NOT TO SCALE NEW SURFACE TO MATCH EXISTING CONDITIONS TRENCH NOTES I., PIPING TO BE INSTALLED AS PER MANUFACTURER'S RECOMMENDATIONS OR AS SHOWN ON THIS DETAIL SAWCUT ASPHALT, INSTALL 1/2" FELT EXPANSION JOINT AND REPAIR SURFACE TO MATCH EXISTING FOR ALL AREAS WHERE NEW PIPING IS TO BE INSTALLED BELOW GRADE. MINIMUM BURIAL DEPTH: CONCRETE PAVING: 7"; ASPHALT PAVING: 9"; NO PAVEMENT: 20" CROSSOVER DISTANCE: PROVIDE MINIMUM OF 4" VERTICAL AND HORIZONTAL SEPARATION BETWEEN ALL FRP PIPING WHILE MAINTAINING MINIMUM SPECIFIED BURIAL DEPTH TYPICAL FRP TRENCH DETAIL NOT TO SCALE NATIVE SOIL ALL EXCAVATED AREAS TO BE BACKFILLED WITH PEA GRAVEL 3/8" x #4 PEA GRAVEL TYPICAL UNDERGROUND PIPING EXTENT OF EXCAVATION ELEVATION MATERIAL: 3/16" STEEL BODY 10 GA. ALUMINUM TOP 3" COUPLING (1 REQ'D) 3/4" COUPLING (2 REQ'D) SUFFOLK COUNTY SPILL BOX DETAIL N.T.S. END VIEW Q) U C 0 c E 'c U 0 -t _ 6o c 0-F c U o c N C C N CC N c -4- r�] 0,7 (Z (SEE NOTE 6) _ICING CREW E RISER POLE ROUNDING AND MATERIAL) 11 VVIYVVII IJ VJL✓ IS REQUIRED, SEE NOTE 7 CABLE RISER NTS NO.2 N0. 1 CURB -00 TRAFFIC RISER LOCATIONS ON POLE TIVE POSITIONS OF RISERS (#1 ) 3E CONTROLLED BY THE DIRECTION IN :H CABLE EXTENDS UNDERGROUND ,LS ARE TO BE TH BELL ENDS. %" X 2—X" NS L BE ACCEPTED U—GUARD OR 5" UBLE GALVANIZED NOTE 1) CABLES N DARY CRY NOTES: 1. CONTRACTORS SHALL MOUNT ONLY THE UTILITY SPECIFIED RISER MATERIAL ON THE POLE, TO A HEIGHT OF 9 TO 10 FEET ABOVE GRADE U—GUARD — 3" POLYETHYLENE SCHD. 80 OR 3" DBL. GALV. STEEL — 10' LONG W/ BELL ENDS SECONDARY CABLE MAX. PRIMARY CABLE MAX. 4 — 1/C 350 KCM 3 — 2/C #1/0 AWG 5" DOUBLE GALVANIZED STEEL U—GUARD — 5' LONG W/BELL ENDS SECONDARY CABLE MAX. PRIMARY CABLE MAX. 8 — 1/C 500 KCM 3 — 2/C 750 KCM 2. A) THE LOCATION OF THE U—GUARD ON THE POLE SHALL BE IDENTIFIED FOR THE CONTRACTOR BY THE LIPA ED&C REPRESENTATIVE ASSIGNED TO THE JOB PRIOR TO INSTALLATION OF THE CABLE/RISER. B) THE LENGTH OF THE CABLE REQUIRED FOR UTILITY TO MAKE FINAL CONNECTIONS AT THE POLE SHALL BE IDENTIFIED FOR THE CONTRACTOR BY THE LOCAL UTILITY ED&C REPRESENTATIVE. 3. A) THE CABLE SUPPLIED BY THE CONTRACTOR FOR USE ON THE POLE SHALL BE INSTALLED AND PROPERLY SECURED TO THE POLE BY THE ELECTRICAL CONTRACTOR TO PREVENT DAMAGE AND/OR ANY ACTS OF VANDALISM FROM DAMAGING CABLE PRIOR TO HOOK—UP. B) CABLE IS TO BE ATTACHED TO THE POLE WELL ABOVE THE TOP OF THE RISER WITH A KELLUMS GRIP BASKET OR LENGTH OF LINE TIED IN A "ROLLING BEND KNOT" (SEE BELOW) SO AS TO PROTECT THE CABLE FROM MECHANICAL BENDING DAMAGE. 