Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Main Bayview Road Improvements
MAIN BAYVIEW ROAD IMPROVEMENTS TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK Greenman- Pedersen, Associates, P.C. �' CONSULTING ENGINEERS Greenman -Pedersen, Associates, P.C.+� CONSULTING ENGINEERS 100 West Main Street, Babylon, L.I., N.Y. 11702 -Tel. (516) 587-5060 35 Main Street, East Hampton, L.1., N.Y- 11937 • Tel. (516) 324-0404 CHANGE ORDER N0. 1 PROJECT: Main Bayview Road Improvements Town of Southold GPA Job No. 77-6002C CONTRACTOR: Lyon & Reboli Paving Contractors, Inc. TOTAL BID: $233,759.00 PREVIOUS CHANGE ORDER: $ 0.00 --------------------------------------------------------------------- DEDUCT Item Description Quantity Unit Amount A-2 is Pavement Excavation 1,522 SY $ 2,283.00 A-4 Top Course Asphalt 240 Tons $ 6,240.00 A-5 Asphalt Concrete Binder 266 Tons $ 6,916.00 A-6 Dense Aggregate Subbase 254 CY $ 3,810.00 A-7 Saw Cutting Asphalt Pavement 2,880 LF $ 576.00 TOTAL Deductions this Change Order: $ 19,825.00 ADJUSTED CONTRACT PRICE: $213,934.00 RECOMMENDED BY: A EPTED BY: APPROVED BY: 11a,27114b • ' �+ � Lawrence Coningsby William Lyon Albert Martocchia Inspection Supervisor Vice President Supervisor for Lyon & Reboli Town of Southold GREENMAN-PEDERSEN, ASSOCIATES, P.C. • TOWN OF SOUTHOLD MAIN BAYVIEW ROAD IMPROVEMENTS HAMLET OF SOUTHOLD SUFFOLK COUNTY , NEW YORK ALBERT MARTOCCHIA, TOWN SUPERVISOR Greenman -Pedersen, Associates, P.C. 100 West Main Street Babylon, New York 11702 (516) 587-5060 0 0 r� U I N D E X Notice to Bidders Information for Bidders New York State Wage Rates Federal Wage Rates P roposa I Bidders Questionnaire Non -Collusive Bidding Certification Disclosure Statement Minority Business Requirement Contract Agreement Form 257 (Monthly Utilization Report) Form WH -347 (Weekly Payroll Form) Form 119 (Labor & Wage Certification) Form 120 (Labor & Wage Certification) ED -746 (Payroll Reporting Form) Affirmative Action Requirements General Conditions Specifications Page B-1 B-3 B-9 B-10 B-12 B-16 B-18 B-24 B-25 A-1 A - 31A A -31D A - 31H A 31 A -31N A -47 G-1 0 0 9 SPECIAL NOTICE THIS CONTRACT CONTAINS A SPECIAL 10% MINORITY BUSINESS ENTERPRISE REQUIREMENT. YOU MUST BE CER- TAIN TO INCORPORATE WITHIN YOUR PROPOSAL, THE MINORITY BUSINESS ENTERPRISE REQUIREMENT. IF YOU HAVE ANY QUESTIONS, PLEASE CONTACT THE ENGINEER'S OFFICE. Q1 NOTICE TO BIDDERS Pursuant to resolution adopted by the Town Sealed Bids, invited by the Town of Southold will be received by the Town Clerk in the Town Hall 53095 Main Road, Southold, New York, 11971 on or before 10:00 AM Prevailing Time on November 14, 1977 at which time they will be publicly opened and read aloud; the Contracts for all work will be awarded as soon thereafter as practicable for the: MAIN BAYVIEW ROAD IMPROVEMENTS TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK Information for Bidder, Forms of Proposals, Contract Agreement, Specifications, Drawings and all other bidding documents can be examined at the Town Hall between November 3, 1977 and November 14, 1977. Copies of the above may be obtained at the Town Hall. A deposit of $25.00 will be required for each set of Contract Documents.. Any bidder returning sets within thirty (30) days after bid opening and in good condition will be refunded his doposit in full. Any non - bidder returning sets in good condition will be refunded one-half his deposit. This project is Federally funded by the Economic Development Administration under the Public Works Employment Act of 1976. For firm starting date requirements refer to Article 4 Page A-5 of the agreement. All bids must be submitted in brown sealed envelopes with the following data clearly indicated: 1. Federal Project Number: 01-51-22357.1 2. Title: Main Bayview Road Improvements 3. DATE OF OPENING: November 14, 1977 4. Time of Opening: 10:00 AM B-1 • n U s N O T E DO NOT detach Bid Proposal from Contract Book. Book must be returned in tact on Bid Date. (Each Contractor must submit a separate and complete book for each Contract that he is bidding.) B-2 INFORMATION FOR BIDDERS • I. FORM OF BID All bids must be made only upon the blank forms provided herewith and not detached herefrom. All blank spaces must be filled in, in ink, and must give the prices for each item and/or the aggregate amount for the work, both in words and figures and must be signed and acknowledged by the Bidder. In the event of discrepancies between the prices quoted in the Proposal in words and those quoted in figures, the words shall control. The prices are to include the furnishing of all materials plant equipment, tools and all other facilities, and the performance of all labor and services necessary or proper for the completion of the work, except such as may be otherwise expressly provided • in the Contract Documents. 2. OMISSIONS AND DISCREPANCIES Should a Bidder find discrepancies in, or omissions from Drawings and/or Contract Documents, or should he be in doubt as to their meaning, he should at once notify the Engineer, who may send a written instruction to all Bidders. No oral interpretation shall be made to any Bidder as to the meaning of any of the Contract Documents. Every request for interpretations shall be in writing to the Engineer, Greenman -Pedersen Associates, P.C. , 100 West Main Street, Babylon, New York 11702 B- 3 INFORMATION FOR BIDDERS - (Continued) 3. BID BOND • All bids shall be accompanied by a Bid Bond made payable to the order of the Owner as security for faithful performance. The Bid Bond shall be in the amount of 5% of the Total Bid Price. The bonds of all except the two (2) lowest bidders will be returned withing 10 days after the opening of bids and the remaining bonds will be returned when the contract is executed or in any event within forty five (45) days after the opening of bids. 4. REJECTION OF BIDS The Owner reserves the right to reject any or all bids. Without limiting the generality of the foregoing, any bid which is incomplete, obscure, irregular or qualified may be rejected; any bid having erasures or corrections in the Proposal or any bid in which the bid prices are omitted or obviously unbalanced may be rejected; any bid • accompanied by an irregular or insufficient bond may be rejected; any bid received by a bidder who fails to satisfy the Owner that he is pigperly qualified to carry out the obligations of the Contract or to complete the work contemplated therein may be rejected. 5. DETERMINATION OF LOW BIDDER Except where the Owner exercises the right reserved herein to reject any or all bids, the Contract will be awarded to the bidders who have submitted the lowest base bid received for the contract or a combination of base bid plus alternates where applicable, and in the best interest of the Owner. Cl B-4 INFORMATION FOR BIDDERS - (Continued) • 6. ACCEPTANCE OF PROPOSALS Within ten (10) days after the opening of the bids, the Owner will act upon them. The acceptance of the bid will be a notice in writing signed by the Owner and shall bind the successful bidder to execute the Contract. The Owner reserves the right to postpone the date for presentation and opening bids and will give telegraphic notice of any such postponement to each prospective bidder. 7. EXECUTING CONTRACT AND DAMAGES Within ten (10) days after receiving a notice of acceptance, the successful bidder shall obtain both a Construction Bond and a Labor and Material Payment Bond each equal to 100% of the amount bid from a surety company acceptable to the Owner shall deliver them to the Owner and shall execute the Contract. 40 Failure to do so shall constitute a breach of the agreement. In such event the amount of the Bid Bond accompanying the bid shall be retained by the Owner as liquidated damages for such breach. 8. TIME FOR BEGINNING AND COMPLETING THE WORK The Contractor shall commence with work within ten (10) calendar days after the execution of the contract and shall complete the work as outlined in Article 4. AM" INFORMATION FOR BIDDERS - (Continued) 9. INSURANCE • The contractor will be required to procure and maintain; a) Workmen's Compensation Insurance and New York State Disability Benefits Insurance. b) Each of the following types of policies furnished with limits of not less than the amounts indicated below and naming the Ownerand Greenman -Pedersen, Associates, P.Co, and their agents as additional insured and specifically insuring the contractural liability created by the hold harmless and indemnity provisions of this agreement; such coverage shall continue for a period no less than one year from the date of final acceptance of all work under this contract, as follows; Types of Policies 1) Contractor's Liability Insurance 2) Subcontractor's Liability Insurance 3) Contractor's Protective Liability Insurance 4) Completed Operations' Liability Insurance 5) * Comprehensive Auto Liability Insurance (See special limits on auto below) • Minimum Limits Bodily Injury Liability Property Damage Liability Each Person Each Accident Each Accident Aggregate $1,000,000 $1,000,000 $500,000 $1,000,000 $ 500,000 $1,000,000 $100,000 c) Protective Liability Insurance for the Owner and Greenman - Pedersen, Associates, P.C., its agents. Such coverage shall continue for a period no less than one year from the date of final acceptance of all work under this contract. Minimum Limits Bodily Injury Liability Property Damage Liability Each Person Each Accident Each Accident Aggregate $1,000,000 $1,000,000 $500,000 $1,000,000 9 TIM • INFORMATION FOR BIDDERS (Continued) 10. Omissions and Discrepancies Should a Bidder find discrepancies in, or omissions from the Drawings and/or Contract Documents, or should he be in doubt as to their meaning, he should at once notify the Engineer, who may send a written instruction to all bidders. No oral interpretation shall be made to any Bidder as to the meaning of any of the Contract Documents. Every request for interpretation shall be in writing to the Engineer. 11. No Misunderstanding The intention of persons intending to make proposals is specifically called to Article 3 of the Agreement wherein the bidder agrees that he has examined the Contract Documents and the site of the work and has fully informed himself from his personal examination of the same regarding the quantities, character and location and other conditions affecting the work to be performed. Particular attention is called to special notes and special specifications in the proposal which may contain contract requirements at variance with standard • plans and specifications. 9 B-7 • • • WAGE RATES The prevailing hourly wage rate schedule is part of this contract and shall be inserted upon receipt from the State of New York and the Federal Government. Since there is dual consideration of hourly wage the higher of the two shall prevail. M. NEW YORK STATE WAGE RATES M • E • PREVAILING RATE SCHEDULE STATE OF NEW YORK D-CARTMENT OF LABOR OUNTTI. TO ~C. sC.C..Lt . L19! aassau and Suffolk BUREAU OF PUBLIC WORK IPIMvAIUNG Rwr[ CASt wo. PW -106.1 16-76) CATIONS WHERE PRE. SUPPLEMENTAL BENEFIT PAYMENTS APPLICABLE YAI I ---- OCCUPATIONS (RATES APPLY TO THE SPECIFIED EFFECTIVE GATE WAGE BASIC HEALTH ANO PEN. S10N SUPPL.. UNEMP. OTHER SUPPLEMENTS LOCATIONS AS NOTED BELOW) HOURLY RATE We ul w lel w CARPENTER Carpenter (H/H) In Nassau Co. - South of Southern State Pkwy and west of Seaford Creek 7/31/7 11.45 1.40 1.03 G-.70, H-.02, I-.75 " Appr. 1st. term Same as above 7/31/7 6.30 1.40 1.03 G-.70, H-.02, I-.75 Carpenter (N/H) In Nassau Co.- Remainder. of CO 7/31/77 11.05 1.30 1.29 G-.85 H-.06 " Appr. 1st. term Same as above 7/31/77 5.525 1.30 1.29 G-.85 H-.06 Carpenter (H/H) All of Suffolk County 7/31/77 11.05 1.08 1.46 G-.90 H-.06 " Appr. 1st. term Saar as above 7/31/77 5.525 1.08 1.46 G-.90 H-.06 Piledriver/Doekbuilder All of Nassau & Suffolk Co. 7/31/77 11.45 1.40 1.03 G-.76 H-.02 I-.75 LABORER Laborer (H/H) " Basic,Concrete,JackHamme PipeLayer, Landscape, Power Tool All of Nassau & Suffolk Co. 7/31/77 7.45 10% 13% G-.75 " Asphalt Raker,Form Settej Same as above 7/31/77 8.05 LOX 13% G-.75 " Asphalt Shoveler & Tampe Same as above 7/31/77 7.85 10% 13% G-35 MASON Cement Finisher (H/H) All of Nassau & Suffolk Co. 7/31/77 9.70 1.74 1.19 G-2.00 H-.01 TEAMSTER Truck Driver (H/H) " Excavation All of Nassau & Suffolk Co. 7/31/77 8.675 1.1125 1.852 .10 " Euclid & Turnapull Same as above 7/31/77 9.075 1.112 1.852 .10 " Other than excavation Same as above 7/31/77 7.425 1.1125 1.50 - WELL DRILLER Wall Driller All of Nassau & Suffolk Co. 8/31/77 9.95 7% 1.25 G-.40 " Helper Same as above 8/31/7 7.95 72 1.25 G-.40 POWER EQUIPMENT OPERATOR All of Nassau & Suffolk Cos. 7/31/77 10.93 8% 1.75 .15 G-1.00 H-.15 M- .05 Asphalt Spreader Belt Loader 10.12 of Backhoe 11.30 hourly Bulldozer 10.12 rate Compressor Batt. 10.35 plus vac. Compressor Single 9.745 Concrete Pump 10.39 Location, effectia date and Crane 10.93 supplemental benefit payments Dragline 11.30 are t e same for all Power Finishing Machine 10.12 Equipment rato s Fireman 10.12 Grade -All Oper. 11.30 Grader 10.335 Grader (Form & Fine Grade) - Front End Loader 10.655 Front End Loader - Mechanic -Const. Equip. 10.12 Maint. - Greaseman - Oiler 8.72 Piledriver 11.30 Post Driver (Guard Rail) 10.87 Pump 9.745 Pump 4" & over 10.12 Roller 5 ton & under 10.12 Roller over 5 ton 10.47 Scraper & Pan 10.12 Shovel 11.30 Tractor 8.505 Tractor - Trenching Machine 11.145 OCCUPATIONS APPLICAB E TO HEAVY/HIGHWAY SCHEDULES Print 5 (8/31/77) PW -106.1 16-76) STATE OF NEW YORK DEPARTMENT OF LABOR PREVAILING RATE SCHEDULE Nassau b Suffolk Counties BUREAU OF 'UBLIC WORK PW104.1 (6.76) B - 9b J LOCATIONS WHERE SUPPLEMENTAL BENEFIT PAYMENTS APPLICABLE YA,�E- ING OCCUPATIONS EFFECTIVE WAGE HEALTH pEN• SUPPL. (RATES APPLY TO THE SPECIFIED DATE BASIC HOURLY ANO WELFARE PION UNEMP. OTHER SUPPLEMENTS LOCATIONS AS NOTED BELOW) RATE IAI u1 IeI r , ELECTRICIAN Electrician All of Nassau 6 Suffolk Cos. 7/31/77 12.05 1.55 411% G+L-5x, H -5/8%,I -8%,J -3X " Appr. let term Same as above 7/31/77 6.03 1.13 4-11X G+L-5X, H -5/8%j -8%,J-3% IRONWORKER Irommrker - Structural All of Nassau 6 Suffolk Cos. 7/27/77 11.50 1.45 1.20 G-1.50 H-.07 I-1.50 " - Reinf.(Lather) Same as above 7/31/7'7 10.41 1.325 .885 G-.75 H-.01 I-1.10 " - Ornamental Same as above 7/31/77 10.33 1.11 1.03 G-.78 H-.05 I-1.50 MASON Bricklayer All of Nassau 6 Suffolk Cos. 7/1/77' 11.04 1.48 1.33 G-.30 H-.01 I-2.05 " Appr. let term Same as above 7/1/77 5.52 1.48 1.33 G-.30 H-.01 I-.50 PAINTER Painter -Brush All of Suffolk County 5/1/77' 8.70 3.00 .60 G-.50 H-.18 " -Steel/Bridge Same as above 5/1/77 11.10 3.00 .60 G-.50 H-.18 " -Spray Same as above 5/1/77 9.90 3.00 .60 G-.50 H-.18 Painter - Bridge M` All of Nassau County 4/31/77 11.30 1.02 .45 H-.12 I-1.23 Painter - Brush In Nassau County -North of Long Island, Expressway,E. to Pt. Washington B1vd.,So. of Sunrise Hwy. East to Long Beach Rd. 8/31/77 9.37 .843 .843 G-.28, I-.71 " - Scaffold 6 Spray Same as above 8/31/77 11.38 .843 .843 G-.34, I-.71 Painter - Brush In Nassau County - Remainder 4/31/77 9.18 1.29 1.70 G-.50 H-.03 Scaffold S Spray Sam as above 4/31/77 10.18 1.29 1.70 G-.50 H-.03 PLUMBER Plumber All of Suffolk County 7/31/77 10.40 .85 1.70 G-1.30 H-.47 I-.57 " Appr. lst term Same as above 7/31/77 4.16 .50 1.07 G-.70 H-.28 I-.29 Plumber All of Nassau County 7/31/77 10.90 .85 1.10 G-1.10 H-.20 " Appr.lst term Same as above 7/31/77 4.36 .31 .44 G-.44 H-.09 WELDER Welder All of Nassau b Suffolk Cos. To be paid the ate of the mechanic perform Lng the rork OCCUPATIONS APPLIGABLE TO HEAVY/HIGHWAY AND BUILD ENG SCH0ULES Print 5 (8/31/77) PW104.1 (6.76) B - 9b J FEDERAL WAGE RATES B-10 • C� SUPERSEDEAS DECISION STATE: NFd YORK COUNTY: N: SAU 6 SUF!-OI.1 DECISION NO.: Nl'77-3013 DATE: DATE OF PCBLIC...;ION. Supersedes Decision No. NY'76-3278 dated Ni-mber 19, 1976 in 41 FR 5138 DESCRII` i": UF WORK: Building Construction, (excludin,; .,inglo family 1-mes and garden type apartmrnts up to and inclu.ling 4 stories), heavy and hig`,vay construction. ASBEST,S ::,J2RERS BOILS.'_"J.:(LRS BRICKLAYERS : Suffolk County: Center ":riches on the south shore and following Chichester Avenue, north of Walding River and areas east thereof in- cluding the Off shore islands: Bric :;layers, cement masons, and plasterers Remainder of County: Bricklayers (Rehabilitation work on residential structure over 4 stories to include dero::tion, repair and alteration on existing struct ures.which are intended for predominantly residential use Br:-klayers Cc_ -at Masons Plasterers BRICKLAYERS : Nassau County: Bricklayers (Rehabilitation work on residential structure< over 4 stories to include demolition, repair and alteration on existing struct- ures which are intended for predominantly residential use; Bricklayers Cement `Iasona Plasterers C1. ENTERS: Nassau County Except thatpart south of the Southern State Parkway, West of Seaford Creek -- also Sr..'_thtow. Islip line on the east. Long Island Sound on the north, and Middle Leland Railroad track on the south: Boric Hourly Fringe Benefits Payments Ed -t - Rates H 3 W Persians Vaaotion undo Lope. Tr. 10.45 1.43 .94 1.25 12.33 52 15% 7% .02 9.40 .40 3.00 .30 .02 10.92 1.25 1.73 .65 .04 9.75 .70 .45 10.42 1.08 1.46 .90 i .06 8.62 1.13 1.33 .90 .06 10.69 1.13 3.38 .30 .01 9.50 1.36 1.13 1.75 .01 9.60 1.55 .32+a 1.35 .01 8.62 1.13 1.33 10.69 1.13 3.38 .30 .01 9.50 1.36 1.13 1.75 .01 9.60 i 1.55 .32+a .35 .01 7�!iCISION NO. ':Y'7-3017 CARPE':TEAS: Nassau County (Cont' Carpenters, Piledrivers, Millwrights, Soft Floor Laver Remainder of Counry: Carpenters, Soft Floor Layers, Millwrights, Dock Builders, Piledriveraen (Rehabilitation work on residential structures over 4 stories to include demolition, repair, and alteration on existing structures which are intended for predominantly residential use) Carpenter, Soft Floor Lavers, Millwrights, Dockbuilders, Piledrivermen CARPENTERS: Suffolk County Fishers Island; Building carpenters 4 soft floor layers Remainder of County: Building carpenters, soft floor layers, piledrivermen, timbermen, wharf S dock builders CARPENTERS, HEAVY 6 HICIiWAY: Carpenters, dock and wharf carpenters, piledrivermen ELECTRICIANS S LINEMEN ELEVATCR CONSTRUCTORS ELEVATOR. CONSTRUCTORS HELPERS ELEVATOR CO`:STR',;CTORS HELPERS (PROS.) ELEVATOR C0';STRUCTORS REPAIR ELEVATOR CC,NSTRUCTORS REPAID HELPERS ELEVATOR CO`:STR: CTOPS MODERN- IZATION ODER.N- IZATION ELEVA:'OR CONSTR CTORS MODEP\- IZ.ITION HEL:ERS GLAZIERS FEDERAL REGISTER, VOL. 42, NO. 93-Fr:DAY, MAY 13, 1977 Page 2 Basic Hourly Fringe Ben elits Payments Education Rotes H 6 W Pendens Vacation and. or Appr. Tr. 9.78 1.30 1.29 .85 .06 9.16 1.25 .49 .02 10.92 1.25 1.73 .65 .04 9.75 .70 .45 10.42 1.08 1.46 .90 i .06 10.42 1.08 1.46 .90 .06 12.05 77/82+.4 13 ,5 5X 5/8% 10.12 .495 .32+a b+c .02 7.59 .495 .32+a b+c .02 5.06 8.50 .495 .32+a b+c .02 6.38 .495 .32+a b+c .02 9.35 .495 .32+a b+c .02 7.01 .075 .32+a b+c 02 10.70 .66 1.66 ,47 ,01 DFC:.,70; NO. NY111-1113 ST7 4'.:LL I t.c'. OR F1 ": I S F, r- 3 IRO:- REI':7r:.C."NC LABO :S, (L'-'ILI-'. ) : mason tenders, and m"-'t::r Mixers LA -1,; S, LA-,i,:,.,S .:,il.-O:; S-"'F0:.K COUNT`i: LEAD ";!IRS .,,;RALE CAK'-TRS SA,;ERS, rL3IEKS AVD POLIS:' --RS PAINTERS, S--'FFOIX Cq.';TY: Brue.h Structural steel & spray PAI';TERS, NASSAU CO',N7Y: Inwood, Lawrence, Cedarhurst, Woo.!mere, I!C.IcLt, Hewlett Bay Hewlett \,ck, Hewlett Park, East Fockawav, part of Ocean- side, part of Lvnbrook, part of Rockville Center, Atlantic Bcach, Lung Beach, Lido beach, �r'nt Lookout, C:b,c.n and part 0: -Iley Stream: Painter Spray & scaffold Fire escape West of Port Waq�i,.ngton Blvd. and :)=,th of Powerhouse Road c the shore and vest of Long Beach Road and Soc7`i of Sunr', Highway on the So--tTi Shore: Structural steel Structural steel, spray Remainder of County: Painters 0 Page 3 Basic H:0- H b W Pensions Vaor,on and Ap or. 11.75 1.30 3.00 1.1,,)+i .0, .,).33 1.06 2.44 .7S .0. :10.10 .785 1.765 .75+h .0! 7.275 107. 13Z .75+e 10.41 .945 1.985 .03 111.35 .94 .20 31.+.75 11-:+.03 10.75 .110 .25 d .01 10.15 1.13 1.19 9 10.00 1.13 1.19 9 9.77 1.13 1.19 9 8,26 1.13 1.19 9 10.92 1.25 1.73 .65 .04 7.65 2.25 .60 .50 .10 10.59 2.25 .60 .50 .10 9.20 F'$: 5 j 3t .015 11.17 81i7. 5%+j 3% .015 10.51 n .8117. 5%+j 3% .015 7.50 82 11% e+f 8.50 8% 111 e+f 8.66 .97 1.50 .50 .03 DECI;:I(N NO. 11�77-3)13 PLI:�r-97-.Fe, ':AA` CD," -,Y: Compoc-.ition, damp an! water- proofing ater- pr-,Iing Slate "Id the Fi,li,,r Island, Suffolk County Romuind,- Uf and a" of Naincau Count., S7EANFIT7F.RS A::D S;'R1:.-:L--3 FITTE: S TILT SE7'7'7-PS ..LE SrT77RS, FIN;f�lrRs TRUCK D.. :ERS, Ready -mix concrete, sand gravel & asphalt, bulk cement Euclid -djtournapulls operator TUCK POIN-ERS: Tuckpoin;crs & waterproofers SLeZn cleaners Sandblasters TRUCK DRIVERS, (11EAVY): Euclid and turnapull operators TRUCK DRIVERS, (HIGH RISE) FEDERAL REGISTER, VOL. 42, NO. 93 -FRIDAY, MAY 13, 1977 0 Page 4 8o sic HourlyEduc., R. H & W I Passions Vocal_ ..d ."' App,. 10.75 .80 1.05 1.05 .20 10.40 1.37 1.45 1.30 .21 9.45 1.01 2.28 1.50 .01 10.82 .55 1.20 1.75 10.95 .50 .66 .07 11.G°5 3,-.90 4%+1.20 31.