4. ALL CABLE SHALL BE PROPERLY END CAPPED AT BOTH ENDS BY THE CONTRACTOR WITH APPROVED TIGHT FITTING WATERTIGHT SEALING CAPS OR IN STRICT COMPLIANCE WITH NEC 300-5 (e). ** 5. 3" POLYETHYLENE U—GUARD SHALL BE FASTENED WITH 1/4" X 2 1/2" LAG SCREWS WITH CUSHION. 5" STEEL U—GUARD SHALL BE FASTENED WITH 3/8" X 2 1/2" LAG SCREWS. 6. LIPA SHALL COMPLETE THE CONSTRUCTION OF THE RISER PER THE APPROPRIATE CONSTRUCTION STANDARDS. 7. IF CONDUIT IS USED, MANHOLES ARE REQUIRED. CONTACT E.D.&C. FOR DETAILS (SEE CS -6620). (SEE TS BOX DETAIL THIS SHEET) ** THE CONCERN FOR RELIABLE ELECTRIC SERVICE REQUIRES THAT UTILITY RESERVE THE RIGHT TO REFUSE TO ACCEPT OR ENERGIZE ANY CABLES THAT HAVE BEEN LEFT WITH 'ENDS' UNCAPPED. MOISTURE INTRUSION HAS BEEN DETERMINED TO BE A SUBSTANTIAL CAUSE OF PREMATURE CABLE FAILURES, UNCAPPED CABLE ENDS ARE THE LEADING CAUSE OF THIS PROBLEM ROLLING BEND KNOT, TO ATTACH LINE TO WIRES WHEN GRIP IS NOT AVAILABLE. COVERS SHALL HEAVY DUTY, TRAFFIC BEARING, WATERTIGHT, BOLTED LIDS WITH GASKETS, MODEL R -1916—H BY NEENAH FOUNDRY COMPANY OR APPROVED EQUAL j e% - r% L I TYPICAL MANHOLE COVER (NOT TO SCALE) TOP SLAB 4'-4" 5'-4" E, 8 4'-3" If �1 #5 LIFT HOOKS ENTRANCE RECESS IN WALL FOR BELL END CONDUIT LIFTING EYE SPECIFICATIONS: 1. CONCRETE: 28 DAY COMPRESSIVE STRENGTH F'C = 4,000 PSI. 2. DRAWING SHOWS ONLY BASIC SIZE AT KNOCKOUT VICINITY 3. CASTING Q8-7 W/ 30" CL. OPENING. 4. DESIGNED FOR AASHTO HS -20 LOADING. PRIMARY CABLE MANHOLE - TYPE TS (NOT TO SCALE) Z L0g 10' MIN. PROPOSED WATER MAIL WATER LINE 10' MIN. 6" F REINFORCING STEEL SHALL CONFORM TO ASTM A-615 GRADE 60. rA 3500 PSI CONCRETE SOUND BARRIER WALL An .o #4 BARS ® 18" O.C. MAX. EACH WAY (TYP. FOR 36" MIN. WALL AND FOOTING) 3" 8" 4 d d =1 if 8'p BOTTOM OF FOOTING MUST BEAR ON 22" 11 1 UNDISTURBED SOIL. CONCRETE SCREEN WALL DETAIL N.T.S. STAINLESS STEEL PENTA-HEAD BOLT WELDED TO PLATE 2'+/- TYPICAL UTILITY TRENCH NTS BpOpF��NG HI -DENSITY POLYETHYLENE SPLICE BOX DETAIL (NOT TO SCALE) r1' MIN 0 M MOND PLATE TWO BRACKETS WELDED TO PLATE PROPOSED GAS MAIN LPROPOSED ELECTRIC PROPOSED TELEPHONE PROPOSED COMMUNICATIONS (COAXIAL CABLE) TAN K — GROUND CLIP —l" CONDUIT SLEEVE GROUND ROD CLAMP J" O GROUND ROD x 8' LONG INSTALLED UNDERGROUND AS PER MANUFACTURER'S & NEC REQUIREMENTS. CONCRETE PAD COMPACTED SUBGRADE FUEL TANK GROUND ROD DETAIL N.T.S. (TANK) ANCHOR CLIP 5/8" x 4 3/4" STAINLESS STEEL HILTI KWIK BOLT II CONCRETE PAD d . a d 1 O» FUEL TANK ANCHOR CLIP DETAIL N.T.S. AS PER THE MANUFACTURING STANDARD 6" RCA & 4" TYPE 6 ASPHALT (AS SCHEDULED) 10" AC JOINT 3" WIDE PAVEMENT \ DETECTABLE MARKING TAPE COMMON FILL 30" MIN. WIDEN TRENCH AS NEEDED ABOVE CONDUIT CONDUIT D