+.75 11-:+.03 10.52 2.65 1.12 .86 07 11.42 .99 1.01 10.25 .50 1.00 10.38 1.21 1.50 8.75 .80 2.10 7.90 .50 1.27 8.87 .9675 1.85-15 e+f 1 8.725 .9675 1.6525 e+f 8.72 .70 1.44 .50 .015 8.97 .70 1.44 .50 .015 9.72 .70 1.44 .50 .015 8.825 .9675 1.6525 e+f 8.94 .9675 1.8525 e+f Page 5 I Page 6 DECISION NO. NY77-3013 PAID KOLL D:1YS: A -New Year's Day; B -memorial Day; C -Independence Day; D -Lahr Day; Day; F -Christmas Day. FOOTNOTES: a. Employer contributes $7.00 per day to Annuity Fund. b. Holidays: A through F; Lincoln's Birthday, Washington's Birthday; ColurSus Day; Armistice Day 6 Election Day. C. Employer contributes 6.4% of basic hourly rate for 5 years or more of -e price or 4.2% basic hourly rate for 6 months to 5 years of service as Vacatiu Fay Credit. d. Holidays: A through F; Wasl.ington's Birthday, Xmas Eve and Good `7riday, providing employee has worked 30 full days during the 90 calendar da,s prior to the holiday and the regular scheduled work days immediately preceding and following the holiday. e. Holidays: A through F. Lincoln's Birthday, Washington's -Birthday, Colum.` -us Day, Election Day, Veteran's Day, (providing employee works two days in the calendar week in which the holiday falls and each remaining workday during such calendar week). f. For each 15 days worked within the contract year an employee will receive one day's vacation with pay, with a maximum vacation of three weeks per year. g. Hcli'ays: � days pay for Labor Day. h. Work on Christmas Eve and New Year's Eve will terminate at noon, but P-ployees will receive a full day's pay. 1. New Years Eve and X-mas Eve: If an employee works a full -half day on the working day immediately preceeding New Years day and X -"as day, they shall receive a full days' pay. • J. Employer contributes $5.00 per day to an Annuity Fund. T CISION NO. 'i77-3^%13 HE?,',Y ViD H1Ct;'.:::r -,-:;STR CCTION LAI,OP ERS: Concrete and curb form setters, Asphalt rakers Asphalt workers —A roller boys, I A!phalt top sh,,ve_ers and sr-oothers, Asplmlt tampers Jackharsners, and drill men, Hopperaen, Carpenters' tenders, Pipe jointersc..,, setters, Concrete laborer_ (structures), Stone spreadi:s laborers, -Trackmen, Grading and excavating laborers, Pard laborers, Puddlers on concrete pavement, iLaborers (other than above) on concrete pavement, Landscape laborers, Asphalt plant (batcher and hopper men) I �PAID HOLIDAYS: IA -New Year's Day; B-Me!orial Day; -Independence Day; D -Labor ay; 'E_Thanksgivin.g Day; F -Christmas Da (FOOTNOTE: e. Holidays: A through F, Columbus Day, Lintcln's Bi thday, W shington"s Birthday, Veterans' Day; Election Day, provided em loyee woiks or shapes up the scheduled day before and -the schedule day a ter the toliday. FEDERAL REGISTER, VOL. 42, NO. 93—FRIDAY, MAY 13, 1977 Z O A M N aerie F-2. 0-1 Por.•,,,, w t • ►.,,, i• . v.e..i•. I .• r, Rat T.85 10% 1 . •75+a 7.65 107 l •75+a T.25 107, 13% .75+a I �PAID HOLIDAYS: IA -New Year's Day; B-Me!orial Day; -Independence Day; D -Labor ay; 'E_Thanksgivin.g Day; F -Christmas Da (FOOTNOTE: e. Holidays: A through F, Columbus Day, Lintcln's Bi thday, W shington"s Birthday, Veterans' Day; Election Day, provided em loyee woiks or shapes up the scheduled day before and -the schedule day a ter the toliday. FEDERAL REGISTER, VOL. 42, NO. 93—FRIDAY, MAY 13, 1977 Z O A M N BUILDI`!C C0NST::_'---1C:I POVER E L'i:)_ST OPERATC?S: Asphalt spreader Backhoe, dra.-,Lin.e, gradall, piledriver shovel Batchin& pLant (on site oc Job), power winch (usr_d far scone or steel), po_ei v:nch truck mounted (used for stone o� steel), p'.rn (concrete) Bending racsine, generatcr (small), vibrator (: to 5), dinky locomotive Boiler, butL�ozer, cer.pres.or (on crap. compressor (pilework), co -pressor (stone setting), concrete breaker, co: veyor, generator (pi lewor;;), loading machine (front end), maintenance engineer, mechanical cc!m actors (machine drawn), powerhouse, power winch truck r..ounted (used for other than steel or stone), putvi-nixer, potter winch (used for other than stone or steel), pu.^_o (double action dLsphrac ), pu%p (gyps m), pump (hydraulic pump (jec), pump (single action - 1 to 3), pump (well point), welding•ar.d,burning, welding machine (pilework) - Boom truck, crane (crawler or truck), conveyor -multi, plant en;!n.eer, stone spreader (self-pronellc.a.) Compressor, cor.pressor (2 or more in battery), generator, mulch machine, pin puller, portable heaters, pump (4 inch or over), track tamper (2 engir.eers each), weldi- achine Crane and boom truck (Lectin& structur, or stone) _ Bulldozer (used for excavation), fireman, lo.adirS machine, powerbootn, scoop (carr: -all scrapper), vac -all CHI or maxim sproadcr, concrete spreader, derricl, sidcbeen tractor Co -..pressor (stcuct.ral st_e1) Concrate saw or cutter, mixer (-.r,th skip) nixer (2 s -a L1, with or without skin), p'--�p (up Lo 3 inc:s), tractor eater:,lller or :h:cl Pa -1, 7 N.Y.-5-PEO-1- a 1 of 2 DEC L. NY77- 13 BULLS,!",-, Cr y• - w.2S Cl ...:1 L bucket Cr-,..,., cra,+Ier o_ :ruck: Bo,i lend ..s o. "v' (rncicdi:.�; Jib) but less Bocn lend-; o_ __, (includ: jib) but le-, ,, than Boo❑ lenzthL -f (Ln.elud:73 jib) but less than 3�0' Boos lcngths of 3`_-0' Curb rachire (is;:iu;t or concrct2), curing rs:hie=, pu-.? (s�bmers'-ble), tower crane 'jai r.ten-ince man DredE;c ElevncfcrkliEt hoist (1 dr---)Forali:t,(.a.'.-b_::ind, power operated) Crader Hoist (2 an! dram) Hoist (mcltiple plit[orn) Hecilanical cccoacto-s (hoed operated), trench ca_L:ine Hoist tandems platfo m Hydra-h.:^er, rid. -e cutter Lead engineer _ Loading machine (with capacity of_ 10 yds or over r Oiler, st•,-p chipper Power bu;gies Roller, trench r..ac:^.i-e _ Scoop, carry-aLl, scraper in ean.'.e^_ Sideboom tractor "(used in tank work) Sttipic. machine Tank wort: Tower crane (end+neer) Tower crime (tile-) Welding machine, structural steel - • Pair_ 8 ti H.Y.-5-P7.0-: - A 2 of 2 »- 12.357 12.5^5 12.755. 13.'55' 11.50 11.?3 11.72 11.33 12. *-7 14.6 10.:9 12.r)3 10.72 13.205 11.h 10._7`, 10.43 � 11.05 12.13 12.2^ 11.23 12.C3 12.50 10.055 11.73 F,; -,p B....t ,• e, .ma,,. 1 I ._I 1.65 -a --- .ls G% 1. 6, a 15 11.73 12.005 i 8"t 1.6; a 15 I 11.505 8% 1.65 a :s 10.555 I 0% 1.65 i a . . 15 I 11.555 8% 1.65 a .15 11.755 r 8% 1.65 a .15 11.305 .15 i 1.65 a .15 1 .15 8a 1.65 a .15 12.13 I 8% 1.65 a.. .15 I 11.15 8% 1.65 a .15 1 12.105 8-1 1.65 a .15 l 11.705 6% 1.65 a .15 10.805 1.65 a .15 DEC L. NY77- 13 BULLS,!",-, Cr y• - w.2S Cl ...:1 L bucket Cr-,..,., cra,+Ier o_ :ruck: Bo,i lend ..s o. "v' (rncicdi:.�; Jib) but less Bocn lend-; o_ __, (includ: jib) but le-, ,, than Boo❑ lenzthL -f (Ln.elud:73 jib) but less than 3�0' Boos lcngths of 3`_-0' Curb rachire (is;:iu;t or concrct2), curing rs:hie=, pu-.? (s�bmers'-ble), tower crane 'jai r.ten-ince man DredE;c ElevncfcrkliEt hoist (1 dr---)Forali:t,(.a.'.-b_::ind, power operated) Crader Hoist (2 an! dram) Hoist (mcltiple plit[orn) Hecilanical cccoacto-s (hoed operated), trench ca_L:ine Hoist tandems platfo m Hydra-h.:^er, rid. -e cutter Lead engineer _ Loading machine (with capacity of_ 10 yds or over r Oiler, st•,-p chipper Power bu;gies Roller, trench r..ac:^.i-e _ Scoop, carry-aLl, scraper in ean.'.e^_ Sideboom tractor "(used in tank work) Sttipic. machine Tank wort: Tower crane (end+neer) Tower crime (tile-) Welding machine, structural steel - • Pair_ 8 ti H.Y.-5-P7.0-: - A 2 of 2 »- 12.357 12.5^5 12.755. 13.'55' 11.50 11.?3 11.72 11.33 12. *-7 14.6 10.:9 12.r)3 10.72 13.205 11.h 10._7`, 10.43 � 11.05 12.13 12.2^ 11.23 12.C3 12.50 10.055 11.73 F,; -,p B....t ,• e, .ma,,. 1 I ._I 1.65 -a --- .ls 83 1.65 a .15 8' 1.65 a .15 V. 1.65 a .15 8� 1.65 a 8;. 1.65 a . . 15 8a 1.65 a .. 814 1.65 a .15 8p 1.65 a I .15 i 8% 1.65 a 1 .15 8a 1.65 a .15 5% 1.65 a .15 N. 1.65 a 8% 1.65 .:5 ,15 83 1.6i a. .15 I 83 1.65 ' a .15 1.65 a .15 1.65 a 15 E% 1.55 a 8� 1.65 I a .15 8p 1.65 r .15 9y 1.65 a .15 4 8 1.65 a .15 j 8? 1.65 a .15 ! 8� 1.65 a .15 Sb 1.65 a :5 8 I 1.65 a .LS PAID }'01.....,.x, I A -New Year's Day; 5-�:CmoriaL Day; C-Inde)crdence Day• D -L'S -_r Ja;,; E -T ha n'r.s �iJtn; D:?; P -Christ -as Day. .a,_ NO, days: A throu-,h F; Lincoln's B:r-_hd:y, ::a;hington'i B.tt7.Jay Colcnhu; D., , i Electi;n Da; and •etorans' Day. b. Basic hour!;• race inc!u-'ns ,.. C� l•a- ._^•' 'f I • I i - i l FEDERAL REGISTER, VOL. 42, NO. 91-FPIDAY, MAY 13, 1977 0 0 0 Page 9 NY -6 -PEO -2-3-A I of 2 ar:ccsioN NO. NY77-3013 Beit F,l.q. B ... Gu P.T•n.n,. WVY AND HICII'.AY CONSTRUCTION�- R.I.. H a 1/ P.n V...,,.. A... T,. I OM W..R F.gUIPN.ENT 0FE?_1TCRS: Asphalt spreader, boom truck, borin3 machine (other than post holes), CHI or maxim spreader, crane (crawler or truck), conveyor (multi), plant engi-I I peer, concrete spreader, sideboom tractor, stone spreader:(self-pro- pelled), cherry picker $ 11,73 6% 1.65 a .15 Backhoe, crane (stone setting), crane (structural steel), dragline, gradall piledriver, road paver, shovel 12.10 8%. 1.65 a .15 Batching plant (on site of job), crane (on barge), derrick, sideboom tractor' (used in tank work), tank work 11.955 8% 1.65 a .15 Bending machine, mechanical compactors (hand operated), pump (centrifugal, up to 3 inches), trench machine (hand 9,49 at 1.65 a .15 Boiler 11.23 at 1.65a .15 Boring machine (pest holes) 11.6T 8t. 1.65 a .15 Bulldozer, concrete finishing machine, Conveyor, curb machine (asphalt or Concrete), curing machine, dinky loco- motive, fireman, forklift, hoist (1 drum), loading machine, maintenance engineer, pulvi-mixer, pump (4 inches or over), pump (hydraulic), pump (jet pump (s_bmersible), pump (well point) roller (5 ton and over), scoop (carry all, scraper), maintenance man,-(cowar crane)_, vac -all, welding and burning 10.92 at. 1.65 a .15 Car -pressor (an crane), generator (pile - work), welding machine (pile work), power winch (used for other than Ston or structural steel), power house, loading machine (front end), compress- or (pile work), power winch (truck mounted, used for other than stone or steel), hoist (2 drum) 11.455 8% 1.65 a .15 Compressor (,2 or more in battery) 11.15 8t.. 1.65 a .15 Com.pressor (stone setting), compressor (at-:ctural steel), welding machine (structural steel) 11.615 8% 1.65 a .15 Compressor, mulch machine, pin puller, Pu=P (double action diaphrag,), pump (BYPsum), pump (single action 1 cc 3) striping machine, welding machine 10.545 l al• 1.65 a' .15 �loadlr.g avchine, with bucket capacity .. of 10 yards or over 11.17 et 1.65 a .15 • DECISION NQ. NY77-3013 - HEAVY AND IIICHI+AY CO::STRUCTION 4DWER EQUIFTr:f OPERATORS' (CoriV d.); Concrete breaker, concrete saw or cut[ er, forklift (walk -behind, power over ated), hydra hammer, mixer (with skip mixer (2 scall with or without skips) mixer (2 bag or over with or withour. skip), power buggies, power grinder:, ridge cutter Dredge Generator Generator (small) Crader Hoist (3 drum), power winch (truck ' mounted, used for stone or steel), pow r winch (used for stone setting and structural steel), trench machine Lead engineer Mechanic - Mechanic helper Mechanical compactors (machine drawn), roller (over 5 tons) Oiler, root cutter, stump chipper, tower crane (oiler), track tamper (2 engineers, each) Portable heaters Powerbroom _ Pump (concrete) Scoop (carry -a17, scraper in tande.m)-. tower crane (engineer) Tractor (caterpiila or ::heel) • Page 10 NY -6 -PEO -2-3 - 2 of 2 _ B•.ic.. - _ Frinq• B.n.G4 PeTn.wu f Rel.. N l V P...,.., ve.. A... T,. O 9.83 8% 1.65 a .15 11.56, 8%. 1.65 a .15 10.84 8%. 1.65 a .15 9.5'`. at 1.65 a .15 11.135 84 1.65 i a .15 11.91'5 ao 1.65 a .15 113.1i833 8t• 1.65 a .15 g.19 8% 1'g • .15 ea. 1• a .15 11.2T 8t 1.65 a .15 9.50 8% 1.65 a .15 11.095 al' 1.65 a .15 9.975 8%. 1.65 a .15 3.1,19 8% 1.65 a .15 12.255 8l• 1.65 a .15 9.305 8l• 1.65 I a .15 FOOTNOTES: a. Paid Holidays: New Year's Day; Lincoln's Birthday; Washington's Birthday; Me-or'al Day; Independence Day; Labor Day; Columbus Day; Election Day; Veterans' Day; Thanksgiving Day and Chris t-ias_Day.Provided employee is ctployed the day before end after the ho.iday Z O 4 A M Vs CWf FEDERAL REGISTER, VOL. 42, NO. 93 -FRIDAY, MAY 13, 1977 W In accordance with Section 103A, General Municipal Law, upon the refusal of a person to sign a waiver of immunity against subsequent criminal prosecu- tion, or to answer any relevant question when called before a Grand Jury to testify concerning this contract, such person and any firm, partnership or corporation of which he is a member, partner, director or officer shall be disqualified from selling, bidding, receiving awards, or contracting with the Owner, its departments, agencies, or officials therof, for goods, work or services, for a period of five years after such refusal. The Owner may term- inate any and all contracts made by its departments, agencies, or officials, thereof with such person, and with any firm, partnership, or corporation of which he is a member, partner, director or officer without incurring any penalty or damages. However, any monies owing for goods delivered or work done prior to cancellation shall be paid. Bal • W N TOWN OF SO UTHO LD - MAIN BAYVIEW ROAD IMPROVEMENTS For Information Only - Not to be Filled In Item No. BASE BID Description Unit Round Unit Price AmountQuantit A-1 Shoulder Excavation SY 600 A-2 Pavement Excavation SY 2,200 A-3 Trueing & Leveling of Road with Bituminous Concrete Ton 2,700 A-4 Asphalt Concrete TYRe 1A Top Course Only Ton 3,200 A-5 Asphalt Concrete, Type 1A, Binder Course Only Ton 550 A-6 Dense Graded Aggregate Subbase CY 600 A-7 Saw Cutting Asphalt Pavement LF 4,500 A-8 Stabilized Shoulder Fill Material CY 300 D-1 4' x 8' O.D. Leaching Catch Basin EA 14 D-2 4' x 8' O.D. Leaching Manhole EA 2 D-3 Extra Depth 8' O.D. Leaching Rings LF 18 D-4 Remove and Replace Unsuitable Material CY 500 D-5 Bituminous Coated Galvanized C.M.P. - 18" Diameter LF 365 D-9 Tempgrary Sheeti 4,700 E-1 Roadway Striping LF 18,900 E-2 Roadway Signing EA 9 E-3 EDA Proiect Sign ____ _ EA 1 j • TOWN OF SO UTHO LD - MAIN SAYVIEW ROAD IMPROVEMENTS For Information Only - Not to be Filled In Item No, Description BASE BID (Continued) P Unit . Round Quantity Unit Price Amount G-1 Maintenance and Protection of T raffi c LS NEC H-1 'Slope Excavation and Landscaping LS NEC DEDUCT ALTERNATE NO. 1 A-1 Shoulder Excavation SY 75 A-2 Pavement Excavation SY 150 A-3 Trueing & Leveling of Road with Bituminous Concrete Ton 375 A-4 Asphalt Concrete Type 1 A Top Course Only Ton 285 A-5 Asphalt Concrete, Type 1A, Binder Course Only Ton 75 A-6 Dense Graded Aggregate Subbase CY 100 A-7 Saw Cutting Asphalt Pavement I F 350 A-8 Stabilized Shoulder Fill Material CY 50 2 D-3 Extra Depth 8' O.D. Leaching Rings LF 2 D-4 Remove and Replace Unsuitable Material CY 50 D-5 Bituminous Coated Galvanized 125 D-9 Temporary Sheeting 375 TOWN OF SOUTHOLD - MAIN BAYVIEW ROAD IMPROVEMENTS For Information Only - Not to be Filled In Item No: Description Unit Round Quantity Unit Price Amount DEDUCT ALTERNATE NO 1 Continued E-1 4 Roadway Striping 1,500 E-2 Roadway Signing EA 1 G-1 Maintenance and Protection of Traffic LS NEC ALTERNATE NO. 2 (ADD or DEDUCT from BASE BID All items and quantities per Base Bid EXCEPT below listed items and quantities. A-3 Trueing and Leveling of Road with Bituminous Concrete Ton Df,�WT A-5 Asphalt Concrete, Type IA, Binder Course Only Ton ADD. 00 A-6 Dense Graded Aggregate Subbase CY ADD *A-9 Scarify Existing Asphalt Concrete Pavement SY p90 2 900 — -� * New Item Not in Base Bid PROPOSAL FOR MAIN BAYV IEW ROAD IMPROVEMENTS • TOWN OF SOUTHOLD SUFFOLK COUNTY NEW YORK 0 0 made by: Name of Bidder L p„i -f- (Individual, -n ivi ua , firm or cor Contract No. 0/_S-/-.2.?-357, / on, as case may Residence of Bidder Telephone Place of Business of Bidder l,�rr,sE��o6 u� �Pa.A17 T -5---%74v/cc 7— Telephone 41"- a2a,:3 Name of Partners (If bidder is a firm, state here the name and residence of each member thereof) If Bidder is a corporation, fill in the following blanks: Residence of Partners Organized under the Laws of the State of /t/, w Name and address of President �EorGF w ,Ly�iy-rT�Siv.�/ /moo Name and address of Secretary Name and address of Vice President -,--J 'OhlN , lW 11- 42of B-13 • The undersigned also declares that he has carefully examined and fully under- stands Information for Bidders, the Contract Agreement, Specifications, Plans and the P ro p o s a I and he hereby proposes to furnish all the materials , adequate equipment, incidentals and sufficient labor, to progressively do all the work required to construct, finish and complete the work within the time specified for the project as outlined in Article 4 of the tontract Agreement and other incidental work included in this proposal, in accordance with the prices given below, at his own proper cost and expense, and in a first class manner and in accordance with the Plans and Specifications, Notice to Bidders and Instruc- tions to Bidders, all of which are a part of the Contract to such extent as they • rdpte to or govern the obligations herein proposed to be assumed, and in 0 accordance with the plans, and specifications and detailed directions or instruc- tions as may from time to time be given by the Engineer at the following prices, viz; B-14 W Ln • • Itemized Proposal for Town of Southold - Main Bayview Road Improvements Contract No. 77-6002C APPROXIMATE UNIT PRICE BID AMOUNT BID ITEM No. ITEM WITH UNIT PRICE WRITTEN IN WORDS DOLLARS CENTS1 DOLLARS CENTS QUANTITY BASE BID A-1 Shoulder Excavation 600 SY For ONE- iv 0 Dollars Cents d© Ou A-2 Pavement Excavation 2,200 SY For Dollars Cent / SU 3300 06 A-3 Trueing & Leveling of Road with Bituminous Concret 2,700 Ton For TINT-,zSiX Ivo_ Dollars Cents :76 00 70 ?G0 00 A-4 3,200 Asphalt Concrete, Type 1A, Top Course Only Ton For /)D -- - Dollars Cents 76 00 00 A-5 550 Asphalt Concrete, Type 1 A, Binder Course Only Ton For o ErTy �� X/O Dollars Cents a6 V se o OC Itemized Proposal for Town of Southold - Main Bayview Road Improvements • Contract No. 77-6002C APPROXIMATE UNIT. PRICE BID AMOUNT BID ITEM No. ITEM WITH UNIT PRICE WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS QUANTITY BASE BID (Continued) A-6 Dense Graded Aggregate Subbase 600 CY For; FTS r—�v N a Dollars Cents 7,0Q O AD A-7 Saw Cutting Asphalt Pavement 4,500 _ ForN Twc NTie LF Dollars Cents av pp 6d A-8 300 Stabilized Shoulder Fill Material For CY Dollars Cents S as �iSoo dCi D-1 14 4' x 8' O.D. Leaching Catch Basin For—•�Ta—rf�y fi�uNDr�s icro EA Dollars Cents rs ra 0a0 Pp D-2 2 4' x 8' O.D. Leaching Manhole EA For�T��.vvN�PE .vo Dollars Cents 6 av O G ® O [3 Itemized Proposal for Town of Southold - Main Bayview Road Improvements Contract No. 77-6002C ITEM No. APPROXIMATE ITEM WITH UNIT PRICE WRITTEN IN WORDS UNIT PRICE BID AMOUNT BID DOLLARS CENTS DOLLARS CENTS QUANTITY BASE BID (Continued ---Extra Depth 8' O.D. Leaching Rings D-3 18 LF For E&Z7 e Nv Dollars Cents SlU d %-Z 0 00 D-4 Remove and Replace Unsuitable Material 500 CY For -7'w o N d Dollars Cents -2 00 4,00 00 D-5 Bituminous Coated Galvanized. C.M.P. - 18" Dia. 365 LF For.o Dollars Cents 1420 65-70 oa D-9 Temporary Sheeting* 4,700 SF For N© Dollars Cents �0 0 00 E-1 18,900 Roadway Striping LF For .uy Dollars Cents O % 00 E,-2 9 Roadway Signing E A For 4NE /�yiv 0. �'crs O ,V c1 Dollars Cents %0 p X76 900 00 * The unit price bid for Item D-9 shall not be less than 40� per square foot, but may exceed 40� by any amount as determined by the bidder. v i r • Itemized Proposal for Town of Southold - Main Bayview Road Improvements Contract No. 77-6002C *NOTE: No Contract may be awarded if the amount bid on this item varies by more than 25% of lump sum published price. The bidder shall, in all instances, cross out the unit price printed and shall insert the unit price he bids in both numerals and words for this item. APPROXIMATE UNIT PRICE BID AMOUNT BID ITEM No. ITEM WITH UNIT PRICE WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS QUANTITY BASE BID (Continued E -Project Sign For e h�iiNo��'o .ti e, EA Dollars Cents a G-1 Maintenance and Protection of Traffic* NEC. LS Forliiy ZA— Vesvivy NQ 10' 9AA----99 Dollars Cents /0,000 00 /O, o o © a Slope Excavation and Landscaping H-1 NEC. LS For Tn Telr�ys.9.�y .ud Dollars Cents �a o 0 0� e?eo o 00 TOTAL ! j BASE Twa I�VNI)IiCD T�/RT -rN,c�r `{ ' BID For Dollars Cents p'^'" No BENTS 33 7s9!00 DEDUCT ALTERNATE NO.1 A- 1 Shoulder E xcavation 75 SY For O/v� w a Dollars Cents ! ov •7S ev *NOTE: No Contract may be awarded if the amount bid on this item varies by more than 25% of lump sum published price. The bidder shall, in all instances, cross out the unit price printed and shall insert the unit price he bids in both numerals and words for this item. A Itemized Proposal for Town of Southold - Main Bayview Road Improvements Contract No. 77-6002C APPROXIMATE UNIT PRICE BID AMOUNT BID ITEM No. ITEM WITH UNIT PRICE WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS QUANTITY DEDUCT ALTERNATE NO. 1 CONTINUED A-2 150 Pavement Excavation SY For /v C v !S"0 4" Dollars Cents A-3 Trueing & Leveling of Road with Bituminous Concrete 375 Ton J For I'Li Dollars Cents l_2 0-0 A-4 Asphalt Concrete, T ype IA, Top Cou•se Only 285 Ton For Twp /vim iV v Dollars' Cents j,� 34�.�a 0o A-5 75 Asphalt Concrete, T ype 1A, Binder Course Only For -r �,vy Ton Dollars Cents Qpp pp A-6 100 Dense Graded Aggregate Subbase For e i�yr N� CY Dollars Cents 6 Oo A-7 350 Saw Cutting Asphalt Pavement LF For Dollars Cents 10 0 06 0 E Itemized Proposal for Town of Southold - Main Bayview Road Improvements Contract No. 77-6002C APPROXIMATE UNIT PRICE BID AMOUNT BID ITEM No. ITEM WITH UNIT PRICE WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS QUANTITY DEDUCT ALTERNATE NO. 1 (Continued) A-8 Stabilized Shoulder Fill Material 50 CY For - Dollars Cents y 0-0 D-1 4' x 8' O.D. Leaching Catch Basin 2 EA For - Dollars Cents "e -e -V po /o" D-3 Extra Depth 8' O.D. Leaching Rings 2 LF For T-^' Al a Dollars Cents 10 0 4ra D-4 Remove and Replace Unsuitable Material 50 CY For dN& sly--- — Dollars Cents 00 D 5 Bituminous Coated Galvanized C.M.P. - 18" Dia 125 LF ForTSN Dollars Cents /a x,25 p Ov Itemized Proposal for Town of Southold - Main Bayview Road Improvements Contract No. 77-6002C The unitprice bid for It D-9 shall not be less than 40/SF, but mat exceed 40 byy any amount determined by the bidder. ** Ivo.. ontract may be awarded it the amount bid on this item varies by more than 25% of "lump sum published price. The Bidder shall in all instances, cross out the unit price printed and shall insert the unit price he bids in both numerals and wombs for this item . APPROXIMATE UNIT PRICE BID AMOUNT BID ITEM No. ITEM WITH UNIT PRICE WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS QUANTITY DEDUCT ALTERNATE NO. 1 (Continued) D-9 Temporary Sheeting* 375 SF For .Uv Dollars Centsp E-1 Roadway Striping 1,500 LF For N O Dollars Cents o/ d� E-2 Roadway Signing EA For Dollad Cents G-1 Maintenance and Protection of Traffic" NEC LS For ti o Dollars Cents d -e"°' at., /WV ov TOTAL Deduct From Base Bid DEDUCT ALTERNATE ?",,rYTF��/ T/v✓sArn �vK.e r����?CN S�svc,t,%V NO. "l For Dollars Cents /,3 �7�"' Gd The unitprice bid for It D-9 shall not be less than 40/SF, but mat exceed 40 byy any amount determined by the bidder. ** Ivo.. ontract may be awarded it the amount bid on this item varies by more than 25% of "lump sum published price. The Bidder shall in all instances, cross out the unit price printed and shall insert the unit price he bids in both numerals and wombs for this item . W 0 • 0 Itemized Proposal for Town of Southold - Main Bayvi ew Road Improvements Contract No. 77-6002C * Add or Deduct From Base Bid APPROXIMATE UNIT PRICE BID AMOUNT BID ITEM No. ITEM WITH UNIT PRICE WRITTEN IN WORDS DOLLARS CENTS DOLLARS CENTS QUANTITY ALTERNATE NO. 2 A-3 Deduct Trueing & Leveling of Road with Bituminous Concrete 1,300 Ton For %we.v%vv orld.P Ovo Dollars Cents a� 6,0 3/.?00 00 A-5 ADD Asphalt Concrete, Type 1A, Binder Course only 600 + Ton For Tcv�.� Ti 5 v re �,cTy Dollars Cents 700 00 A-6 ADD Dense Graded Aggregate Subbase 390 + CY For 'Wt 2u Ti I've) Dollars Cents .20 00 79 00 00 A-9 ADD Scarify Existing Asphalt Concrete Pavement 2,900 + SY For itis Dollars Cents 3 ao /00 dd TOTAL ALTERNATE NO. 2 For NU N0 Dollars Cents * Add or Deduct From Base Bid BIDDERS QUESTIONNAIRE • Name and Address of Bidder �a N �cc3oL� �i¢yi�G C civ%/PAC /aiPS TNG Liv �r►Sv W D a" v c /�' a •A Bidders will furnish the following information: list only similar type of work performed: FOR WHOM PERFORMED CO NT RACT AMOUNT DATE COMPLETED 70 rew i -Z17 7 Tow,u u /�.� -STSy .�lo e-vc Bidders will answer the following questions: I) Have you ever failed to complete any work awarded to you? ti p If yes, state where and why 2) Has any officer or partner of your organization ever been an officer or partner of some other organization that fai led to complete a contract? .-/O If yes, state name of individual, other organization and reason therefore: 3) Has any officer or partner of your organization ever failed to complete a contract handled in his own name? IUp If yes, state name of individual and reason therefore: 4) In what other lines of business are you financially interested? �otiG 5) The work, if awarded to you, will have the personal supervision of whom? 6✓,111d t2 T hyo n/ 6) Do you have, or can you obtain, sufficient men and equipment to commence work • when required by "Information for Bidders"? —11, 7) Name the surety company to whom you intend to apply for a performance bond: (Answer only if bond is required) 41Z,�To,",t/ B-16 BIDDER'S QUESTIONNAIRE (Continued) 8) What Long Island units of government can you give as a reference? a 9) In emergencies, either day or night, what telephone or telephones should be called for immediate action? 7.3.? — 6 7J 7 -7'IV 9076 s - 775E Dated this /Z day of tiU I/,rmZ��,f , 19 %? by:, IMPORTANT: THIS AND PREVIOUS PAGE MUST BE FILLED OUT OR BID WILL BE REJECTED. B-17 0 0 THE APPROPRIATE SECTION OF THIS PAGE MUST BE SIGNED BY ALL BIDDERS NON -COLLUSIVE BIDDING CERTIFICATION SEC. 103-d GENERAL MUNICIPAL LAW By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his knowledge and belief; I. 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; 2. Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder prior to opening, directly, or indirectly to any other bidder or to any compeitor; and 3. No attempt has been made or wi I I be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. • I hereby affirm under the enalties of Affix Seal perju tha the fo oing st tement is if Principal true is Corporation X e.i IF A CORPORATION / _77 The following is a certified copy of resolution authorizing the execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder resolved that (AA M * 0,1 S k y 0A) be authorized to sign and submit the bid or p(oposal of this corporatio�he project on items described, herein, in the Notice to Bidders, BidOO&: -/_zg ,7 S- 7, Z and to include in such bid or proposal the Certificate as to non -collusion require by section 103d of the General Municipal Law as the act and deed of such corpora- tion, and for any inaccuracies of misstatement in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is a true and correct copy of the resolution adopted by 1ya,�, - I 40 It' !>iU0Al /'J4yi/' Board of Directors held on the `7 Seal of Corporation corporation at a meeting of its -.*,a ,19 77 M. The above - name bidder affirms and declares; I. That said bidder is of lawful age and the only one interested in this bid; and that no person, firm or corporation other than hereinabove name has 0 any interest in this bid, or in the contract proposed to be entered into. 2. That this bid is made without any understanding, agreement or connection with any other person, firm or corporation making a bid for the same materials, supplies or equipment, and is in all respects fair, and without collusion or fraud. 3. That said bidder is not in arrears to the Owner upon debt or contract, and is not a defaulter, as surety or otherwise, upon any obligation to the Owner or any other Municipality or School District in the County of Suffolk. 4. That he has carefully examined the site of the work, that from his own in- • vestigation, he has satisfied himself as to the nature and location of the work, the character, quality and quantity of existing materials, and all difficulties likely to be encountered, the kind and extent of equipment and other facilities needed for the performance of the work, and general and local conditions, and all other items which may, in any way, affect the work or its performance. 5. On acceptance of this proposal for said work the undersigned does or do bind himself or themselves to enter into written contract with the Owner as specified in the "Information for Bidders". MIN • 6. In default of the performance of any of the conditions required in making this bid the undersigned agrees that the Bid Bond which is herewith deposited with the Owner shall be retained by the Owner as liquidated damages for such default or fraud, otherwise the Bid Bond will be returned to the successful bidder when the construction bond is accepted and filed and when 10% of the work is completed. Legal name of person, firm or corporation making bid; bye • 0 B-20 • NOTES I. Where a bidder is a firm, the bid must be signed in the name of the firm by a member of the firm, who must sign his own name immediately there- under, as A. & B. Co., by C.A., Partner. 2. Where a bidder is a corporation, the bid must be signed in the name of the corporation by some duly authorized officer or agent thereof having knowledge of the matters stated in the bid, and such officer or agent shall also subscribe his own name, as; A. B. Company, by D.C., President, and the seal of the corporation must be affixed. 3. The bid must be sworn to by the person signing it, in one of the following • forms; B-21 0 (Form of affidavit where bidder is an individual) STATE OF NEW YORK) ) ss.: • COUNTY OF ) being duly sworn, says: I am the person des- cribed in and who executed the foregoing bid and the several matters therein stated are in all respects true. Subscribed and sworn to before me this Notary Public day of Signature of person who signed the bid County of (Form of affidavit where bidder is a Partnership) • STATE OF NEW YORK) ss.: COUNTY OF ) being duly sworn, says: I am a member of . 19 the firm described in and which executed the foregoing bid. I subscribed the name of the firm thereto on behalf of the firm, and the several matters therin stated are in all respects true. Signature of person who signed the bid Subscribed and sworn to before me this day of 19 Notary Public County of B-1-719 (Form of affidavit where bidder is a corporation) 0 STATE OF NEW YORK) ) ss: COUNTY OF-,�%i/f- ) being duly sworn, says: I am the 6", of Corporation, the above named corporation whose name is subscribed to nd which executed the foregdng bid. I reside at fro in the Town of a^o"-) , New York. I have knowledge of the several matters therein stated, and they are in all respects true. • %r S i gnature o pe ort w o si gne the bid Subscibed and sworn to before me this R �!—_ day of �4pvev-1,i3err , 19-7-7 Notary Public County of S u, p— F0 Lit PHOEBE SPALDING Notary Public, State of New York No. 62-4;613626, Suffolk County Term t�xnires March 30, 19 -7 01 B-23 ***** DISCLOSURE STATEMENT ***** In connection with the submission of this bid for aw,� Name of Contractor I, 0,11 f.4, T AyaN the *(applicant herein), (an officer or agent of the corporate applicant) namely its PA *(swears) or (Title) (affirms) under the penalties of perjury that: I. The following persons have a direct or indirect interest in this bid: Month Day Year G-7� /P�a G✓ I/O N Name Address Date of Bi rt J a ff w C I&= tsa L, Leta/- z>w STir .f2" /G �/•c ��0/1� s Name Ad Date of Birth Name Address Date of Bi rt Name Address Date of Birt • (In case of corporations, all officers of the corporation, and stockholders owning more than 5% of the corporate stock must be listed. Attached an additional sheet, if necessary.) The following persons listed in (1) above are related b marriage to an or employee of the Owner. ame sit not o Employee/ ,er Nyr Kelationship Name/Position of Emphay.4 Officer 3. The following persons listed in (1) above are state or local officers or employees, or members of a board of commissioners or local public authorities, or other public corporation within Suffolk (exclusive of a volunteer fireman or civil de unteer): Name Employee Name Employee F a ements made herein are punishable as a Class A mi 210.45 of the Penal Law. / J *Cross out phrases that are not applicable. osition :)sition or pursuan to B-24 v MINORITY BUSINESS UTILIZATION COMMITMENT A. The bidder agrees to expend at least $ 25,000.00 of the contract (as outlined below) if awarded for minority business enterprises. For purposes of this commitment the term "minority business enterprise" means a business at least 50 percent of which is owned by minority group members or, in case of a publicly owned business, at least 51 percent of the stock of which is owned by minority group members. For the purposes of the preceding sentence "minority group members" are citizens of the United States who are Negroes, Spanish-speaking, Orientals, American Indians, Eskimos and Aleuts. Minority business enterprises may be employed as construction subcontractors or as vendors or suppliers. The bidder must indicate the minority business enterprises it intends to utilize in this document as follows and as indicated in paragraph B below: Name and Address Nature of Dollar Value of of Minority Firms Participation Participation 4 /4OVZ -s L� r' Oc7v hki/.;s'T �'� ,��PI4/r?6E !sem a3J�iPi 9L Total Dollar Amounts to be expended for Minority Business Enterprise $ This amount must exceed $ 25,000.000 B. The bidder agrees to furnish implementation reports as required by EDA to indicate the minority business enterprises which it has or intends to utilize. The first report is due 5 days after notification to the lowest bidder. The second report is due at 40% comple- tion, prior to the second Letter of Credit being issued. Breach of this commitment constitutes breach of the bidder's contract, if awarded. . C. The undersigned hereby certifies that he or she has read the terms of this commit- ment and is authorized to bind the bidder to the commitment herein set forth. Date: 77 B - 25 CONTRACT AGREEMENT THIS AGREEMENT, entered into this day of , 19 , by the Town of Southold, hereinafter referred to as Owner acting by and through the' Supervisor pursuant to the statue, and a ccrporation organized and existing under the laws of the State of New York, a partnership consisting of an individual trading as 0 of the city of , in the State of , hereinafter called the "Contractor". WITNESSETH, that the Owner and the Contractor, for the consideration herein- after named, agreed. as follows: �J A-1 CONTRACT AGREEMENT (Continued) E Article I. WORK TO BE DONE The Contractor shall (a) furnish all the materials, appliances, tools and labor of every kind required, and construct and complete the work in the most substantial and workmanlike manner, as shown in the Plans and in accordance with the "Public Works Specifications" of January 2, 1962 of the New York State Department of Public Works, as amended which contain the General Specifications and Conditions of Contract, Materials of Construction and Payment Items; and (b) do everything required by the Contract (Contract Docu- ments) as defined herein. E 9 A -2 CONTRACT AGREEMENT (Continued) • Article 2. DOCUMENTS FORMING THE CONTRACT The Contract (and Contract Documents) shall be deemed to include the "Notice to Bidders", the "Information for Bidders", the "Proposal", the "Contract Agreement", the "Specifications" referred to above; the plans, any addenda to specifications if the same are issued prior to the date of receipt of proposal; special specifications; and all provisions required by law to be inserted in the Contract whether actually inserted or not. 0 A-3 • CONTRACT AGREEMENT (Continued) Article 3. EXAMINATION OF DOCUMENTS AND SITE The Contractor agrees that, before making his proposal, he carefully examined the Contract Documents, together with the site of the proposed work as well as its surrounding territory, and is fully informed regarding all of the conditions affecting the work to be done and labor and materials to be furnished for the completion of this contract, including the existence of poles, wires, pipes and other facilities and structures of municipal and other public services corporations on, over or under the site, and that his information was secured by personal investigation and research and not from the estimate or records of • the Owner, and that he will make no claim against the Owner by reason of • estimates, tests or representations of any officer or agent of the Owner. A-4 0 CONTRACT AGREEMENT (Continued) Article 4. DATE OF START AND COMPLETION The Contractor further agrees that he will begin the work herein embrace within ten (10) days of the date hereof, unless the consent of the Owner, in writing, is given to begin at a later date, and that he will prosecute the same so that it shall be entirely completed and performed within maximally 225 calendar days. Under no circumstances shall work begin after December 6, 1977. No extension beyond the date of completion fixed by the terms of this Contract shall be effective unless in writing signed by the Owner. Such ex- tension shall be for such time and upon such terms and conditions as shall be fixed by the Owner, which may include a charge for engineering and inspection • expenses actually incurred upon the work. Notice of Application for such ex- • tension shall be filed with the Owner as soon as it is evident that there will be a problem meeting the date of completion fixed by the terms of this agreement or at least thirty (30) days prior to that date whichever is greater. A-5 • CONTRACT AGREEMENT (Continued) Article 5. ALTERATIONS AND OMISSIONS The said work shall be performed in accordance with the true intent and meaning of the Contract Documents without any further expense o f any nature whatsoever to the Owner other than the consideration named in this agreement. The Owner reserves the right, at any time, during the progress of the work, to alter the plans or omit any portion of the work as it may deem reasonably necessary for the public interest; making allowances for additions and deduct - tions at the prices named in the proposal, for this work without constituting grounds for any claim by the Contractor for allowance for damages or for any • loss of anticipated profits, or for any variations between the approximate 0 quantities and the quantities of the work as done. OW CONTRACT AGREEMENT (Continued) Article 6. NO COLLUSION OR FRAUD The Contractor hereby agrees that the only person or persons interested as principal or principals in the bid or proposal submitted by the Contractor for this contract are named herein, and that no person other than those men- tioned herein has any interest in the above-mentioned proposal or in the securing of the award, and that this contract has been secured without any connection with any person or persons other than named, and that the propo- sal is in all respects fair and was prepared and the contract was secured with- out collusion or fraud and that neither any officer nor employee of the Owner has or shall have a financial interest in the performance of the contract or in • the supplies, work or business to which it relates, or in any portion of the profits thereof. A-7 • CONTRACT AGREEMENT (Continued • Article 7. NO ESTIMATE OF CONTRACTOR'S NON-COMPLIANCE 0 It is further agreed that so long as any lawful or proper direction concern- ing the work or material given by the Engineer shall remain uncomplied with, the Contractor shall not be entitled to have estimate made for the purpose of payment, nor shall any estimate be rendered on account of work done or material furnished until such lawful or proper direction aforesaid has been fully and satisfactorily complied with. Article 7A. PAYMENT OF ESTIMATES On the faithful performance of the work of the contract and its acceptance by the engineer of the Owner, the Owner hereby agrees to make payments to the Contractor therefore based upon the proposal made a part of this contract in the following manner, to wit; the Engineer shall once each month, on such days as he may fix, -make an estimate of the quantity of work done and of material which has been actually put in place in accordance with the terms and conditions of the contract, during the preceding month and compute the value thereof, and the Owner shall pay to the Contractor all monies due as computed in said estimate as completed and accepted. If, however, the amount earned by the Contractor in any one month except the month in which the final estimate is rendered should be less than five (5) percent of the contract amount or $1,000,.00, whichever is the lesser, no monthly estimate will be given for that month. , CONTRACT AGREEMENT (Continued) Article 8 FINAL ACCEPTANCE OF WORK When, in the opinion of the Engineer, a contractor has fully performed the work under the contract, the Engineer shall recommend to the Owner the acceptance of the work so completed. If the Owner accepts the recommenda- tion of the Engineer, they shall thereupon, by letter, notify the Contractor of such acceptance. • 0 0 CONTRACT AGREEMENT (Continued) Article 9 FINAL PAYMENT After the final acceptance of the work, the Engineer shall prepare a final estimate of the work done from actual measurements and computations relating to the same, and he shall compute the value of such work under and according to the terms of the contract. This estimate shall be certified to as to its correctness by the Engineer and shall be submitted to the Owner for approval. The right, however, is hereby reserved to the Owner to reject the whole or any portion of the final estimate, should the said certificate of the Engineer be found or known to be inconsistent with the terms of the agreement or otherwise improperly given. Within thirty(30) days of the final estimate, the monies found to be due • and owing to the Contractor shall be paid. As security for compliance with • Article 10 before final payment for the work in this contract, the Contractor agrees to give a maintenance bond for a period of one (1) year, and any additional guarantees as outlined in the specifications, with a surety company acceptable to the Owner for 100% of the total amount of the contract as shown on the Engineers final certificate. A-10 CONT RACT AGREEMENT (Continued) • Article 10. CONTRACTOR'S GUARANTEE The Contractor hereby agrees to repair any imperfections that may arise and to maintain, in a manner satisfactory to the Owner, all of his work for a period of one (1) year (and in addition some items for a period longer than one (1) year where specified) from the date of final acceptance of the contract. The Contractor also agrees, for this period, to indemnify and save harmless the Owner, its officers and agents from any injury done to property or persona as a direct or alleged result of imperfections in his work. • • A-11 0 CONTRACT AGREEMENT (Continued) Article II. RIGHT TO SUSPEND WORK & CANCEL CONTRACT It is further mutually agreed that if any time during the prosecution of the work the Engineer shall determine that the work upon the contract is not being performed according to the Contract, or for the best interests of the Owner, that the Engineer may suspend or stop the work under the Contract while it is in progress, and that the Owner shall thereupon cause the work to be completed, in such manner as will be in accord with the Contract, plans and specifications and be in the best interest of the Owner. Whenever the Engineer determines to suspend the vo rk or stop the work under the Contract, he shall immediately notify the Owner in writing who • shall send a written notice of such suspension by mail to the Contractor at his address and to the sureties at their respective addresses and such writtr n notice shall be sufficient notice of the Owners action in the premises. 