o �' BEDDING TYPICAL ASPHALT PAVED ELECTRIC TRENCH N.T.S. NOTE: ALL NEW UNDERGROUND UTILITIES TO BE INSTALLED WITH TRACER WIRE. Q .o C v c - i i D 0 0 cn U 0 Q) c c (: �c V oc N c c N a N C U r O i a PROPOSED CANOPY. `. CANOPY DETAIL SHI PYRO—CHEM "THE ATTENDANT II" FIRE SUPPRESSION SYSTEM TO BE INSTALLED IN THE CANOPY. CANOPY SUPPORT. SEE CANC DETAIL SHE CONTRACTOR TO REINSTALL EXIST FUELMASTER PRO FUEL MANAGEMENT L AND CONNECT TO THE EXISTING CONTROL IN THE HIGH WAY OFFICE BUILDI PROPOSED DRESSER WAYNE GAS/DIE DISPENSER MODEL# 3/G7203D/28GHJ/JS3( OF 2). SEE DETAIL SH PROPOSED CONCRETE FILLED BOLL (TYP. OF 4). SEE DETAIL SH NOTE: FIRE SUPPRESSION SYSTEM SUPPORT STRUCTURE AND FEATURES TO BE DESIGNED & INSTALLED BY THE CONTRACTOR. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO OBTAIN ALL NECESSARY PERMITS FROM THE FIRE MARSHALL. FINI: GI N N R=2' (TYP.) I-a 9 f No CONCRETE CURB SECTION N.T.S. DISPENSER ISLAND ELEVATION VIEW N.T.S. DISP. F-1FUEL MGMT. F-1DISP. DISPENSER 1Y8"X18" SMOOTH EPDXY — COATED BARS ® 24" O.C. d d V. 1. F. EXISTNG PREMOLDED EXPANSION JOINT SLAND N.T.S. PLAN DOW CORNING 890 SILICONIE JOINT S EALAN'T r POLYETHYLENE I EXPANSION CAP M. VIEW ". :1OSED.REP #4 BARS ® 12"O.C. EACH WAY TOP & BOTTOM REBAR CHAIRS EVERY 48" MAX. TYP. 3" MIN. COV. 4d-\/_'\ 1 2" MIN. COV. BONID BREAKER `— COMPACTED SUBGRADE TYPICAL CONCRETE PAVEMENT DETAIL N.T.S. 5.0' kNSION JOINT AT SPENSER ISLAND. SURFACE SCHEDULE SIGN TEXT DATA TABLE DESCRIPTION TEXT SIZE OF SIGN MUTCD NO. COLOR OF TYPE OF (L X H) BKGRND. LEGEND MOUNTING STOP SIGN wi 30"x30" R1-1 RED WHITE G.M. S. P. -r^m !1r ^1 I m m VI\!lVL LIIYL UV 1 I VIVI VI VVI\Li CURB TERMINATION DETAIL N.T.S. FIRE SUPPRESSION SYSTEM NOTES: 1. CONTRACTOR SHALL DESIGN, FURNISH AND INSTALL A FIRE SUPPRESSION SYSTEM THE DISPENSER ISLAND. 2. SYSTEM DESIGN SHALL INCLUDE BUT NOT BE LIMITED TO STRUCTURAL SUPPORT SYSTEM, PIPING, NOZZLES, VALVES, CHEMICAL PRODUCTS, ETC. 3. COVERAGE OF THE SYSTEM SHALL INCLUDE DISPENSER ISLAND. 4. AUTOMATIC FIRE SUPPRESSION SYSTEM SHALL BE U.L. LISTED AND DESIGNED) IN ACCORDANCE WITH NEPA STANDARDS. SYSTEM PLANS MUST BE SEALED BY A NYS LICENSED PROFESSIONAL ENGINEER, AND APPROVED BY THE LOCAL FIRE MARSHAL PRIOR TO SUBMISSION FOR APPROVAL BY THE ENGIINEER. 5. CONTRACITOR SHALL BE RESPONSIBLE FOR TYING FIRE SUPPRESSION SYSTEM TO FIRE ALARM IF PRESENT AT THE FACILITY. IF NO FIRE SUPPRESSION SYSTEM IS INSTALLED, A DIALER IS TO BE PROVIDED. 6. CONTRAC70R SHALL PROVIDE ALL PERMITS REQUIRED FOR FIRE SUPPRESSION SYSTEM AND COORDINATE REQUIREMENTS AND INSPECTIONS WITH LOCAL FIRE DEPARTMENT. 