0 A- 12 CONTRACT AGREEMENT (Continued) n U Article 12. DETERMINATION AS TO VARIANCES In case of any ambiguity in the plans, specifications or maps, or between any of them, the matter must be immediately submitted to the Engineer, who shall cause the same to be adjusted, and his decision in relation thereto shall be final and conclusive upon the parties. • A-13 u • • CONTRACT AGREEMENT (Continued) Article 13. REMOVAL OF REJECTED WORK & MATERIAL The Contractor agrees that all work or material which may be rejected by the Engineer shall be at once removed from the site of the work by the Contractor at his own expense, and replaced by work or material satisfactory to the Engineer. A - 14 CONTRACT AGREEMENT (Continued) Article . 14 SUBLETTING OR ASSIGNMENT The Contractor shall not assign, transfer, convey, sublet or otherwise dispose • of this contract or of his right, title or interest in or to it, or any part thereof, or his power to execute it or assign, by power of attorney or otherwise, any of the monies due or to become due under this agreement unless the previous written con- sent of the Owner shall be first obtained thereto, and giving of any such consent to a particular subcontract or assignment shall not dispense with the necessity of such consent to any further or other subcontracts or assignments. Before making any subcontracts, the Contractor must submit a written state- ment to the Owner giving the name and address of the proposed subcontractor, the portion of the work and materials which he is to perform and furnish any satisfac- tory evidence tending to prove that the proposed subcontractor has the necessary facilities, skill, integrity, experience and financial resources to perform the work • in accordance with the terms and conditions of this contract. At the same time, the Contractor must furnish the Owner with a certificate of workmens compensa- tion coverage of the employer of the proposed subcontractor. If the proposed subcontractor is approved, the Contractor shall promptly, upon request, file with the Owner a conformed copy of the subcontract. The Owner may revoke approval of the subcontractor when, in its opinion, such subcontractor evidences an unwillingness or inability to perform the work in strict accordance with this contract. No assignment will receive approval unless the instrument of assignment con- tains a clause to the effect that the funds to be paid the assignee are subject to a prior lien for services rendered or materials supplied for the performance of the work in favor of all persons, firms or corporations rendering such services or • supplying such materials. A- 15 CONTRACT AGREEMENT (Continued) 0 Article 14. SUBLETTING OR ASSIGNMENT (continued) The Owner's approval of the subcontractor shall not relieve the contractor of any of his responsibilities, duties and liabilities hereunder. The Contractor shall be solely responsible to the Owner for the acts or default of his subcon- tractors and of such subcontractor's officers, agents and employees, each of whom shall for all purposes be deemed to be the agent or employee of the Contractor. Nothing contained in the contract documents shall create any contractural relationship between the sub -contractor and the Owner. C1 CONTRACT AGREEMENT Article 15. LABOR LAW 0 The Contractor specifically agrees to conform to all provisions of the Labor Law of the State of New York applicable to the employment of labor at the site of the project and to the applicable laws of the Federal Government, including the Davis Bacon Act. Schedules of the minimum hourly wage rates as determined by the Industrial Commissioner of the State of New York and the Federal government pursuant to the Labor Laws is intended to comply with such laws and are included herein. is 1 A-17 • CONTRACT AGREEMENT (Continued) Article 16 EXTENT OF THE OWNERS LIABILITY The Contractor specifically agrees that the contract shall be deemed executory only to the extent of the monies available, and no liability shall be incurred by the Owner beyond the monies available for the pur- pose . • CJ am CONTRACT AGREEMENT (Continued) Article 17. INSURANCE • The Contractor agrees to procure and maintain during the life of this con- tract, insurance of the kinds, types and limits required by the State of New York in the "Public Works Specifications" of January 2, 1962, as amended or specifically required. The Contractor shall furnish the Owner a certificate or certificates of insurance in form satisfactory to the Owner, which certificates shall I i st the various coverages and shall state that the policies shall not be changed nor cancelled until thirty (30) day's notice has been given to the Owner. The Contractor shall not permit any subcontractor to begin work on the contract until such subcontract is officially approved by the Owner and until all • necessary insurances covering said subcontractor are on file with the Owner. See page B-6, Article 9, Information for Bidders. • 0 CONTRACT AGREEMENT (Continued) • Article 18. INCREASE - DECREASE QUANTITIES In entering into this contract, the Contractor agrees that the quantities of work as stated in the Notice to Bidders, or indicated on the plans or in the specifications, are only approximate and, that during the progress of the work, the Owner may find it advisable and it shall have the right to omit portions of the work and to increase or decrease the quantities and that the Owner reserves the right to add or to take from the amount of the work up to a limit of twenty-five (25%) percent of the total amount of the contract based upon the said estimated quantities. The Contractor shall and will at no time make claim for anticipated profit or less or profits, because of any difference • between the quantities of the various classes of work actually done, or of the material actually furnished and the said estimated quantities. 0 A - 20 CONTRACT AGREEMENT (Continued) Article 19. ADDITIONS- DEDUCTIONS -DEVIATIONS The Contractor, in entering into this contract, understands that the Owner reserves the right to modify the some with respect to the arrangement, character, alignment, grade or size of the work or appurtenances whenever, in its opinion, it shall deem it necessary or advisable to do so. The Contractor shall and will accept such modifications when ordered in writing by the Owner through the Engineer and the same shall not violate or void this contract. Any such modifi- cations so made in excess of 25% of the total contract shall not, however, sub- iect the Contractor to increased expense without equitable compensation, which shall be determined by the Owner. If such modifications, or any part thereof, • result in a decrease in the cost of work involved, exceeding 25% of the total contract value an equitable deduction from the contract price, to be determined by the Owner, shall be made. The Owner's determination of any such additional compensation or of any such deduction shall be based upon the bids submitted and accepted. In any event, no modifications in the work shown on the plans and described in the specifications shall be made, unless the nature and extent thereof has first been certified by the Owner in writing and sent to the Contractor. 9 A-21 • CONTRACT AGREEMENT (continued) Article 20. CONTRACTOR'S LIABILITY The Contractor shall be responsible for all damage to life and property due to activities of the Contractor, his sub -contractors, agents or employees, in connection with his services under this Agreement. The Contractor specifi- cally agrees that his sub -contractors, agents or employees shall possess the experience, knowledge and character necessary to qualify them individually for the particular duties they perform. Further, it is expressly understood that the Contractor shall indemnify and save harmless the Owner from claims suits, actions, damages and costs of every name and description resulting • from the negligent performance of the services of the Contractor under this 0 Agreement, and such indemnification shall not be reason of enumeration of any insurance coverage herein provided. Negligent performance of service, within the meaning of this Article, shall include, in addition, to negligence founded upon tort, negligence based upon the Contractor's failure to meet professional standards and resulting in obvious or patent errors in the progres- sion of his work. Nothing in this Article or in this Agreement shall create or give to third parties any claim or right of action against the Contractor or the Owner beyond such as may legally exist irrespective of this Article or this Agreement. A-22 CONTRACT AGREEMENT (continued) Article 21. SHOP OR SETTING DRAWINGS 9 The Contractor shall submit promptly to the Engineer two copies of each shop or setting drawing prepared in accordance with the schedule predetermined as aforesaid. Shop drqwings at the time of submission to the Engineer, must bear the stamp of approval of the Contractor as evidence that such drawings and/or details have been checked by the Contractor. Any drawings submitted without such stamp of approval will be returned to the Contractor for resubmission and will not be considered; in such event it will be deemed that the Contractor has not complied with the requirements of this Article, herein specified, and shall bear the risks of delays as if no drawings or details at all had been submitted. Shop drawings which involve change or variance with Contract Drawings shall be so noted by Contractor. Engineer shall be duly advised, in writing, at • the time of submission of drawing of recommended change and reason therefor. After examination of such drawings by the Engineer and the return thereof, the Contractor shall make such corrections to the drawings as have been indicated and shall furnish the Engineer with two corrected copies. Regardless of corrections made in or approval given to such drawings by the Engineer, the Contractor will nevertheless be responsible for the accuracy of such drawings and for their con- formity to the Plans and Specifications, unless he notifies the Engineer, in writing of any deviations at the time he furnishes such drawings. 0 A-23 • CONTRACT AGREEMENT (continued) Article 22. MATERIALS, SERVICES AND FACILITIES It is understood that, except as otherwise specifically stated in the contract documents, the Contractor shall provide and pay for all materials, labor, tools, equipment, water, light,power, transportation, superintendence, temporary construction of every nature, and all other services and facilities of every nature whatsoever necessary to execute, complete, and deliver the work within the specified time. Any work necessary to be performed after regular hours, on Sundays or Legal I-blidays, shall be performed without additional expense to the Owner • and shall be undertaken only upon approval by the Labor Department or other • jurisdictional governmental agencies. A-24 CONTRACT AGREEMENT - (continued) • Article 23. INSPECTION AND TESTING OF MATERIALS All materials and equipment used in the construction of the project shall be subject to adequate inspection and testing in accordance with accepted standards. The laboratory or inspection agency shall be selected by the Owner. The Owner will pay for all laboratory inspection service direct, and not as a part of the contract. Materials of construction, particularly those upon which the strength and durability of the structure may depend, shall be subject to inspection and testing to establish conformance with specifications and suitability for uses intended. �J A-25 9 0 0 CONTRACT AGREEMENT (Continued) Article 24. SURVEYS, PERMITS, AND REGULATIONS Unless otherwise expressly provided for in this contract, the Owner will furnish to the Contractor vertical and horizontal control points. It is the Contractor's responsibility to verify data and to survey the project himself for construction purposes. The Contractor shall procure and pay for all permits, licenses and approvals necessary for the execution of this contract. The Contractor shall comply with all laws, ordinances, rules, orders, and regu- lations relating to the performance of the work, the protection of adjacent pro- perty, and the maintenance of passageways, guard fences or other protective facilities. A-26 CONTRACT AGREEMENT (continued) Article 25. CONTRACTOR'S OBLIGATIONS The Contractor shall and will', in good workmanlike manner, do and perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this contract, within the time herein specified, in accordance with the provisions of this contract and said specifications and in accordance with the plans and drawings covered by this contract and any and all suplemental plans and drawings, and in accordance with the directions of the Engineer as given from time to time during the progress of the work. He shall furnish, erect, maintain and remove such construction plant and such temporary works as may be required. The Contractor shall observe, comply with, and be subject to all terms, conditions, requirements, and limitations • of the contract and specifications, and shall do, carry on, and complete the entire work to the satisfaction of the Engineer and the Owner. • A-27 CONTRACT AGREEMENT (Continued) Article 26. WEATHER CONDITI ONS 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 dam- age or injury from the weather. If, in the opinion o f the Engineer, any work or materials shall have been damaged or injured by reason of failure on the part of the Contractor or any of his subcontractors to so protect his work, such materials shall be removed and replaced at the expense of the Contractor. In the event that a winter shutdown is required during the construction of this • project, any additional work or any work that has to be done due to this shutdown shall be included in the price bid for the various contract items. No additional payment will be made for these work operations. 0 CONTRACT AGREEMENT 0 Article 27. PROTECTION OF WORK AND PROPERTY The Contractor shall at all times safely guard the Owner's property from injury or loss in connection with this contract. He shall at all times safely guard and protect his own work, and that of adjacent property, from damage. The Contractor shall replace or make good any such damage, loss or injury such be caused directly by errors contained in the contract or by the Owner, or his duly authorized representatives. A-29 • CONTRACT AGREEMENT (Continued) 0 Article 28. INSPECTION The authorized representatives and agents of the office of the owner shall be permitted to inspect all work, materials, payrolls, records of personnel, invoices of materials, and other relevant data and records. C� A - 30 CONTRACT AGREEMENT (Continued) • Article 29. REPORTS, RECORDS AND DATA The Contractor shall submit to the Owner such schedule of quantities and costs, progress schedules, payrolls, reports, estimates, records and other data as the Owner may request concerning work performed or to be performed under this contract. See attached Form 257'Monthly Utilization Report," weekly payroll reporting form WH3.47, Contractors Certification concerning Labor Standards and Prevailing Wage Requirements Form 119, Sub -contractor's Certification concerning Labor Standards and Prevailing Wage Requirements Form 120 and in some cases ED746 if attached. A - 31 • • u 40 FORM 257 AND INSTRUCTIONS FOLLOW (To be Completed by Contractors) A-31 A �,his rcpvrtj oflo: (Nqfr�A-ticric:f lq:cnc�-) F r on; --me "j -d location of conLy-actor)00 Arch St., 10526M 19106 no- � ( . � ! � ` ` / ' ` -- --'-----------' ! � J ; � � 1 . � � | —'-- / ! | . mu'lip ns 0,/ivm1'. xi ii" 9. �Imcxv4cAver, r''o�!/ I jra: iRuc,rwt:S .voa I mji I.!ft`i.ovm.!iT U'riu.Z.ATION I:i;fQwl (SF -257) The F.rrploymciit Utilization R( -port is to be Um-plcted by each sut'jccL contractor (both prune and subcontractors) mid sil;n(d by a responsible official of the OUT v1ig. Thi` reports: arc to bc: filed mi the day rr(Iuirr d, each month, dU-i-IT' , the Ler. of the cwi(racL, aiid they shall include• th'_- total work -lours cm0,-c-d for , each e:.a:loyec iuvel in each designated trade for thr entire rcIvarl.i.ilg period. The primc- con1_ract.or shall submit a rr•i`ort for its at;I rvi;aLe work force and ;:ha•ll co)lect. and : uh(ni 1. i- ports for each subcontracLorIf. r.t;c;rc ;.,.tc cork force to the Federal Compliance A oncy that is fundint; Lheir construction project. Reporting Period . . . . . . . . . Self-explanatory. Compliance Agency . . . . . . . . . U. S. Governr;c-nL cunLractinr, or acial;rii tering agrr.cv resllonf�iblc• for equal cmploy- ment opportuaiLy on Lhe prujecL. Cont.rccLor . . . . . . . . . . . . . Auy contractor ..,ho hz , :, c<,,n:;truc.Liol; Corl- tract wiLh the U. S. Govt•rwiu.ntor vppl_iccnL (Stec OFCCP iiri;;:. 60-1.3) . li• C"wpany $ !ii.^1^ • 1 a Any contractor or subcontr2Ctor who 1`%Is a federally involved contract. 2. Tr4 . . . . . . . . . . . . . Oi:ly thos- • f t:; ni,cic•r Federal LE"O bid can'l.i.Lic•:is. 3. Work -lours of .mploytrent Thi total .:ui.Ibor of }icaurs voil:c•(1 hy al! c,?•i)Ioyec s .`.I: ..::c!i CIdiSS:f i.C.'1Lior1; tiI( tot I1 nv cher of li our.`, w!.,+x(i Ir. C!cli 1 it i:Ii1' i L;' group in ca!:I' cl s.sif ication and the total, vork-hours for rill. *,.o1meit. Cltis�•i.ficaLic,n . . . . . . . iilc lc`vc`l or acco:uplishmc:ii1 ar �ir.lus �•� Ov, worker in :hr tr:,cle. (C = Ciaf- Qualified, :`.p _: Apprc•nlic(!, Ti = Tiailirc:) 4. rcrr(w of nili:l:-ity c;ori:- 1-urs of (obit work -hours . . . Tlir percerit;'('•(Of Lo Lal rniiwrit\' i•:Uii.-lti>I11:: Forkod of all work --hour;. i•:orl:ctd. Otic s:I:m of columns b, c, d cold e divided by column a.) 5. Trial Nwnl-rr of minority rml)loyc`c:s . . . . . . . t:o:::hc•r er w*11..,ri ly crl,lco,, • ;;oil:iilJ; in (milrac.tol .II trct;atr iso:•1: force diiritir, rc purt isir p(`riokl. 6. Total. Aunl,cr of h*ployc:es t: w1wr of all cr.:p!ov(,vs ur,il:ing in con- trac LOr's .ac;f;rci;ate uwk forte durint; rrpo,'Linl; period. 40 Minority if (N—fined as: inrlu;!in,; Ni:•rks., Hispanics, Aw.c.rican Indians and Asian and I'<:cific Islanders -- both n, u. Citi 4:0:1e11. caa Nca e A •31C FORM WH -347 FOLLOWS (To be Completed by Contractor) A-31 D • U.S. DEPARTMENT O, LABOR WAGE AND OUR 0, v 1510^. • PAYROLL (For Contractor's Optional Use; See Instruction, Form WH • 347 Inst.) NAM': O. :,NTRA' T0. CR SUBCONTRACTDR C ADDRESS • Form Appproved. 8 dS i A, Ru No. 44-RIO93 PAI RCLL NO FOR WEEK END NGIPR OJECT AND LOCATION PROJECT OR CONTRACT NO. I .11 I.ANIE AOORESS. A'.[ SJi.. r.,;M3ER Cc G'.'P_O•£E 12"3z 131 z pO �inl WORK O` CLASSIFICATION _ W F ial CAY ANC DAIE 151 TUTAL HOURS 161 I 17, RATF. CROSS I OF Por I AMOJNT I FARNEZ IBI CE--CCTION ; 131 N E WAGS PAID FOR WEEK _�i I I F F'C'A WITr+ H00.0 NC I,0 I OTHER TOTAL DEDUCTION! O HOURS WORK EACH DAr I S! s I � ° I I� 111; 5 I GI S! I I I I I I I I 1 I 0 I SI O t I 1 1 ISI � I O 1 I I I 1 OI I I _ S foR� V- 3,1 1,e3I 5C. 34 -F! RCH.ISE TMS FoRV D!SECTLY FRO Ii 7 -Hf S( P'T. OF DO(I VE \TS D ate U I, , (Name of signatory party) do hereby state: ( Title) (1) That I pay or supervise the payment of the persons employed by on the (Contractor or subcontractor) ( Building or work) ; that during the payroll period commencing on the day of 19_, and ending the day of - , 19 all persons employed on said project have been paid the full weekly wages earned, that no rebates have been or will be made either directly or indirectly to or on behalf of said from the full (Contractor or subcontractor) weekly wages earned by any nersor. and that no deductions have been made either directly or Indirectly from the full wages earned by any person, other than permissible deductions as defined in Regulations, Part 3 (29 CFR Subtitle A), Issued by the Secretary of Labor ander the Copeland Act, as amended (48 Stat 948,63 Stat 108, 72 Stat 967; 76 Stat 357;40 U.S. C. 276c), and des- cribed below: (2) That any payrolls otherwise under this contract required to be submitted for the above period are correct and complete; that the wage rates for laborers or mechanics contained therein are not less than the applicable wage rates contained in any wage determination incorporated Into the contract; that the classifications set forth therein for each laborer or mechanic conform wil the work he performed. (3) That any apprentices employed In the above period are duly registered in a bona fide apprenticeship program registered with a State appreriticesbip agency recognized by the Bureau of Apprenticeship and Training, United States Department of Labor, or U no such recognized agency exists in a State, are registered with the Bureau of Apprenticeship and Training, United States Department of Labor. (4) That: (a) WHERE FRINGE BENEFITS ARE PAID TO APPROVED PLANS, FUNDS, OR PROGRAMS ❑ — In addition to the basic hourly wage rates paid to each laborer or mechanic listed in the above referenced payroll, payments of fringe benefits as listed • in the contact have been or will be made to appropriate programs for the benefit of such employees, except as noted In Section 4(c) below. (b) WHERE FRINGE BENEFITS ARE PAID IN CASH ❑ — Each laborer or mechanic listed in the above referenced payroll has been paid, as Indicated on the payroll, an amount not less than the sum of the applicable basic hourly wage rate plus the amount of the required fringe benefits as listed in the contract, except as noted In Section 4(c) below. (c) EXCEPTIONS EXCEPTION (CRAFT) EXPLANATION L REMARKS NAME AND TITLE SIGNATURE THE WILFUL FALSIFICATION OF ANY OF THE ABOVE STATEMENTS MAY SUBJECT TwE CCNr4 )4 OR SUBCONTRACTOR TO CIVIL OR CRIMINAL PROSECUTION. SEE SECTION 1001 OF TITLE • �.. SECTION 231 OF TITLE 31 OF THE UNITED STATES CODE. 610 «14-16-91417-1 417-06 • • • U.S. DEPARTME14T Of M30R WAGE AND HOUR DIVISION INSTRUC11011S FOR COMPLETING PAYROLL FORM, W11.341 (.corral: The use .( %%'If 347, payroll luno, ,, nut m.ndmo,y 'rho form has Leen --Ie uvndaLlr for the con vruunce W cnnoaclors and sabcunuanurs re,juieW by their h'cderal or Fcdcrally od,d tuna coon typr rontr.. and mbeuou...0 I. •.bend -41y payroll.. Properly Idled out. IMs form will sabsly the uyuv ornb of Itrgu- lationa. Pans 3 and S (29 CF It. S.btide Al. as m y.yrol6 wbm.ned m eunnetum .ilh contrasts .abject to the Ilav . If ... and related Acts. Thi. form rao-I. rind• rc>ulbng Is— he amenJmcon W the flavor It.... Act to i.,IudI fringe benefits provl.l.n.. Under Ibis amn.ded law, the coro,a ., .s r"Iu,,,,d to pay nut 1... than fringe benefits .a predetrrim nrJ by it,, Dep.nmenl W LaLur, an add mon I. payment W n 1 1-1 fhun the pl.1,1e....,ned calm. The a eo,acl.C. oblig at.rn t. p•y fringe bna.Lt. a..•f, be met c.h rr by payment of the Irti.gcs w Ih< venous plans, funds, or pr jj, m. or by mak.ng these paymrM. lit the empluyrn a. cab an lhro of Inng n. Thi. payroll p,. -J- fur the c.mnct.r'. sha.waog on the lace of the payroll all monies paid to the empioyres• .Lct her a. Lon: roil., or a .all an lieu of fr Sea, and yruv.Aes lore the cunlraclor's representation tis the stale mend ut aompll. rice ..n Wr rear W the Pay11111 that he Is Paying so -she,- (lingo •.yuu.d by the cunlracl and not pawl as sash an Lav W I: inge.. DN.i1N ....I sociis a.n,ern.ng the prcpi.. +I....f the payroll (.flow: Conlr.ulur or SuM nitaalor. Fill in yuur firm's name and aha�k appropriate boa Address. Fall in your firm's address. Add,. n 11,.. .I cal Emidoyer The repluyre. ' full name mutt be sh..wn car rr<h ueklyny.,y n.il wbnJ ucJ 7Ta, nnptnyre:u add, ess must elso he shown on the payroll covering the fi(.1 week a rh..I, Ihr I.syd uy se r oks oat ihr prosect late addrob need not be shown .n subsrrjuent weekly payrulle lou!... has •JJns. changes Aliho.gh not r sIw el by Hcgulabuns. Pool n. 3 and S, space a available In the name and address .ml.un .0 that Sudd Sawnly numb v. may be listed. C.I.mn 2 W.d, h.11ding Fal nyltium. Taus column is mrrlly Insenrd for the employer's aunvtnlencr and a not Is r Ncs.". al of Ilepula u.ro, fart. J and 5. Gd.mn 3 lC.,rk Claaifcutu_ r_ 1L1 ala.afnallon dran.pttve ad work actually performed by ems. pluyacCon ..It ala.si6, worsen and masa.. um age sahnlule set loath on c.ndtati specifications If addhwmal cI,a f at.uns are dremc+l racc .ry, sit l•unlra,ing Oli,crr car Agency rrpr,.enwi,ve. Employes, may be si.n.n a1 having woarkW an more tyan one cla.ss,(i,atiun pmv,Jed .aaurale bn..kd..,i u( hours sit worked is main lea and shun on .uhrnmrd payroll by sue ori sclass. aI Lor Co!u n J Noun Wurkrd. On all nmtr•,f. sublet to Ili, Ca Ica t Nock ll.un Standard. A.t Inner as over Ione ti. ores all h..rt rurkrd .n eaacs. cal tl hu.rs per day amt 40 hour. a -k Culumu 5 Tu1tl_ Svll rapt aria l.ry ('olumo G I(— ..l 1'..y.)_., i. fi.J,ng a 11,. Io. In .1'.1191st Ism -1 1, Lo.. I,.l li• hourly rare y:. i.1 the ren ply. I..r .trgt.I oma .,irked' plu. .,ray sash .a lieu of Icings. Pall i)ar .mpl„y r, When ri o,d.ig Ch, ar.ighl Inn, A...rl) r.dq a..y cash VIIJ .a Lr. ..I Inngc, may be h,,.,a •rp.,rul,ly 11 11 he basic rale. Ihus f:12S/ 4U Tho .s •.1 a .si Isis nice.. cy ...rat puling .v, .� See ') 1.1%, 1111,hrs" L.low In ov,rtimr box show Ii-oos, hourly rise pe..l. plat. any ..sh In I.,u of Bing,. ".ad Ina• employ„ S.e 't Imge 11,n. -LI.." blow 1':.yn.ent cal cul Ica. c..in n.., -IJ ,.lir 1-11 hhe Lasso car -aa ,,car carr ja J ,, -j- J fur .,.der Ihr ( canna,, %Vurk lj, car Sia rid+chis A,, of It,(.': In aJJPeying ,•t 1. Ihan Llys pr,Jyn,rmhn.J rale for 11a, .Ia .f all.n hit whl.h tb, rnph,), .arks. Ib, .„to rustic shin Puy lit .Ppru v,J ylunl. Ica dJ , car pr,.g r. ens .r shall pray as ...h in he.. cal Ir,.gn uni,...ol pr,.t.I..mm,J .. 11-,, bIn,LI. .n Ito, age al...... m d, part of the .onlrract. S,r "}'HINGE If LR 1,tl'r5' I.eluw vttl .':1;t II I:V FFI rS - ('......... r. rt,,; p, all bcn,fin. A cu.Iraalur wh. pa), fringe bencflos lit pp res 1 plans lit rid ., —1 1r pnu: Ira wao Were d1111m of Id m the app Lea b le .age daeuaon of the S,cretaly cal Labor shall ..intim, w show on the lace W the payroll the baste .all hourly rale and carer time rale pool to his ernployrn lust .s he has always dune i,,h a contractor shall check paragraph 41al W the slucm rut .,I the rrvrne .d the payroll to uldhcats :hut he is at.. psyu,g lit +pp,.,Id plans, lit ods, car programs not less than the III ri.unit preldrrmmed as fringe bandss for each craft. Any sacepnons +hall be noted in Section 4lst. Cord . ors whu pay nn fringe benefits. A culnraclor who pays no fringe benefits shell pay to the employee, and insert .I ihr araighl lune hourly rate column of oro, payroll, as, sane.. not Ins he. the predetrrm toed rale for each rla .f.r.o.n plus the -acrd .f (range benefits J.IermmeU for each classd.c•Imn In the applicable wage dr. culml. I,, snwch as if is nun necessary to pay lime and a half on cash paid in Leu of (nngn, she overtime rale .hall be cul Ls. th.m the .,,an W rah.• basic Pl Id It"crored rale, plus the hall 11me premium on basic or regular rale, plus the ngwr.d cash In 1.- cal Inngc al the ttruighl Ionic rale. In addwon, she coanraclor shall check paragraph 4(b) of the a.acmenl on If,, reverse of the payroll In indicate that he or paying Fringe benefits In rash dsrmily to -.. empluyrn- Any e.crpuu,, shalt be noted 1. Section 4(c I. Use cal Section 41c), Exeepauna Any contactor who Is making payment to approved plans, funds, or programa in amounts Inc Ihan the wage determination requ Ira 11 obliged to pay the deficiency directly to the employers a. cash In Ileo of fnngea. Any eaceplluna to Section 41.) of 4(b 1. whichever the contractor mcay check, shall be entered in Section 41e). Enter In the Exception column the craft, and tailor In the Explanation column the hourly amount paid the employee as cath In lieu of fringes sod the hourly amounl paid to plans, funds, or programs a (range. The contractor .hall pay, and shall show that he Is paying to each such employee for all hours (unless otherwise provided by applicable determination) worked on Federal or Federally assisted project an amount not less than the predetermined rate plus cash in Ileo of Innges as shown In Section 4(c). The rue paid and amount of cash paid In Ileo of fringe henclits per hour should be entered in column 6 on the payroll. See paragraph on 'Conlnetor. who pay no fringe breaches' for tompulutiun of overtime.ue Culu."r 7=Grusa_ Amrw ail Varnnl. Enter gross • unt earned on this project If part of the employees' weekly wage.... ca,n,-d or, prutaat. other, Ihan the prujnl dncnbed on this pa)roll. enter on column 7 first the amount e 11 J un ihr Federal us Federally .-,,led piastres and Then the gtu.. amount earned due ang the week on all prutats, Um. 163 UU / 120.110 C ilomn_tl - DrJucn.na Five columns .re pro d d (car showing da.l.clioro madeit more than five deductions should be ovold. use f.aJ 4 autumns, shit. the balance of deduction, under 'Other" column. show ac Nal local ul'dIr "Twat I1eJumuns” column, and to the arlachmenl W the payroll describe the deductions contained to the 'l hhcr' column. All d.Juctiora muss be in accordance cath the provisions of the C.pel.nd Act Regulations. 29 CI• H. Pan :1 It the employer w ok.d on olhcr lobs in add,,,.n to this prolml, show actual deductions from has wevkly gross wage, but n don that drdu,buos arc based on has gross wages Culu.nr. 9 Net (Vag.. P.sid for Wk Srlf e.pl.n.tury. Toto. Space hiss I—.. to, al she bmtum .f the aol.mn. .. that lata. may be sh... d she rcarn, ctur .. desires tital.•monl I(,qu n -d by I(,I•ulaoum. V• 1. 3 cad 5 While chat form rowd not be notarized, the stslrment on the bask of 16e pa y r, dl ., ,,,I11,a1 w ihr Pinch , yr... �daJ tit 16 USC IIIn1, n.m,ly. y.nible .mprlu.nment fur S y,..r. lir a111.udn0ll fioe car Loth Accordingly, the parry ahgnang Ih.. re(uu d aalrmcnt should have knowledge of the I.c1a rasp rcacid.J us In., Space ha. t"en pn.vo.I.J tars. ern Ilrms 111 .and 1'11 tie mr .totem rail for delanb.ng any deOunwn. mads If all J.J u. nu n. mad, ars• ,d,al ,hely Jra r,bnl in the "I/rductions" autumn •Love. .late 'See IlW.ral.una column .n Ino payroll' See paragruph uwdesl 'FHINCE IltNht ITh- above fur insuu,nun, coal ermng 611tog out Paragraph 4 .I rah, .1 Int FORM 119 FOLLOWS (To be Completed by Contractor) A-31 H FORM ED -119 OMB No. 41-82433 IRE V. 6-741 Approval Expires lune 30, 1976 U.S. DEPARTMENT OF COMMERCE ECONOMIC DEVELOPMENT ADMINISTRATION CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT, OPPORTUNITY EDA Project Number 0/--97 GENERAL In accordance with Executive Order 11246 (30 F.R. 12319-25), the implementing rules : cd regulations thereof, and orders of the Secretary of Labor, a Certification regarding Equal Opportunity is required of bidders or prospective contractors and their proposed subcontractors prior to the award of contracts or subcontracts. CERTIFICATION OF BIDDER Bidder's Dame '4/n^' 1 4VIAIC -77,,7;_ % Address 6�x, ,3 e- oer«-- iv - !z Internal Revenue Service Employer Identification Number /1—/76 /S%y I. Participation in a previous contract or subcontract. , a. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause ........................................... Yes No b. Compliance reports were required to be filed in connection with such contract or subcontract ............................................. Yes No C. Bidder has filed all compliance reports required by Executive Orders 10925, 11114, 11246 or by regulations of the Equal Employment Opportunity Commission issued pursuant to Title VII of the Civil Rights Act of 1964. ... P�l Yes D No d. If answer to item a is "No," please explain in detail on reverse side of this certification. 2. Dollar a count of bid $ 2M -7,S- 3. S3. Anticipated performance period AOQ days. 4. Expected total number of employees who will perform the proposed construction 5• Nonsegle•gated facilities a. Notice to Prospective f=ederally -Assisted Construction Contractors (1) A Certification of Nonsegregated Facilities, as required by the May 9, 1967, order (32 F.R. 7439, May 19, 1967) on Elimination of Segregated Facilities, by the Secretary of Labor, must be submitted to the recipicnt prior to the award of a federally -assisted construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity clause. (2) Contractors receiving federally-assistc4 construction contract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clau c will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the I.(Iual Opportunity clause: A-311 E • b. Notice to Prospective Subcontractors of Requirement for Certification: of Nonsegregated Facilities (1) A Certification of Nonsegregated Facilities, as required by the May 9, 1967, order (32 F.R. 7139, May 19, • 1967) on Elimination of Segregated Facilities, by the Secretary of Labor, must be submitted prior to the award of a subcontract exceeding $10,000.which is not exempt from the provisions of the Equal Opportunity clause. 0 (2) Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity clause.' e. Certification of Nonsegregated facilities The federally -assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally- assisted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally - assisted construction contractor agrees that a breach of this certification is a violation of the Equal Oppor- tunity clause in this contract. As used in this certification, the term "segregated facilities" means any wait- ing rooms, work areas, rest rooms and wash rooms, restaurants and othereating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or, otherwise. The federally -assisted construction contractor ag[ees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications in duplicate from proposed subcontractors prior to the awardof subcontracts exceeding $10,000 which are not ex- empt from the provisions of the Equal Opportunity clause, and that he'will retain the duplicate of such certifi- cations in his files. The contractor will include the original in his Bid Package. 6. Race or ethnic group designation of bidder. Enter race or ethnic group in the appropriate box: [1 Negro [_' Spanish American [-1 Eskimo [l Aleut REMARKS: [D Oriental [_1 American Indian Ep� White (other than Spanish American) Certification- The information above is true and complete to the best of my knowledge and belief. J -:I'- I. yo N �i e iy i� GR P_ •9. Name and title of signer (Preuse type) 7 �— Date NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. A-31 J FORM 120 FOLLOWS (To be Completed by Subcontractors) A-31 K It %.•n- L L'.I eu (HLV. 5-7!A i • a Approtal lirpirl•I. June 30, 197(1 . tf.S,. M111'FITOIC14T Or COMMI.nCE • CCOIt61AIC GI:Vr:LOpltt:MT A01AIIrI.%tIIATION CERTIFICATION BY PROPOSED SUBCONTRACTOR REGARDING EQUAL EIAPLOYME14T OPPORTUNITY —Name of Prime contractor GENERAL s r. EDA 1'rujcq In accordance -with Executive Order 11246 (30 F.R. 12319-25), the implementing rules and regular;ons thereof, end orders of the Secretary of Labor, a Certification regarding Equal Opportunity is required of bidders or prospective eonuactors raid their proposed subcontractors prior to the award of contracts or subcontracts. SUBCONTRACTOR'S CERTIFICATIO1I . G Subcontractor's Namc (address Internal Revenue Service Employer Identification Number _.._ • Z. Participation in a previouF contract or suLcontract. : o. Subcontractor has participated in a previous contract or subcontract subject to rhe Equal Opportunity Clause • y < .... ...1111. < .......: ..............0 Yes ONO b. Compliance reports were required to be filed in connection with such contract or subcontract ...................1111 _.................... Yes NO c. Subcontractor has filed all compliance reports required by Executive Orders 10925, 11114, 11246 or by regulations of the Equal Employment Opportunity Commission issued pursuant to Title V1I of the Civil Rights Act of 1964......... < ..... • U Yes D No d. If answer to'item a is "No," please explain in detail on reverse side of this certification. ' Z Dollar amount of proposed subcontract $ _----------- -- 3. Antieiparcd performance period_ 4. E•xpcetcd total number of cmployccs who will perform the proposed subcontract •____ .: __� __ s. NonSCrfCgated fa:;lit;es. ; e. Notice to Prospective Subcontractors of Requirement for CeirMcation of Nonsejregated l acilitics fl) A Cc-rt;fic.tt;on of NonscFrcgrlted Faeil;t;es, as rcqu;red by the May 9, 1967, order (`i2 FJ..;. 7.139, May 19, !9:i7) on Elimination of Seprepated Fricilities, by the Sccictary of Lah:u, bc- sit, mitted to the coatraetorprior to the nwaid of scbc:n:t:act cxcc•cdin£ S10.0,00 v:tlicl'! ; [lilt cx- ciript fra:n the provisions of clic Equal O, portunit} c!:itar. • (2) Co nt"acior:. fecc;Viag snl>contract : wai.ls cxcccd;!It: S10'O."ID u-11110) are not excin t 01 11 Elle 1,rOvl nions rf Elie 11:d:•a1 O1�r�ortniti•y cl:.ur./_ .,ill I,e rcrluitr-d to 1•I.,villr fa: th.. ;n, v: ::n;::1; f 'l.i: nodi. tp It;o::i•ciri r �.1:!',coat:a�toe': fat st!310;..s :1•Ir1 he A -31L c r ! .�.�� ,.1 I1. ` .5,., r, i 1•.1 :1 1tI!,i`tl::li,:t• 1'I: 'red S ,i�.. ..n:i 1111 .i,r rxr t f! ,: ... ! :/�:tau ! t u• ,: 1 t • . b. Certification o Nonsegregated facilities The federally-Assistcd construction contractor certifies that lie docs not maintain or provide for his employ. ccs any segrrfiated facilities at any of his establishments, and that he docsnot p%rmit hip criployec:- topct- form dicir semces at any location, tinder his control, where segregrarcd facilities are maincaincd. The (�;,• traily-assistrc construction contractor certifies further that lie will not maintain or provide for hi-; cmp!e,,�.c.. any sefrepaccri facilities at any of his establishments, and that he will not permit his cmploy,res to ht-rforr their services at any location, tinder his control, where segregated facilities are maintained. The fedcraidy assisted construction contractor agrees that a breach of this certification is n violation of the F,;ual Oppor- tunity clause in this contract. As used in this certification, the term "segregated facilities" nicans any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time :_locks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, tecreatiou or entertair7- anent areas, transpot:ation, and housing, facilities provided for employees which :ire seg:egaced by explicit direcrise or are in fact segtcSatcd on the basis of race, crct:,% color, or nation-ti origin, because of habit, local custom, or otherwise. The fcdcrally-assiz;ted cotlstruction contractor agrees that (except t'.'11C';C he has obtained identical certifications from proposed subcontractor_: for specific tame periods) 'r.c Will o?-t:ti identical certifications in duplicate from proposed subcontractors prior to the award of subcc::tracts excrc'! int; $10,000 which are not exempt from the piovisionsof the Equal Opportunity clavt:n, and th ar he will trtai,-, the duplicate of such certifications in his files. The subcontractor will include the original in his rid Fr.ck are. :. 6. Race or ethnic group designation of subcontractor. Eater race or ethnic group in the appropriate box: Ci Negro J-1 Spanish American Oriental C1. American Indian Gl Eskitnr, ' [ _1 Aleut [3.White (other than Spanish American) 7. The construction subcontractor certifies that he is not affiliated in any manner with the Grantee) Ber:e;•c: of d; :cdcra Iy assisted cuustructiott ptojecc. .. ;. . • ` � :. • • - REMARKS: .. , • . • • • .• .. .•' Certification - The information above is true and complete to the best of my knowledge and belief. Narar, and titit or signs* stanrture Date NO i L: Tile penalty for making; false statements in offers is prescribed in 18 U.S.C. 1001. A-31M ' Pi FORM ED - 746 AND INSTRUCTIONS FOLLOW (To be Completed by Contractor) A-31 N • kine lFe-,. P,Q,e.! %c E-,Oio"- s IRS No, LOCAL PUBLIC AORWI: PAYROLL FE"ORTING FORM wev, L.0031-vl Z,Ij CT ion. roan.... State- PLEASE WRITE 14UPO9ERS LIKE THIS; P.- .z E.13e: I PWJ�- LIS' F-3wlol� I� I til is I i==l �i_i s I. ro. PI.. . t II I 1 _�: - _F_- __ z I lid 1171 L EL 7 r 7 7 T 7— u— CATE 'RE' -'-.ED 10or—ation Sistms and Svvices Divis: 7AIL TO ..,I 0-iew—ent kammistwulIn U.S Deoaft—enl,of Com-7eice Rec- 5 1,15 Ma n Coffine(ce Bldg. :!'P----- 1"Ir S,.. 