11", ASPHALT TOP COURSE SAWCUT� 4,000 PSI CONC. (TYP.) EXISTING PAVEMENT 0 0 0 15 MIL POLYETHYLENEF / ////�I A� VAPOR BARRIER TACK COAT BITUMINOUS --/34", ASPHALT BINDER COURSE MATERIAL "A" CUTBACK 6" RCA FULL DEPTH PAVEMENT TERMINATION DETAIL (NOT TO SCALE) SECTION/DESCRIPTION REMARKS ' ° ° ' 'o 6" RCA PROPOSED RCA ' ° ' •° ' ° PAVEMENT — -- — — 6" STABILIZED SOIL SUBGRADE 1-1/2" WEARING COURSE 3-1 /2" ASPHALT BINDER COURSE ' o ° ° ' ' o, 6" RCA PROPOSED ASPHALT . o . ° o PAVEMENT I I I—I I I� I -- I I I� I I—I -- I I-+ I 1-1 -- I I-- I I-1 1 — 6" STABILIZED SOIL SUBBASE SIGN TEXT DATA TABLE DESCRIPTION TEXT SIZE OF SIGN MUTCD NO. COLOR OF TYPE OF (L X H) BKGRND. LEGEND MOUNTING STOP SIGN wi 30"x30" R1-1 RED WHITE G.M. S. P. -r^m !1r ^1 I m m VI\!lVL LIIYL UV 1 I VIVI VI VVI\Li CURB TERMINATION DETAIL N.T.S. FIRE SUPPRESSION SYSTEM NOTES: 1. CONTRACTOR SHALL DESIGN, FURNISH AND INSTALL A FIRE SUPPRESSION SYSTEM THE DISPENSER ISLAND. 2. SYSTEM DESIGN SHALL INCLUDE BUT NOT BE LIMITED TO STRUCTURAL SUPPORT SYSTEM, PIPING, NOZZLES, VALVES, CHEMICAL PRODUCTS, ETC. 3. COVERAGE OF THE SYSTEM SHALL INCLUDE DISPENSER ISLAND. 4. AUTOMATIC FIRE SUPPRESSION SYSTEM SHALL BE U.L. LISTED AND DESIGNED) IN ACCORDANCE WITH NEPA STANDARDS. SYSTEM PLANS MUST BE SEALED BY A NYS LICENSED PROFESSIONAL ENGINEER, AND APPROVED BY THE LOCAL FIRE MARSHAL PRIOR TO SUBMISSION FOR APPROVAL BY THE ENGIINEER. 5. CONTRACITOR SHALL BE RESPONSIBLE FOR TYING FIRE SUPPRESSION SYSTEM TO FIRE ALARM IF PRESENT AT THE FACILITY. IF NO FIRE SUPPRESSION SYSTEM IS INSTALLED, A DIALER IS TO BE PROVIDED. 6. CONTRAC70R SHALL PROVIDE ALL PERMITS REQUIRED FOR FIRE SUPPRESSION SYSTEM AND COORDINATE REQUIREMENTS AND INSPECTIONS WITH LOCAL FIRE DEPARTMENT. 11", ASPHALT TOP COURSE SAWCUT� 4,000 PSI CONC. (TYP.) EXISTING PAVEMENT 0 0 0 15 MIL POLYETHYLENEF / ////�I A� VAPOR BARRIER TACK COAT BITUMINOUS --/34", ASPHALT BINDER COURSE MATERIAL "A" CUTBACK 6" RCA FULL DEPTH PAVEMENT TERMINATION DETAIL (NOT TO SCALE) X U m F cn cn 0 I i T U U LL Q cn 0 a� a O 21. LEFT SIDE VIEW THE INFORMATION HEREON IS THE PROPERTY OF SIMPLEX, INC., AND/OR ITS SUBSIDIARIES. WITHOUT WRITTEN PERMISSION ANY COPYING, TRANSMITTAL TO OTHERS AND USE EXCEPT THAT FOR WHICH IT IS LOANED IS PROHIBITED. @2012 SIMPLEX, INC., ALL RIGHTS RESERVED EAK SENSOR NDUIT ENTRY :ONDUIT ENTRY OR LEAK SENSOR TRUCKERS GROUND :ONDUIT ENTRY OR XPROOF MOTOR EARTH GROUND EXPLOSION PROOF MOTOR 5 H.P. TOP VIEW 0 0 0 0 0 0 0 0 0 0 0 0 0 0 3 UN3 0 i. .HIM ■� ,I � ill � Ili ='`�. � I, H rw O � I I ■� a ._ ►:__ • • • a ►moiMHP MANUAL HAND PUMP 1.00" NPT. INLET 1 1 ►�� • OUTLET GALLON STROKES ■ O ■ iii 11 �� 1■■I 74 ILHVVMAtW BEARING FRAME\_300J GPM FRONT VIEW DOORS REMOVED OR OPEN FUEL LINE LEAK SENSOR FEET. RIGHT SIDE VIEW 1563 * * WARNING * * 1. THIS EQUIPMENT IS SUITABLE FOR USE IN CLASS I, DIVISION 1 , GROUP D„ HAZARDOUS LOCATIONS OR NON—HAZARDOUS LOCATIONS ONLY. 2. WARNING — EXPLOSION HAZARD — SUBSTITUTION OF 53, 1570 COMPONENTS MAY IMPAIR SUITABILITY FOR CLASS I, NOTES: DIVISION 1 GROUP D„ HAZARDOUS LOCATIONS. 1) CONSTRUCTION 12 GA. H.R.S. 0.625x1.250(4) 3. WARNING — EXPLOSION HAZARD — DO NOT SERVICE 2) FINISH: CABINET POWDER COAT WHITE THIS EQUIPMENT UNLESS POWER HAS BEEN TURNED DOORS POWDER COAT BLUE OFF OR THE AREA IS KNOWN TO BE NON—HAZARDOUS. 3) DUE TO SYSTEM COMPLEXITY SOME ENCLOSED SMART PUMP 4. EXPLOSION PROOF WIRING, CONDUITS, AND VAPOR COMPONENTS MAY NOT BE VISIBLE IN ALL VIEWS 0 BASE FOR XPROOF MOTOR SEALING BARRIERS REQUIRED. INSTALL PER 4) ALL DIMENSIONS t .125" APPLICABLE 5. INSTALL IN ACCORDANCE WITH ARTICLE 501 OF THE _ NATIONAL ELECTRIC CODE. I�) 6 MAXIMUM CABLE TO BE TO 18, 938 L� „ � „ �� /— XPROOFECONITROLLER CABINET SAFE BARRIER SYSTEMSCTED NTRINSICALLYOF THE S 38,666 21. LEFT SIDE VIEW THE INFORMATION HEREON IS THE PROPERTY OF SIMPLEX, INC., AND/OR ITS SUBSIDIARIES. WITHOUT WRITTEN PERMISSION ANY COPYING, TRANSMITTAL TO OTHERS AND USE EXCEPT THAT FOR WHICH IT IS LOANED IS PROHIBITED. @2012 SIMPLEX, INC., ALL RIGHTS RESERVED EAK SENSOR NDUIT ENTRY :ONDUIT ENTRY OR LEAK SENSOR TRUCKERS GROUND :ONDUIT ENTRY OR XPROOF MOTOR EARTH GROUND EXPLOSION PROOF MOTOR 5 H.P. TOP VIEW 0 0 0 0 0 0 0 0 0 0 0 0 0 0 3 UN3 0 i. .HIM ■� ,I � ill � Ili ='`�. � I, H rw O � I I ■� a ._ ►:__ • • • a ►moiMHP MANUAL HAND PUMP 1.00" NPT. INLET 1 1 ►�� • OUTLET GALLON STROKES ■ O ■ iii 11 �� 1■■I 74 ILHVVMAtW BEARING FRAME\_300J GPM FRONT VIEW DOORS REMOVED OR OPEN FUEL LINE LEAK SENSOR FEET. RIGHT SIDE VIEW 1563 Q) U a� c E 'o 0 c0 0 o U d- •J 0 Co) N O N 00 N 4- 0 O , n NOTES: 1) CONSTRUCTION 12 GA. H.R.S. 2) FINISH: CABINET POWDER COAT WHITE DOORS POWDER COAT BLUE 3) DUE TO SYSTEM COMPLEXITY SOME COMPONENTS MAY NOT BE VISIBLE IN ALL VIEWS 4) ALL DIMENSIONS ± .125" LEFT SIDE VIEW THE INFORMATION HEREON IS THE PROPERTY OF SIMPLEX, INC., AND/OR ITS SUBSIDIARIES. WITHOUT WRITTEN PERMISSION ANY COPYING, TRANSMITTAL TO OTHERS AND USE EXCEPT THAT FOR WHICH IT IS LOANED IS PROHIBITED. @2012 SIMPLEX, INC., ALL RIGHTS RESERVED W e.s 1 0 1 --I __ 0 0 1 250 LEAK SENSOR ONDUIT ENTRY CONDUIT ENTRY FOR LEAK SENSOR TRUCKERS GROUND CONDUIT ENTRY FOR XPROOF MOTOR EARTH GROUND EXPLOSION PROOF MOTOR 5 H.P. F 0 0 Ui 0 0 300 GPM