3r."ConStitution Avenue. N.A. tzsntingto,'t'. D.C. 20230 TELEP-34E T—,,* %c, A CCM.W A,e , C.-3, -ze, Fe.,ior, S.Ubmiss;0n. '111 7, - -L w.).kj r...-oi: to S- !v*v!!,-;i tno- t.P,:. P..%roll F.w- * --n- IU -LVin ar. Th. ie.A.A' I: i1i i2e s-4 it F, .', n.. EDA. vac.. -u.,! in t.ru rj:r :j; each ri.,,I! Tit., stein ovt :h,- T*.. I::-.; cur- ::it- rove houl.! e, n.; c'z.. "n - Ge --e-21 lot Fcvn Ca:-,iet,an lust V12 all J: 7.1.. err. T r. ro::. 4'. ri :i:::.Ah:. A- •net I::. ;in*. oi.i,r nctn., F..-. "m lka P. - Pei: 1; Unje! ....0 0:!:-. a %a!, :'-n:: -'n t,i 'l—f. levo!.! .11 rc- zu -'Ini "ll ch:l, %1 'ne 'tc., a•-:0' for !1c a .if tae 0 LOCAL PUULIC WORKS PAYROLL REPORTING FORM INSTRUIC 'I10,11S 1UL !_-_ -'.' -.-i'l-P, —on Vw :u::..,.;y it, ED It, 'W: "M 71 M U L. I STAVE" it the it- 31In 7'. st, jn.! ':o not :nt: .,;ul cilit, lRS Na.: R, -cut.; %ilut .?_P? E-Jed' Ka CMC the jit'. e irh nc...; -ne iii -1. rv'- lot -in LI"X Payru;l F,1(7-. IS 1;eMI& Ente- !n Hunt', div. and rear ofth.,If the daiv, --i F..;`-cF..;`-c:.:•111477. for fcc. ni I . �o date "3*' on t.ir t1luL :j- vic. �p F he! - n Us' P.IiI30. R. deal un "L" in the I.j,tP H betne,)r o.: if.- "XI n.. Soc!3I "e -z 'i:- erln. 3- i.!� :u. :'M,r.: u7 0- n.*,;-,, Out"It 'll !'I,' Ml:-. du..! .. .... .!c ...... •put, it. -I> JI :..!, W.'.. 0 0 Y1 Code D,z -r Fw !he !hi•d -S" of - U at U S rtnz f:t ... .... A, • C.. man %:rpvn!vr he codcd ws AGS." jlLE - 11-;- . !'.S. ctr. Ai.,!I I-V an o'V`;;!'_*!.)r. Vo'ie cor:- 'Pund!-; IV thet'..-c of worker Tli�, ., and :o: Q;ild bel:t4.:.,: �et Cjot 05 With theOv:iun'U Lab.rv-:, mol cl;,J:...;:1 M the cotiv, iitvd wilt he as ' -I I laboter, unskilled! P3'- Fe.'10d fade. R, Per.UI! TI- lot pe!l" CuJ. as E V-i, In ET SW. Vil, Attila! Hzu!s 1 -m -ed: W, actj3l iju!; Intal 'mm, onh th.:. p -ti, I! hov• i.-nl I no,.: For 1 2 h, -U,., aiw .11 1 4 A,I:,. H. :he Gross A_-IotjnL ftfned on this Plaint for this Pa-, TC -1 redid: Gt,I;!, amount arrivil ionly lot work on the Ll".% oi--i, t*. .: the sium of the earnings during the pay perto-i il-vvor,- (in iregulaw time worked ind :0. UVC.Itl,n.. U...nie'! (:I .,I, I ret'irdless of .1iethiif the emph-ive i,; p.ed un a xial3ried basis, an -.,k;rl% basis. of a canhviz! n -)f hair. Not I.) be mcludeii in the gro.i., j%vrt. :! ac art%Mfing^ bequfas of other cnr'p.-!%s..t:.n%, suLh us payment for use of personal car, expinn-c icci6nt compensation. etc. Record Gross Ar.irmi L.tvue,2 in dollars and ccnts, inserting ill,- c"wi, to I-.. 7ikh: of the pfeam.ied decimal point. Pf'Vi,ttsly Re.Zaj Wh,:: wpr,.-n!,j ,#-I emplot%ut for ill%- '.:!-! i;7:- I, !vv -,-d "W" to irdiento that data pv,!:jin-.ng to : -a• employee was not iic!uded on an) pfv%--a::.!% LPW Payroli Form ;,nd 0) com. pl,!c all povi-mm on the form tequesting data per- talllini; to is... W" the Sam, employee is reported vn sullna,e: III record -Y- and i'_'. C.. -at noer data in the cui-ins for Pre%lau%!, a Unumnlayed. fro.m. M.-stanazed A!c... .;Pi Withholdm; Ex-ompt:2ar. C!.mcd, these data stem., should be reported or�p; one time (of each employee. Previously Uic-flayed: If the employee wa- usem. pio%,-2 le` -.i than M hwurs per week) imine. di�tvl% Vito( :.I .:I\ WQfX cit the I.P11, project. fcc,)fj -y." 1: -1. !. enter "N." Wee -s U-.trr:;;ed- -xti,-Aer •ultv I( --Y*, was reco:&.! as the ,1s--: Record the toga 0-mb-m thi: the was consv". prior to beginning woe. ou 0q: LP:: vroicct. Inc!; de all uiempluved time ret-artil less of wh,vher of nor un'.7olovnVent eur:oam- xatw benti-is xe!e received. The last digit of the numbe. of enc:-pl,)iej weeks should aptica, in the right-ost Pl*wn of the space provided. Re -ire 12 weeks of unv-.:!'j-imvnt. lot example. as From Des '1^4 Area: Record --Y" if the emplo!ce is 1 = -1 (";cc. :;c area Indicated as the Dfuiec, area I%,- APPII.---'ton Lot LPW :ends. If not, enter WitPhclllnlE-2-101'ans Cla;ned: Record the Withhold I 7olk r-IFK77, ci_.a--nedi to- 1M."Irrai Income Tax With- h"i I!n Ill::!cXe marital status 1••19'• or --$*') in the lett-nowt CO;soj. an! the number of exem.ptions claimed (F - 91 in the -:ttill. ..lost column. 0 Cone l CONSTRUCTION OCCUPATIONS Code 99 I/ it ill A:.....: :.C: !cep _.:� :r :.t ru:J! :r. i JC•?'. Pt,,._ A::, 4,TSC :C:. ,"IDxS Er:IC:-.•ec, CASPEi.TERS Er:' "CES Dviwa!! Haat!:. Dryv:a" Tapet M... 8031 CE*s_:' A:: ETE?AVs::,-, A• F!::!SITY:C Ce. ent Ftr.ts Cc-!e....3s;r C w Pa;_. Ccnvete F+(. _-et Or, - %!--:'_.E?c ['.'A!' A; Cr•a'a .'t'• C!, ''!' l :.... ' .... ' Ha' ;•t. �D•v- aa' r.�')ct., C:.wa Sr:.-.O:;ha!' Ia;er ELE:T.c,::1A,. ELECTRICAL ASSE"...::1G II.,TALLI-IG. A::_ .._=AtR:.:C EL-:iR'CAL E�. tie• c:iT. Ii:CI':C! .G ISc. rI0j ELECTR:CIMS - LC:E'.'4:I ELEVtA'7R CO'IM4CTOR E!c:_.. B,.+tda. E!_.a!: Cc•.,... E'e.r: , E:! -::t. E!!.,,.... I•an Etec:a ..!t::mtai !to!:..::Aet. Str:.::_ '.• Sur V•:•"e:, Stee Etectot 16 17 to 19 21 CO::STP,'J:TION OCCUPATIONS - Continued LA_ --_S - - 1:. A't� : T.tER Lam. SER °SON :» _;a':CF' ..•;:.:, .....!!:a:x ,,a�n ga. •a:ame OPERATI%, E'.C!"•_EP 9a::- a 0Le!A::-. Opet- stGt, Cape -Sn(ve:- Cas:•"•! C;eim.. Ftoa!•cne LCade,. OPc.Mv, Gra:c! Cmalc o:n: an. Ce*atessot Ooetatot, Fc1:• 4 e:••• Sc...,at:._ r:_.. T:ac.,: C:e'a::.. T:_.,, r O:::atc:, 0:^ -:at,; E:m.^.e . H^,s:'a:. Ovnc.,..an, E.:a- ca! 0-;C:, G:C_'set S!!.:.. .. a.. ":.z. PITC Ca; : Plt Cf:T P.oe' !:et, S.-.: Ct F net nL .__. SnE: _ 2rV7F. T -s-dn. Ccmcis .:a Cf:t rRE.•__)vC BEFORE SUB.•trirNG FORM, Cttdei CONSTRUCT10% OCCUPATIONS - CevtUaoed 1 ! i t 1 �� 11 I i9 3/ 1 31 31 33 SOFT FLCOR .Al E? !'C:a••:n. L3 -.C:. Rest:,en,Till .j . Re3.I:e`: t STRL'CT.URAL 11At. TE'•..._ S:+rc Sias::q, etc. I ALE. TErAZ: As:^ SETTER Ttte Setter. Tile 1 Ila:,, Ttte -*law. Tet•__ r.: Flow Gator, Se::e: TRUCK OMER Lilt! T:cc _:•\c:, Comae:e-d•Atnt•Ttuc: Ortae% Our, •Ttct.. Ot ,r.:: -e! 'emy Ttcc; Dt:vter %ATERFR23FER A%:..__��-- C:BPnTL'.':S WELDER - FLA•.!E OF A CUTTER OTHER CCNSTRUCTV3% CRAFTS .9T CLASSIF'EC A V:" - (Code AO IMOSTRATIV E. CLEF!: AL. AND SER Mr- OCCUPi.TN39S 97 THI° CATEG".RY It:__.:ES ALL THE PERS3N':E1'::- V''_:. THE PR::ECT VTti Of.- ANC CFF-S'TE' THAENVCLV_: LTHE PROJECT•SVER;TV. OS'RATIXMAceaunlam', A'•a, AGr.n'slttt:v! Ass!:s:aw.. PumnaStng uanapt, les;tct.:, Sno: S:e(.a::, Sune:!ntendent, $6-vey-t, Fcte- rna�. D!a!!sran. Ctvt! f.a;•^e!:. EsImstat, Sweatt. Stntad- tapr. Typist, Fait C!et Oe.ce t»ec!ttne Opera:.:, BOOI- :�!" Prcl!:ltv! Se:c:ce O=matlons, Bolldtq Se:vtce OC:_:al:.ns 91 I OTHER :C.'I%!STP,i.T:VE. CLERICAL, AND SERVICE OC- I COPA%XJS';OT CL-3S;FIEC ABOVE. 99 i OTHER OCCUPAT10::SNOT CLASSIFIABLE ELSE'.i:i.- 0 40 11 CONTRACT AGREEMENT (continued) Article 30. EXTRAS Without invalidating the contract, the Owner may order extra work of the kind bid upon or make changes by altering, adding to or deducting from the work, the contract sum being adjusted accordingly, and the consent of the Surety being first obtained where necessary or desirable. All the work of the kind bid upon shall be paid for at the price stipulated in the proposal, and no claims for any extra work or materials shall be allowed unless the work is ordered in writing by the Owner or its Engineer, acting officially for the Owner, and the price isstated in the order. A - 32 CONTRACT AGREEMENT (Continued) • Article 31. RIGHT OF THE OWNER TO TERMINATE CONTRACT In the event that any of the provisions of this contract are violated by the Contractor, or by any of his subcontractors, the Owner may serve written notice upon the Contractor and the Surety of its intention to terminate the contract, such notices to contain the reasons for such intention to terminate the contract, and unless within ten (10) days, after the serving of such notice upon the Con- tractor, such violations or delay shall cease and satisfactory arrangement or correction be made, the contract shall, upon the expiration of said ten (10) days, cease and terminate. In the event of any such termination, the Owner shall immediately serve notice thereof upon the Surety and the Contractor, and the Surety shall have the right to take over and perform the contract: Provided, however, that if the Surety does not commence performance thereof within ten • (10) days from the date of the mailing to such Surety of notice of termination, the Owner may take over the work and prosecute the same to completion by con- tract or by force account for the account and at the expense of the Contractor, and the Contractor and his Surety shall be liable to the Owner for any excess cost occasioned by the Owner thereby, and in such event the Owner may take possession of and utilize in completing the work, such materials, appliances, and plant as may be on the site of the work and necessary therefore. A•-33 • CONTRACT AGREEMENT (continued) Article 32. MUTUAL RESPONSIBILITY OF CONTRACTORS If, through acts of neglect on the part of the Contractor, any other Con- tractors or any subcontractor shall suffer loss of damage on work, the Contractor agrees to settle with such other Contractor or subcontractor by agreement or arbi- tration if such other Contractor or subcontractor wi II so settle. If such other Con- tractor or subcontractor shall assert any claim against the Owner on account of any damage alleged to have been sustained, the Owner shall ratify the Contrac- tor, who shall indemnify and save harmless the Owner against any such claim. r__1 LJ 0 A - 34 CONTRACT AGREEMENT (continued) • Article 33. SAFETY & HEALTH REGULATIONS FOR CONSTRUCTION In order to protect the lives and health of his employees under the contract, the Contractor shall comply with all pertinent provisions of the Contract Work Hours and Safety Standards Act, as amended, commonly known as the Construction Safety Act as pertains to health .and safety standards, and shall maintain an ac- curate record of all cases of death, occupational disease, and injury requiring medical attention or causing loss of time from work, arising out of and in the course of employment on work under the contract. The Contractor alone shall be responsible for the safety, efficiency, and adequacy of his plant, appliances, and methods, and for any damage which may • result from their failure or the improper construction, maintenance, or operation. n LJ A-35 9 CONTRACT AGREEMENT (continued) Article 34. EMPLOYMENT OF LOCAL LABOR The mcximum feasible employment of local labor shall be made in the con- struction of public works and development facility projects receiving direct Federal grants. Accordingly, every Contractor and subcontractor undertaking to do work on any such project which is or reasonably may be done as on-site work, shall employ, in carrying out such contract work, qualified persons who regularly reside in the designated area where such project is to be located, or In the case of Economic Development Centers, qualified persons who regularly reside in the center or in the adjacent or nearby redevelopment areas within the Economic Development District, except: • a. To the event that qualified persons regularly residing in the designated area or Economic Development District are not available. b. For the reasonable needs of any such Contractor or subcontractor, to employ supervisory or specially experienced individuals necessary to assure an effi- cient execution of the contract. c. For the obligation of any such Contractor or subcontractor to offer employ- ment to present or former employees as the result of a lawful collective bargaining contract, provided that in no event shall the number of non- resident persons employed under this subparagraph exceed fifty percent of the total number of employees employed by such Contractor and his subcon- tractors on such project. Every such Contractor and subcontractor shall furnish the United States Employment Service Office in the area in which a public works or development facility project is located with a list of all positions for which it may from time to time require laborers, mechanics, and other employees, the estimated numbers • of employees required in each classification, and the estimated dates on which such employees will be required. A-36 CONTRACT AGREEMENT (continued) Article 34. EMPLOYMENT OF LOCAL LABOR (Continued) The Contractor shall give full consideration to all qualified job applicants referred by the local employment service, but is not required to employ any job applicants referred whom the Contractor does not consider qualified to perform the classification of work required. The payrolls maintained by the Contractor shall contain the following infor- mation. The employee's full name, address and social security number and a notation indicating whether the employee does, or does not, normally reside in the area in which the project is located, or in the case of an Economic Develop - 0 meat Center, in such center or in an adjacent or nearby redevelopment area within the Economic Development District as well as an indication of the ethnic • background of each worker. The Contractor shall include the provisions of this condition in every sub- contract for work which is, or reasonably may be, done as on-site %ork. n LJ A - 37 CONTRACT AGREEMENT (Continued) • Article 35. CLEAN AIR ACT & FEDERAL WATER POLLUTION CONTROL ACT The Contractor agrees to comply with Federal clean air and water standards during the performance of this contract and specifically agrees to the following; a. The term "facility" means (a) any building, plant, installation, structure, mine, vessel or other floating craft, location or site of operations (b) owned, leased, or supervised (c) by the contractor and the subcontractors (d) for the construction, supply and service contracts entered into by the contractor. b. That any facility to be utilized in the accomplishment of this contract is not listed on the Environmental Protection Agency's List of Violating Facilities pursuant to 40 CFR, Part 15.20. c. That in the event a facility utilized in the accom;lishment of this contract becomes listed on the EPA list, this contract may be cancelled, terminated or suspended in whole or in part. d. That it will comply with all the requirements of Section 114 of the Air Act and Section 308 of the Wd'er Act relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified in Section 114 and Section 308, respectively, and all regulations and guide - I i nes. i ssued thereunder. e. That it will promptly notify the Government of the receipt of any notice from the Director, Office of Federal Activities, Environmental Protection Agency, indicating that any facility utilized or to be utilized in the ac- complishment of this contract is under consideration for listing on the EPA list of Violating Facilities. f. That it will include the provisions of paragraph a. through g. in every sub- contract or purchase order entered into for the purpose of accomplishing this contract, unless otherwise exempted pursuant to the EPA regulations implementing the Air or Water Act (40 CFR, Part 15.5), so that such pro- visions will be binding upon each subcontractor or vendor. g. That in the event that the contractor or the subcontractors for the construc- tion, supply and service contracts entered into for the purpose of accomplish- ing this contract were exempted from complying with the above requirements under the provisions of 40 CFR, Part 15.5 (a), the exemption shall be nullified should the facility give rise to a criminal conviction (See 40 CFR, Par 15.20) during the accomplishment of this contract. Furthermore, with the nullifi- cation of the exemption, the above requirements shall be effective. The • contractor shall notify the Government, as soon as the contractor or the sub- contractors facility is listed for having given rise to a criminal conviction noted in 40 CFR, Part 15.20. Off CONTRACT AGREEMENT (continued) Article 36. 10 PERCENT MINORITY BUSINESS UTILIZATION COMMITMENT The contractor agrees to expend monies as outlined cera Page B - 25 if awarded, for bona fide minority business enterprises. For purposes of this paragraph the term "minority business enterprise" means a business at least 50 percent of which is owned by minority group members or, in case of a publicly owned business, at least 51 percent of the stock of which is owned by minority group members. For purposes of the preceding sentence "minority group mem- hers" are citizens of the United States who are Negroes, Spanish-speaking, Orientals, Indians, Eskimos, and Aleuts. The contractor further agrees to cooperate with the Owner in furnishing the Economic Development Administration with reports on minority business i enterprise utilization after award and at 40 percent completion of the project. Failure to comply with the terms of the above Paragraph constitutes breach of this contract, A List of Minority Business Enterprises are available for your viewing at the Engineer's office. A-39 0 CONTRACT AGREEMENT (Continued Article 37. COPELAND " ANTI -KICKBACK" PROVISIONS • These provisions of this section.29 CFR Part 3, prescribe "Atiti-Kickback" regulations under section 2 of the Act of June 13, 1964 as amended (40 U.S.C. 276c) , popularly known as the Copeland Act. Each Contradror or subcontractor shall furnish each week a Statement of Compliance, Form ED -162, to accompany the weekly submission of pay- roll forms. Section 1001 of Title 18 of the United States Code (Criminal Code and Criminal Procedure) shall apply to such statement as provided in 72 Stat. 967 (18 U.S.C. 1001, among other things, provides that whoever knowingly and willfully makes or uses a fraudulent document or statement of entry, in any matter within the jurisdiction of any department or agency of the United States, shall be fined not more than $10,000 or imprisoned not more than five years, or both). The requirements of this section shall not apply to any contract of $2,000 or less. Upon a written finding by the head of a Federal agency, the Secretary of Labcr may provide reasonable limitations, variations, tolerances, and exemptions from the requirements of this section subject to such conditions • as the Secretary of Labor may specify. Deductions made under the circumstances or in the situations described in the paragraphs of this section may be made without application to and approval of the Secretary of Labors a. Any deduction made in compliance with the requirements of Federal, State or local law such as Federal or State withholding income taxes and Federal social security taxes. b. Any deduction of sums previously paid to the employee as a bona fide prepayment of wages when such prepayment is made without discount or interest. A "bona fide prepayment of wages" is considered to have been made only when cash or its equivalent has been advanced to the person employed in such a manner as to give him complete freedom of disposition of the advanced funds. c. Any deduction of amounts required by court process to be paid to another unless the deduction is in favor of the Contractor, subcontractor, or any affiliatedperson, or when collusion or collaboration exists. A - 40 (a) CONTRACT AGREEMENT (continued) Article 37 (continued) COPELAND "ANTI -KICKBACK" PROVISION • d. Any deduction constituting a contribution on behalf of the person employed to funds established by the employer or representative of employees, or both, for the purpose of providing either from principal or income, or both, medicil or hospital care, pensions or annuities or retirement, death benefits, compensation for injuries, illness, accidents, sickness, or disability, or for insurance to provide any of the foregoing, or unemployment benefits., vacation pay, savings accounts, or similar payments for the benefit of employees, their families and dependents: Provided however, that the following standards are met: (l) The deduction is not otherwise prohibited by law: (2) it is either: (i) voluntarily consented to by the employee in writing and in advance of the period in which the work is to be done and such consent is not a condition either for the obtaining of or for the continuation of employment, or (ii) provided for in a bona fide collective bargaining agreement between the Contractor or subcontractor and representatives of its employees (3) no profit or other benefit is othewise obtained, directly orfhdirectly, by the Contractor or subcontractor or any affiliated person in the form of commission, dividend, or otherwise, and (4) the deductions shall serve the convenience and interest of the employee. e. Any deduction contributing toward the purchase of United States Defense Stamps and Bonds when voluntarily authorized by the employee. • f. Any deduction requested by the employee to enable him to repay loans to or to purchase shares in credit unions organized and operated in accordance with Federal and State credit union statutes. g. Any deduction voluntarily authorized by the employee for making of contri- butions to governmental or quasi -government agencies. h. Any deduction voluntarily authorized by the employee for Mking of contri- butions to Community Chests, United Givers Funds, and similar charitable organiza- t ions. i. Any deductions to pay regular union intiation fees and membership dues, not including fines or special assessments; Provided, however, that a collective bargain- ing agreement between the Contractor or subcontractor and representatives of its employees provided for such deductions and deductions are not otherwise prohibited by law. j. Any deduction not more than for the "reasonable cost" of board, lodging, or other facilities meeting the requirements of Section 3(m) of the Fair Labor Standards Act of 1938, as amended, and Part 531 of this title. When such a deduc- tion is made, the additional records required under S516.25(a) of this title shall be kept. • A - 40 (b) CONTRACT AGREEMENT (continued) Article 38. EMPLOYMENT OF ILLEGAL ALIENS During the performance of this contract the contractor agrees not to employ on such project any alien in the United States in violation of the Immigration and Nationality Act or any other law, convention, or treaty of the United States relating to the immigration, exclusion, deportation, or expulsion of aliens. The contractor will include the provisions of the preceding paragraph in every subcontract so that such provisions will be binding upon each subcontractor. 