FRONT VIEW DOORS REMOVED OR OPEN 00.625x 1.250(4) ENCLOSED SMART PUMP BASE FOR XPROOF MOTOR REFERENCE DRWG #231825 ENCLOSED SMART PUMP XPROOF CONTROLLER CABINET REFERENCE DRWG #231823A E LS FUEL LINE LEAK SENSOR GASOLINE ;HER TUBE PUMP FLUSHER TUBE ASSEMBLY DETAIL * * WARNING * * 1. THIS EQUIPMENT IS SUITABLE FOR USE IN CLASS I, DIVISION 1, GROUP D, HAZARDOUS LOCATIONS OR NON—HAZARDOUS LOCATIONS ONLY. 2. WARNING — EXPLOSION HAZARD — SUBSTITUTION OF COMPONENTS MAY IMPAIR SUITABILITY FOR CLASS I, DIVISION 1 GROUP D, HAZARDOUS LOCATIONS. 3. WARNING — EXPLOSION HAZARD — DO NOT SERVICE THIS EQUIPMENT UNLESS POWER HAS BEEN TURNED OFF OR THE AREA IS KNOWN TO BE NON—HAZARDOUS. 4. EXPLOSION PROOF WIRING, CONDUITS, AND VAPOR SEALING BARRIERS REQUIRED. INSTALL PER APPLICABLE NEC & NFPA REQUIREMENTS FOR HAZARDOUS LOCATIONS. 5. INSTALL IN ACCORDANCE WITH ARTICLE 501 OF THE NATIONAL ELECTRIC CODE. 6. MAXIMUM LENGTH OF CABLE TO BE CONNECTED TO THE INTRINSICALLY SAFE BARRIER SYSTEM IS 11,066 FEET. 0 -ALJT------- U PUMP OUTLET 3.00" NPT. VAPOR RECOVERY OUTLETI 3.00" NPT. 43. 1250 2. 8750 RIGHT SIDE VIEW 10-16-14 MF CONSTRUCTION DRAWINGS CFD DATE BY DESCRIPTION APPROV. BY REVISIONS TOWN OF SOUTHOLD — HIGHWAY DEPT. SOUTHOLD, SUFFOLK COUNTY, NEW YORK SOUTHOLD FUEL DISPENSING FACILITY GAS SPILL BOX L. K. McLEAN ASSOCIATES, P.C. MML7IM ENGINEERS 437 MM OOINW M, Mol MVM I YR 11719 Designed By. M F sole. AS NOTED DRAWING 112 Drawn By: MF Date: OCTOBER 201 Approved W. R G D Flee No.: 13108.000 a c - E o � 00 0 O O 0 0 N O O N 00 N O 4 o. n a r r i Lm LINE OF ROOF OVERHANG 12" WALL 4-------� ELECTRICAL CONDUITS, AS REQUIRED, TO TANKS & DISPENSER ISLAND ti FLOOR PLAN SCALE: 1/2"=l'—O" TATER LEGEND SWITCH OUTLET —I1 = 1 HOME RUN AND CIRCUIT ELECTRIC SEE TYPICAL RIDGE DETAIL 2X6 ROOF RAFTERS 0 16" O.C. SEE TYPICAL EAVE DETAIL ` 6" CONCRETE WALL 1(2) #4 CONT. T&B (TYP.) #4 0 36"O.C. 12" 5,000 PSI CONC. FOUNDATION WALL INSTALL UTILITY SLEEVES IN CONC. 2X4 KEY (3) #5 REBAR, CONT. #5 0 12"O.C. 2' Eva-som o .. 6" PRECAST CONC. 4" SHEET ROCK 12'-5. » 3'-3j" HARDIE PLANK SIDING 0 v 4' CULTURED STONE va ° 6" x 12' x 12' CONC. • SLAB ON GRADE W/6"x6" - $ TYP.' MIN W2.OxW2.0 WWF. SLAB LEVEL 3(TYP.) W/IN J" IN BOTH DIRECTIONS COMPACTED SUBG12 RADE > 10' TYPICAL SECTION SCALE: 1/2"=V-0" MORTAR SCRATCH COAT TIf] t4F13&*1aI10It 73 11f STONE VENEER MORTAR JOINT (WHERE USED) CULTURED STONE® CORNER PIECE — ALTERNATE SHORT END RETURNS ABOVE AND BELOW AT CORNER (SHOWN DASHED) DOUBLE WRAP WRB AROUND CORNER 16" MIN. — BOTH SIDES 4" CONCRETE WALL OWENS CORNING CULTURED STONE OR APPROVED EQUAL STONE VENEER DETAIL N.T.S. 24" ASPHALT SHINGLE ROOF 1/2" CDX PLYWOOD 2" INSULATION BAFFLES IN EACH CAVITY (MAINTAIN 2" AIR SPACE TYPICAL) 2X6 RAFTERS 0 16" O.C. SIMPSON STRONG TIE ANGLE MODEL #FWANZ INSTALLED ON EACH RAFTER & C.J. GALV. ANCHOR BOLTS 0 12" O.C. DOUBEL 2X4 P.T. SILL PLATE DRIP EDGE 2X6 FASCIA 1X6 AZEK FASCIA TRIPLE 2" BEADED, INVISIBLY VENTED VINYL SOFFIT 2X4 NAILER HARDIE PLANK SIDING. SEE DETAIL 2X4 P.T. FURRING STRIPS 0 18" O.C. 6" CONC. WALL TYPICAL EAVE DETAIL SCALE: 1 "=1'-0" ASPHALT SHINGLE ROOF 1/2" CDX PLYWOOD 2X8 RIDGE SIMPSON STRONG TIE MODEL #LSU26 INSTALLED ON EVERY RAFTER 2X6 RAFTERS 0 16" O.C. 2X4 TREATED FURRING STRIPS 0 18" O.C. 10D GAL\V. STEEL NAILS 0 '12" O.C. COR—A—VENT SV -3 (OR APPROVED EQUAL) PLACED IN BETWEEN FURRING STRIPS AT BOTH TOP & BOTTOM OF WALL (TYP.) }" SHEET ROCK 2" RIGID INSULATION TYPICAL RIDGE DETAIL SCALE: 1-1/2f'=1'-0" TYPICAL WALL ELEVATION N.T.S. 6j" (5" EXPOSURE) HARDIE PLANK SIDING 1 1/4" STARTER STRIP 10-16-14 MF CONSTRUCTION DRAWINGS CFD DATE BY DESCRIPTION APPROV. BY REVISIONS TOWN OF SOUTHOLD — HIGHWAY DEPT. SOUTHOLD, SUFFOLK COUNTY, NEW YORK SOUTHOLD FUEL DISPENSING FACILITY UTILITY BUILDING DETAILS L. K. McLEAN ASSOCIATES, P.C. COMLnNo ENOINmm 437 MM =NW Im., MXMVM M Y= 11719 Designed By. M F ale: AS NOTED DMWING Drown By: MF Date: OCTOBER 2014 13 Approved By: RGD File No.: 13108.000 ° O a r P v zi a v. P. 0.091" SHANK X 0.221 STAINLESS STEEL X 1.5" LONG CORROSION RESISTANT a " P NAILS. 4" CONC. WALL a a ° P qP v P . . 2X4 TREATED FURRING STRIPS 018" O.C. a a. oP 64" (5" EXPOSURE) HARDIE PLANK SIDING a Pa' P GALVANIZED 10D NAILS 0 12" O.C. VERTICALLY as o� COR -A -VENT SV -3 (OR APPROVED EQUAL) P PLACED TIGHT IN BETWEEN 2X4 TREATED FURRING STRIPS FOR VENTILATION AT THE BASE °d AND TOP OF THE WALL. P 1 1/4" STARTER . P STRIP a ° 0.091" SHANK X 0.221 HD QX o X 1.5" LONG CORROSION RESISTANT NAILS. b ° v P b v � FLASHING TO BE APPLIED AT THE BOTTOM HARDIE PLANK SIDING OVER CULTURED STONE. TYPICAL SIDING DETAIL SCALE: 12"=1'-0" SEE TYPICAL RIDGE DETAIL 2X6 ROOF RAFTERS 0 16" O.C. SEE TYPICAL EAVE DETAIL ` 6" CONCRETE WALL 1(2) #4 CONT. T&B (TYP.) #4 0 36"O.C. 12" 5,000 PSI CONC. FOUNDATION WALL INSTALL UTILITY SLEEVES IN CONC. 2X4 KEY (3) #5 REBAR, CONT. #5 0 12"O.C. 2' Eva-som o .. 