0 L� T% CONTRACT AGREEMENT (continued) I* Article 39 . UTILIZATION OF UNITED STATES PRODUCTS The contractor agrees to use and cause to be used in such project by all his subcontractors, only such unmanufactured articles, materials, and supplies as have been mined or produced in the United States, and only such manufactured articles, materials, and supplies as have been manufactured in the United States substantially all from articles, materials, and supplies mined, produced, or manufactured, as the case may be, in the United States. EDA may determine that for specific projects this requirement does not apply. 0 0 A -42 CONTRACT AGREEMENT (Continued) 0 Article 40. EMPLOYMENT OF VETERANS 11 • The contractors agrees to provide certification that special consideration consonant with existing applicable collective bargaining agreements and practices, shall be given to the employment on the project of qualified disabled veterans as defined in 38 USC 2011(1). and to qualified Vietnam -era veterans, as defined in 38 USC 2011 (2) (A) . A-43 EQUAL OPPORTUNITY Article 41 . • 1. Employment Practices: During the performance of this contract, the contractor agrees as follows: a) The contractor will not discrimate against any employee or applicant for employ- ment because of race, creed, color or national origin. The contractor wi II take affirma- tive action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, creed, color or national origin. Such action shall include, but not be limited to the following: employment, upgrading demotion or transfer; recruitment or recruitment advertising, layoffs or termation; rates of pay or other forms of compensation, and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the State Department of Labor setting forth the provisions of this nondiscrimination clause. b) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive con- sideration for employment without regard to race, creed, color or national origin. c) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided by the State Department of Labor advising the Labor union or • workers, representative of the contractor's commitments under this Section II -1 and shall post copies of the notice in conspicuous places available to employees and applicants for employment. d) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965 and of the rules, regulations and relevant orders of the Secretary of Labor. e) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules, regulations and orders of the Sec- retary of Labor, or pursuant thereto, and wi II permit access to his books, records and accounts by the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. f) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations or orders, this contract may be cancelled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government- contracts or Federally -assisted construction contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation or order of the Secretary of Labor, or as otherwise provided by law. • A-44 0 EQUAL OPPORTUNITY (continued) g) The contractor will include the provisions of this Section II -1 in every subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor wi II take such action with respect to any subcontract or purchase order as the State Labor Department may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with litigation with a sub -contractor or vendor as a result of such direction by the Dept., the contractor may request the United States to enter into such litigation to protect the interests of the United States. 2. Selection of Subcontractors= Procurement of Materials, and Leasing of EgUipment: During the performance of this contract, the contractor, for itself, its assignees and successorsin, interest (hereinafter referred to as the "contractor"), agrees as follows: a) Compliance with Regulation: The contractor will compl with the Regulations of the Department of Commerce re ative to nondiscrimination in Federally-asisted programs of the Department of Commerce (Title 15, Code of Federal Regulations, Part 8, herein- after referred to as the Regulation), which are herein incorporated by reference and made • a part of this contract. b) Nondiscrimination : The contractor, with regard to the work performed by it after award and prior to completion of the contract work, will not discriminate on the ground of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate either directly or indirectly in the discrimination prohibited by Section 8.4 of the Regulations, including employment practices when the contract covers a program set forth in Appendix A -II of the Regulations. c) Soliciatations: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procure- ments of materials or leases of equipment, each potential subcontractor, supplier, or lessor shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to non-discrimination on the ground of race, color or national origin. d) Information and Reports: The contractor will provide all information and reports required by the Regulations' egu ations, or orders and instructions issued pursuant thereto, and will permit access to its books, records, accounts, other sources of information and its facilities as may be determined by the concerned degnrtments to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information re- quired of a contractor is in the exclusive possession of another who fails or refuses to • furnish this information, the contractor shall so certify to the State Lab6r Department and the Federal Government as appropriate, and shall set forth what efforts it has made to obtain the information. A-45 EQUAL OPPORTUNITY (continued) • e) Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this Section II -2, the State 'Department of Labor shall impose such contract sanctions as it of the Federal Government may, determine to be appropriate, including, but not limited to, (1) withholding of payments to the contractor under the contract until the contract until until the contractor complies, and/or (2) cancellation, termination or suspension of the contract, in whole or in part. 0 Incorporation of Provision: The contractor will include the provisions of Section II -2 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, orders, or instructions issued pursuant thereto. The contractor will take such action with respect to any subcontract, procurement, or lease as the State Department of Labor, or the Federal Government may direct as a means of enforcing such provisions including sanctions for noncompliance; Provided however, that intthe event a contractor becomes involved in, or is threatened with, litigation with a subcontractor, supplier, or lessor as a result of such direction, the contractor may request the State to enter into such litigation to protect the interests of the State, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United gates. • n �J A-46 • Article 42. AFFIRMATIVE ACTION REQUIREMENTS For all Non -Exempt Federal and Federally -Assisted Construction Contracts to be Awarded in Nassau/Suffolk Counties, New York PART I: The provisions of this Part I apply to bidders, contractors and subcontractors with respect to those construction trades for which they are parties to collective bargaining agreements with a labor organization or organizations who together with such labor orgainizations have agreed to the Nassau/Suffolk Area Construction Program for equal opportunity (but only as to those trades as to which there are commitments by labor organizations to specific goals of minority manpower utilization) between the local general contractors and general contractors associations, the sub- contractors and subcontractors association and the coalition together with all implementing agree- ments that have been and may hereafter be developed pursuant thereto, all of which documents are • incorporated herein by reference and are hereinafter cumulatively referred to as the Nassau/Suffolk Plan. Any bidder, contractor or subcontractor using one or more trades of construction employees must comply with either Part I or Part II of these Bid Conditions as to each such trade. Thus, a bidder, contractor or subcontractor may be in compliance with these conditions by its in- clusion, with its union, in the Nassau/Suffolk Plan as to trade "A", provided there is set forth in the Nassau/Suffolk Plan a specific commitment by that union to a goal of minority manpower utili- zation for such trade "A", thereby meeting the provisions of this Part I, and by its commitment to Part II in regard to trade "B" in the instance in which it is not included in the Nassau/Suffolk Plan and therefore, cannot meet the provisions of this Part I. To be eligible for award of a contract under Part I of this invitation, a bidder or • subcontractor must execute the certification required by Part III hereof. A-47 PART II: A. Coverage. The provisions of this Part II shall be applicable to those bidders, contractors and subcontractors, who, in regard to those construction trades to be utilized on the • project to which these bid conditions pertain: (1) Are not or hereafter cease to be signatories to the Nassau/Suffolk Plan referred to in Part I hereof; (2) Are signatories to the Nassau/Suffolk Plan but are not parties to collec- tive bargaining agreements; (3) Are signatories to the Nassau/Suffolk Plan but are parties to collective bargaining agreements with labor organizations who are not or hereafter cease to be signatories to the Nassau/Suffolk Plan; (4) Are signatories to the Nassau/Suffolk Plan but as to which no specific commitment to goals of minority manpower utilization by labor organi- zation have been executed pursuant to the Nassau/Suffolk Plan; or • (5) Are no longer participating in an affirmative action plan acceptable to the Director, OFCC, including the Nassau/Suffolk Plan. B. Requirement - An Affirmative Action Plan. The bidders, contractors and subcon- tractors described in paragraphs 1 through 5 above will not be eligible for award of a contract un- der this for Bids, unless it certifies as prescribed in paragraph 2b of the certification specified in Part 111 hereof that it adopts the minimum goals and timetables of minority manpower utilization() and specific affirmative action steps set forth in Section B. 1 and 2 of this Part II directed at in- creasing minority manpower utilization by means of applying good faith efforts to carrying out such a program pursuant to Section B 3 of this Part II. 1. "Minority" is defined as including Negroes, Spa nish Surnamed Americans, Orientals and American Indians, and includes both men and women. 0 1. Goals and Ti metables. The goals of minority manpower utilization required • of the bidder and subcontractors are applicable to each trade not otherwise bound by the provisions of Part I hereof which will be used on the project in Nassau/Suffolk Counties, New York (herein- after referred to as the Nassau/Suffolk area): Goals of Minority Manpower Utilization Expressed in Percentage Terms Until 12/31/72 2.0% -4.0% From 01/01/73 to 12/31/73 4.0%-6.0% From 01/01/74 to 12/31/74 6.0% -8.0% From to - In the event that under a contract which is subject to these Bid Conditions any work is performed in a year later than the latest year for which acceptable goals of minority man- power utilization have been determined herein, the goals for 1979 shall be applicable to such work. The percentage goals of minority manpower utilization above are expressed in terms of manhours of training and employment as a proportion of the total manhours to be worked by the bidder's, contractors and subcontractor's entire work force in that trade on al I projects (both Federal and Non -Federal) in the Nassau/Suffolk area during the performance of its contract or subcontract. The manhours for minority work and training must be substantially uniform throughout the length of the contract, on all projects and for each of the trades. Further, the transfer of minority employees or trainees from employer -to -employer or from project -to -project for the sole purpose of meeting the contractor's or subcontractor's goal shall be a violation of these conditions. In reaching the goals of minority manpower utilization required of bidders, contractors and subcontractors pursuant • to this Part II, every effort shall be made to find and employ qualified journeymen. Provided, however, and pursuant to the requirements of Department of Labor regulations, 29 CFR 5a, ap- pretices or trainees shall be employed on all projects subject to the requirements of these Bid A-49 Conditions and, where feasible, 25 percent of apprentices or trainees employed on each project shall be in their first year of apprenticeship or training. • in order that the non -working training hours of trainees may be counted in meeting the goal, such trainees must be employed by the contractor during the training period, the con- tractor must have made a commitment to employ the trainees at the completion of their training subject to the availability of employment opportunities and the trainees must be trained pursuant to established training programs which must be the equivalent of the training programs now or hereafter provided for in the Nassau/Suffolk Plan with respect to the nature, extent and duration of training offered. A contractor or subcontractor shall be deemed to be in compliance with the terms and requirements of this Part II by the employment and training of minorities in the appropriate percentage of his aggregate work force in the Nassau/Suffolk area for each trade for which it is committed to a goal under this Part Il. • However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified in this Part II and has made every good faith effort to make these steps work toward the attainment of its goals within its timetables, all to the purpose of expanding minority manpower utilization on all of its projects in the Nassau/Suffolk area. In all cases, the compliance of a bidder, contractor or subcontractor will be de- termined in accordance with its respective obligations under the terms of these Bid Conditions. Therefore, contractors or subcontractors who are governed by the provisions of this Part II shall be subject to the requirements of that Part regardless of the obligations of its prime contractor or low- er tier subcontractors. • All bidders and all contractors and subcontractors performing or to perform work on A-50 projects subject to these Bid Conditions hereby agree to inform their subcontractors of their re- 0 spective obligations under the terms and requirements of these Bid Conditions, including the pro- visions relating to goals of minority employment and training. 2. Specific Affirmative Action Steps. Bidders, contractors and subcontractors subject to this Part II must engage in affirmative action directed at increasing minority manpower utilization, which is at least as extensive and as specific as the following steps: (a) The Contractors shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. (b) The Contractor shall maintain a file of the names and addresses of each minority worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefor. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file • shall document this and the reasons therefor. (c) The contractor shall promptly notify the EDA when the union or unions with whom the contractor has a collective bargaining agreement :gas not referred to the contractor a minority worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. (d) The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. (e) The contractor shall disseminate his EE0policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representative's meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. • (f) The contractor shall disseminate his EEO policy externally by informing and dis- cussing it with all recruitment sources; by advertising in news media, specifically including minority A-51 news media; and by notifying and discussing it with all subcontractors and suppliers. (g) The contractor shall make specific and constant personal (both written and oral) recruitment efforts directed at all minority organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment area. (h) The contractor shall make specific efforts to encourage present minority em- ployees to recruit their friends and relatives. tests, etc. (i) The contractor shall validate all man specifications, selection requirements, (j ) The contractor shal I make every effort to promote after school, summer and va- cation employment to minority youth. (k) The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer -group training programs relevant to the contractor's em- • ployee needs consistent with its obligations under this Part ll. (1) The contractor shall continually inventory and evaluate all minority personnel for promotion opportunities and encourage minority employees to seek such opportunities. (m) The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. (n) The contractor shall make certain that all facilities and company activities are non -segregated. (o) The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. (p) The contractor shall solicit bids for subcontractors from available minority sub- contractors engaged in the trades covered by these Bid Conditions, including circulation of minority • contractor associations. A-52 • 3. Contractors and Subcontractors Deemed to be Bound By Part II. In the event a contractor or subcontractor, who is at the time of bidding eligible under Part I of these Bid Conditions, is no longer participating in an affirmative action plan acceptable to the Director of the Office of Federal Contract Compliance, including the Nassau/Suffolk Plan, he shall be deemed to be committed to Part II of these Bid Conditions. Further, whenever a contractor or subcontractor, who at the time of bidding is eligible under Part II of these bid conditions, uses trades not contemplated at the time he submits his bid, he shall be committed to Part II for those trades. Whenever a contractor or subcontractor is deemed to be committed to Part II of these bid conditions, he shall be considered to be committed to the minority manpower utili- zation percentage goal of the minimum range for that trade for the appropriate year. 4. Subsequent Signatory to the Nassau/Suffolk Plan. Any contractor or subcon- tractor subject to the requirements of thi s Part Il for any trade at the time of the submission of his bid who together with the labor organization with whom it has a collective bargaining agree- ment subsequently becomes a signatory to the Nassau/Suffolk Plan, either individually or through an association, maymeet its requirements under these Bid Conditions for such trade, if such con- tractor or subcontractor executes and submits a new certification committing himself to Part I of these Bid Conditions. No contractor or subcontractor shall be deemed to be subject to the requirements of Part I until such certification is executed and submitted. 5. Non -Discrimination. In no event may a contractor or subcontractor utilize the goals, timetables or affirmative action steps required by this Part II in such a manner as to cause or result in discrimination against any person on account of race, color, religion, sex or national origin. 