6" PRECAST CONC. 4" SHEET ROCK 12'-5. » 3'-3j" HARDIE PLANK SIDING 0 v 4' CULTURED STONE va ° 6" x 12' x 12' CONC. • SLAB ON GRADE W/6"x6" - $ TYP.' MIN W2.OxW2.0 WWF. SLAB LEVEL 3(TYP.) W/IN J" IN BOTH DIRECTIONS COMPACTED SUBG12 RADE > 10' TYPICAL SECTION SCALE: 1/2"=V-0" MORTAR SCRATCH COAT TIf] t4F13&*1aI10It 73 11f STONE VENEER MORTAR JOINT (WHERE USED) CULTURED STONE® CORNER PIECE — ALTERNATE SHORT END RETURNS ABOVE AND BELOW AT CORNER (SHOWN DASHED) DOUBLE WRAP WRB AROUND CORNER 16" MIN. — BOTH SIDES 4" CONCRETE WALL OWENS CORNING CULTURED STONE OR APPROVED EQUAL STONE VENEER DETAIL N.T.S. 24" ASPHALT SHINGLE ROOF 1/2" CDX PLYWOOD 2" INSULATION BAFFLES IN EACH CAVITY (MAINTAIN 2" AIR SPACE TYPICAL) 2X6 RAFTERS 0 16" O.C. SIMPSON STRONG TIE ANGLE MODEL #FWANZ INSTALLED ON EACH RAFTER & C.J. GALV. ANCHOR BOLTS 0 12" O.C. DOUBEL 2X4 P.T. SILL PLATE DRIP EDGE 2X6 FASCIA 1X6 AZEK FASCIA TRIPLE 2" BEADED, INVISIBLY VENTED VINYL SOFFIT 2X4 NAILER HARDIE PLANK SIDING. SEE DETAIL 2X4 P.T. FURRING STRIPS 0 18" O.C. 6" CONC. WALL TYPICAL EAVE DETAIL SCALE: 1 "=1'-0" ASPHALT SHINGLE ROOF 1/2" CDX PLYWOOD 2X8 RIDGE SIMPSON STRONG TIE MODEL #LSU26 INSTALLED ON EVERY RAFTER 2X6 RAFTERS 0 16" O.C. 2X4 TREATED FURRING STRIPS 0 18" O.C. 10D GAL\V. STEEL NAILS 0 '12" O.C. COR—A—VENT SV -3 (OR APPROVED EQUAL) PLACED IN BETWEEN FURRING STRIPS AT BOTH TOP & BOTTOM OF WALL (TYP.) }" SHEET ROCK 2" RIGID INSULATION TYPICAL RIDGE DETAIL SCALE: 1-1/2f'=1'-0" TYPICAL WALL ELEVATION N.T.S. 6j" (5" EXPOSURE) HARDIE PLANK SIDING 1 1/4" STARTER STRIP 10-16-14 MF CONSTRUCTION DRAWINGS CFD DATE BY DESCRIPTION APPROV. BY REVISIONS TOWN OF SOUTHOLD — HIGHWAY DEPT. SOUTHOLD, SUFFOLK COUNTY, NEW YORK SOUTHOLD FUEL DISPENSING FACILITY UTILITY BUILDING DETAILS L. K. McLEAN ASSOCIATES, P.C. COMLnNo ENOINmm 437 MM =NW Im., MXMVM M Y= 11719 Designed By. M F ale: AS NOTED DMWING Drown By: MF Date: OCTOBER 2014 13 Approved By: RGD File No.: 13108.000 T 7 C E 6o O i V o N N N U PER IMETER GUTTER X-01€ CANOPY OUT -OUT 35'-" GUTTER OUT -OUT 13i -OU 101-011 131-011 ��. 10'-0" 101-011 t � � I i I 5' 11.5' It 121-0" ' 241 -Ott CANOPY ' I O UT -0 UT ! 23'-8" 1 GUTTER OUT -OUT i 121-011 4i-0" i- " DRAINAGE SCUPPER TYP. (4) PLACES DIMENSIONS SIMILAR ON OPPOSITE SIDE 11.5' 1 9'-0" CROSSBEAM { LENGTH I N HSS TUBE COLUMNS 341-011 , PURLIN LENaIH 18.0' PROPOSED FueLED RECESSED TAPERED GUTTER CANOPY LIGHT MODEL # LOCATION TYP (4) FLED-60-7-UNIV-CVQ-5-WH PLACES AS MANUFACTURED BY WHITEWAY OR APPROVED EQUAL. PLAN VIEW N.T.S. .99.1 j 61 Olt 1 ,I I 1-0 . � 4'-0" �- IP-16 20 GA DECD PAN SMOOTH WHITE 12" TYP. 12 T LIGHTS SHALL BE INSTALLED WITH A PHOTOCELL & MOTION SENSOR W/ AN OVERRIDE OPTION TO ALLOW THE LIGHTS TO BE LEFT ON. FRONT VIEW SECTION N.T.S. 6" A.C.M. �_LEARANCE 11 IAL 'T H FRONT VIEW N.T.S. 3'-0 " ACM - WITH 'COLONIAL TRIM 14'4' 1LEAR AN CE HEIGHT 24'-6112" TRIM OUT. -OUT SIDE VIEW N.T.S. SIDE VIEW SECTION N.T.S.