0 A-53 Part III: Certifications A. Bidders' Certifications. A bidder will not be eligible for award of a contract • under this Invitation for Bids unless such bidder has submitted as a part of its bid the following cer- tification, which will be deemed a part of the resulting contract: BIDDERS' CERTIFICATION certifies that: (Bidder) 1 . It intends to use the following listed construction trades in the work under the contract 1,29p 2,0,ey es /-?,F _-2 8.2- TE-*,"OawIs` ; and 2. (a) As to those trades set forth in the preceding paragraph one, hereof for which it is eligible under Part I of these Bid Conditions for participation in the Nassau/Suffolk Plan, it will comply with the Nassau/Suffolk Plan on all construction work (both Federal and Non -Federal) • in the Nassau/Suffolk area within the scope of that plan, those trades being: .2 6:.2 Tom.•. s;7P-,6 , and/or (b) As to those trades for which it is required by these Bid Conditions to comply with Part I) of these Bid Conditions. Further, whenever a contractor or subcontractor, who at the time of bidding is eligible under Part II of these bid conditions, uses trades not contemplated at the time he submits his bid, he shall be committed to Part II for those trades. Whenever a contrac- tor or subcontractor is deemed to be committed to Part II of these bid conditions, it adopts the mini- mum minority manpower utilization goals and the specific affirmative action steps contained in said Part II, for all construction work (both Federal and Non -Federal) in the Nassau/Suffolk area sub- ject to conditions, those trades being: iasX 4,1XfazC_5 0 /--T it ,,, ?t -Z Tr ye. ; and A-54 • • • 3. It will obtain from each of its subcontractors and submit to the contracting or administering agency pric certification required by the subcontractor B. Subcontractors' Certifications. Prior to the award of any subcontract under this Invitation for Bids, regardless of tier, the prospective subcontractor must execute and submit to the Prime Contractor the following certification, which will be deemed a part of the resulting subcontract: subcontract SUBCONTRACTORS' CERTIFICATION certities that: u contrac or 1 . It intends to use the following listed construction trades in the work under the 2. (a) As to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part I of these Bid Conditions for participation in the Nassau/Suffolk Plan, it will comply with the Nassau/Suffolk Plan on all construction work (both Federal and Non -Federal) in the Nassau/Suffolk area subject to these Bid Conditions, those trades being: ; and/or (b) As to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority manpower utilization goals and the specific affirmative action steps contained in said Part I) for all construction work (both Federal and Non -Federal) in the Nassau/Suffolk area subject to these Bid Conditions, those trades being: A-55 ; and 3. It will obtain from each of its subcontractors prior to the award of any subcon- tract under this subcontract the subcontractor certification required by these Bid Conditions. Signature of Authorized Representative of Bidder • In order to ensure that the said subcontractors' certification becomes a part of all subcontracts under the prime contract, no subcontract shall be executed until an authorized repre- sentative of the -Economic Development Administration had determined, in writing, that the said certification has been incorporated in such subcontract, regardless of tier. Any subcontract executed without such written approval shall be void, C. Materiality and Responsiveness. The certifications required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidders performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid nonresponsive. PART IV: Compliance and Enforcement. Contractors are responsible for informing their sub- contractor (regardless of tier) as to their respective obligations under Parts I and II hereof (as ap- plicable) . p-plicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended, of September 24, 1965, with a contractor debarred from, or who is determined not to be a "responsible" bidder for, Government contracts and federally assisted construction contracts pursuant to the Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcon- tracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in noncompliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term • of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract, with respect to matters not covered in the Nassau/Suffolk Plan or in Part II of these Bid Conditions. • Violation of any substantial requirement in the Nassau/Suffolk Plan by a contractor or subcontractor covered by Part I of these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet its fair share of the trade's goals of minority manpower utilization, or of the requirements of Part II hereof by a contractor or subcontractor who is covered by Part II shall be deemed to be non-compliance by such contractor or subcontrac- tor with the Equal Opportunity Clause of the contract, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the Nassau/Suffolk Plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliances which shall be solely responsible for any final determination of that question and the consequences thereof. • In regard to Part II of these conditions if the contractor or subcontractor meets its • goals or if the contractor or subcontractor can demonstrate that it has made every good faith to meet those goals, the contractor or subcontractor shall be presumed to be in complaince with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractor's or subcontractor's minority manpower utilization and will not take into consideration the minority manpower utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirements of Executive Order 11246, as amended, the implementing regulations and its obligations under these A-57 Bid Conditions, the agency shall take such action and impose such sanctions as may be appro- • priate under the Executive Order and the regulations. When the agency proceeds with such formal action it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the re- quirement to come forward with evidence to show that he has met the "good faith" require- ments of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or subcontractor can comply with the requirements of Executive Order 11246, as amended, and it is, therefore, a "responsible prospective contractor" within the meaning of the Federal procurement regulations. It shall be no excuse that the union with which the contractor has a collective • bargaining agreement providing for exclusive referral failed to refer minority employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Direc- tor of the Office of Federal Contract Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the Director, Office of Federal Contract Compliance, U. S. Department of Labor, Washington, D. C. 20210, and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports regulating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contract Compliance. • For the information of bidders, a copy of the Nassau/Suffolk Plan may be obtained from the contracting officer. 0 C A-59 0 CONTRACT AGREEMENT (Continued) Article 43. -6UCCESSORS AND ASSIGNS This agreement shall bind the successor, assigns and representatives of the parties hereto. IN WITNESS WHEREOF, the parties have hereunto set their hands and seals, and such of them as are corporations have caused these presents to be signed by their duly authorized officers. Town of Southold •Owner po' - IM�f Supervisor - Party of the First Part By.. - Contracto Party of a Second • STATE OF NEW YORK ) ) ss . : COUNTY OF Su f oX) On this / s_t day of bece,�,i l e ?- , Nineteen Hundred and Sever+y-'5eyetr6efore me personally appeared the duly elected, qualified and acting �J �� 'e V'I'ESo�, of the / vwr✓ --V 60 u -4% o l the corporation described in and which executed the foregoing instrument, to me known and known to me to be such and he being by me duly sworn did depose and say: that he is ks t.,- 10 e ee v I 'S c - of the that he resides at e/ se ve,vf-A c�f , G`1-e-&1v4ote6 il in C2 of y v J -u EEO )K- New York; that he knows the corporate seal of the said /Ou�/' o F S,u4-Ao/4- that the seal affixed to said instrument is such corporate seal; and that he executed the same as r e,,i! yt j o o A/ o o for the purposes therein mentioned. oottary Public New York, No. • Term Expires /,?C/, L6- .'—/ of79 !'JDITH T. TERRY No. 52-034493 :.u„ ;< County�/ Commission Expiry N'::^ r :r„h 33, 19 J.. (Acknowledgement by Contractor, individual) STATE OF NEW YORK ) } ss . : COUNTY OF ) On this day of , 19 , before me personally appeared to me known to be the person described in, and who executed the foregoing instrument and who acknowledged that he executed the same. (Seal) Notary Public New York, No. Term Expires (Acknowledgement by Contractor, if a Partnership) STATE OF NEW YORK ) ) ss . : COUNTY OF ) On this before me personally came day of to me known and known to me to be a member of , 19 , the firm described in and which executed the foregoing instrument and he acknowledged to me that he subscribed the name of said firm thereto on behalf of said firm for the purpose therein mentioned. Notary Public New York, No. Term Expires A-62 E • • 40 (Acknowledgement by Contractor, if a Corporation) STATE OF NEW YORK ) ) ss . : COUNTY OF,u FF`11� On this / °rf day of b c C e „7 d e'e 19 7 , before me personally came Q eo�t5 e to me known, who being by me duly sworn, did depose and say that he resides at Zan /1rf-iiYr4" eo" c in /X')1,d✓-X/0 tZ 7� 7 that he is the f k6,s /',j of the ./YON' ICCZ 0 . V,'IV co&) r?C-�o /C S _L4, - the 4, -the corporation described in and which ex uted the foregoing instrument; that he knows the seal of said corporation; that the seal affixed by order of the Board of Directors of said corporation, and that he signed his name thereto by like order. A -b3 A140tary Public New York, No03y-/9� 3 Term Expires/t7fil�c'� ,30, /Y7 9 JUDITH T. TFRRY Notary Pu! --lir. 57ia:o o 'e,,v York ho. 52-03=;4933 County Commission, Expires N' -arch 33, 19�-� GENERAL CONDITIONS • 1. Scope The work under each contract includes all labor, materials, equipment and appurtenances required for the complete construction of all items of work necessary or required to make the installation complete and correct in every respect and guaranteed to be substantial, safe, and ready for regular operation and use by the owner. Only new materials will be acceptable for use on the projects. 2. General All materials and workmanship shall be of the best quality and shall be subject to the approval of the owner. No deviation from the provisions of the detailed specifications shall be made without written approval of the owner, Whenever the words, "Inspector", "Engineer", "Superintendent", et. al., appear in these S;pecifi cations, they shall mean the Eawner or authorized agents, 3. Laws and Regulations • The Contractor shall comply with all Municipal, County, State, and Federal Laws and Ordinances and also those of the local utility companies having jurisdiction. 0 All Electric Work shall be installed in strict accordance with the requirements of the National Electric Code, the utility company, and all other authorities having jurisdiction at the time of the execution of the electrical work herein required, including all necessary Fire Underwriters inspections and approvals. All building contractors shall conform to the State Building Construction Code, February 20, 1956 and as amended. The Contractor hereby agrees that he will ascertain all facts neces:ury and give notices required by Section 1918 of the Penal Law of the State of New York and hereby agrees to indemnify the owner and his agents, servants, and employees, for and to hold them harmless against any cost, damage, liability, or expense which they or any of them may incur or pay arising out of or connected either directly or indirectly, with the Contractor's failure for any reason to ascertain such facts or give such notice. G-1 GENERAL CONDITIONS (Continued) C� 4. Work Schedule This work is under the highest time priority and field construction work is to commence within ten (10) days after Award of Contract. A. The Contractor shall at the execution of the Contract, notify the Engineer in writing of the names of sub -contractors proposed for the principal parts of the work and for such others as the Engineer may direct and shall not employ any that the Engineer may, within a reasonable time object to as incompetent or unfit. The 10% Minority Business Enterprise Clause as outlined in the Agreement Section of this Contract requires special consideration by the Contractor. Before starting work, the Contractor shall submit to the owner for approval an outline of his proposed methods and manner of executing the work including the sequences of operation and a time schedule of performing them. The Engineer reserves the right to direct the Contractor at which points to begin work. 5. Unsatisfactory Progress - Contract Cancellation If the Contractor shall not properly man the job with the proper personnel • and construction equipment in sufficient number so as to maintain a reasonable construction rate each and every working day until work is complete, the owner or their agent shall so notify the Contractor. Thereafter, if Contractor still fails to meet rate of construction requirements or place work in accordance with these specifications, this shall be sufficient cause for the cancellation of this contract at date of such default. This decision is the sole discretion of the owner. Ten (10) days after written notice of contract cancellation shall represent approval for the owner to contact the next lowest responsible bidder to complete the work. All increased costs are to be defrayed by said Contractor, and or his bonding company. 6. Survey Surveys for line and grade will be the responsibility of the Contractor. Vertical and horizontal control points will be established and furnished to the Contractor prior to the start of the work. 7. Fire Hydrants All hydrants within or adjacent to the construction limits shall be kept and maintained readily accessible to fire apparatus at all times. No obstruction shall be placed within fifteen feet of any such hydrant. • G-2 9 GENERAL CONDITIONS (Continued) 8. Necessary Details Not Specifically Mentioned All work called for in the specifications and not shown on the plans, or shown on the plans and not called for in the specifications, shall be furnished and executed by the Contractor as if designated in both these ways and should any work or materials be required which is not denoted on the plans and specifications either directly or indirectly, but which is, neverthe- less, necessary for the proper carrying out of the intent thereof, it is under- stood and agreed that the same is implied and required and the Contractor shall perform such work and furnish such materials as fully as if they were completed delineated and described. 9. Neatness As the work progresses, all rubbish, refuse, and unused materials and tools shall be removed from the site and all work on completion shall be left in a neat and orderly condition ready for use. Upon work completion, all work areas shall be carefully cleaned up and all excess materials shall be removed from the site by the Contractor as directed. • 10. Inspection of Work All work shall be subject to continuous inspection by the Owner.. The Contractor shall perform any work requested and required for this inspection and shall make all accessible to the owner at all times. The work of the inspector will not include any supervisory duties. Supervisory duties will remain the sole responsibility of the Contractor at all times. It shall be solely the responsibility of the Contractor to see that the plans and specifications are being followed. Failure of the owner to immediately reject any unsatisfactory materials or workmanship or to notify the Contractor of his deviation from the Specifications shall not relieve the Contractor of his responsibility to replace unsatisfactory work. Any material or finished work which, comply with these Specifications shall replaced at his own cost and expense. in the opinion of the Qvner, does not be removed by the Contractor and 0 G-3 GENERAL CONDITIONS - (Continued) 11. Sanitary Provisions • Sanitary conveniences for the use of all persons employed on the work shall be provided and maintaned by the Contractor in sufficient manner, in such manner, and at such places as shall be approved. The Contractor shall vigorously prohibit the committing of nuisances at the site of the work. Any employee found violating these provisions shall be discharged and not again employed. Such sanitary conveniences shall be constructed in compliances with all laws, ordinances, or regulations governing the some. 12. Utilities Any utilities encountered during the work shall be maintained and protected in their existing location unless otherwise provided. The Contractor shall cooperate in every way with the owning companies or agencies to make it possible for them to provide uninterrupted service. Trench excavation shall not be started until all gas mains, water mains, and other service mains have been located and flagged by a utility inspector or engineer. A gas inspector shall be available on this project at all times whenever excavations are in close proximity to gas mains and/or service lines. Any existing utilities, including individual house services, in the way of • proposed storm water drain, shall be readjusted by the supplying utility company; except where the utility is publicly owned. The Engineer shall, whenever possible, adjust alignments of storm drains and structures in order to expedite the contract and to prevent unnecessary hardship and expense to any utility company. The Contractor shall notify the utility companies sufficiently in advance of construction to permit ample time to do such work as necessary to provide clearance for the storm drain. The Contractor shall satisfy himself as to the exact locations and extertof all utilities that he may encounter in the work. The Contractor's attention is directed to Section 1918 of the Penal Law, as amended, that - "The Contractor shall not excavate in any existing street, highway, or public place unless notice in writing shall have been given at least 72 hours in advance to the person, corporation or municipality engaged in the distribution of gas in such territory". 13. Protection of Work and Property The Contractor shall at all times safely guard the public against, and the Owner's property from injury or loss in connection with the contract. He shall at all times safely guard and protect the public, his own work and that of adjacent property from damage, loss or injury. All passageways, guard • fences, lights, and other facilites required for protection by all authorities or local conditions must be provided and maintained. G-4 GENERAL CONDITIONS - (Continued) • 13. Protection of Work and Property - continued It is further understood and agreed that loss or damage arising out of the nature of the work to be done under this Contract or from any unforseen obstruction or difficulties which may be encountered in the performance of the same or from the action of the elements, public or from encumbrances on the line of work or from any injury done in consequence of acts or omissions on the part of the Contractor, subcontractor, their employees, or agents in carrying out any of the provisions or requirements of this Contract shall be borne and assumed by the Contractor 14. No Waiver of Legal Rights The Owner shall not be precluded or estopped by any measurement, estimate, or certificate made either before or after the completion and acceptance of the work and payment therefore, from showing the true amount and character or the work performed and materials furnished by the Contractor, nor from showing that any such measurement, estimate or certificate is untrue or incorrectly made nor that the work or materials do not, in fact, conform to the contract. The owner shall not be precluded or estopped not with standing any such measurement, estimate, or certificate • any payment in accordance therewith, from recovering from the Contractor or his sureties, or both, such damages as it may sustain by reason of his failure to comply with the terms of the Contract. Neither the acceptance by the Engineer, or any other representative of the owner, nor any payment for or acceptance of the whole of any part of the work, nor any extension of time, nor any possession taken by the owner shall operate as a waiver to any portion of the Contract or any power herein reserved, or of any right to damages. 0 15. Subsurface Conditions - Dewatering The Contractor is particularly reminded of the possible encountering of ground water and unsuitable material during his construction operations. All excavation for structures and pipelaying must be kept reasonably free of water. Sufficient pumps or pumping machinery must be provided and maintaned in working order by the Contractor. The cost of dewatering shall be included in the appropriate items. G-5 GENERAL CONDITIONS - (Continued) 0 16. Final Inspection When, in the opinion of the Contractor, the work or portions thereof is complete and ready for final inspection, he shall so notify the Engineer in writing and the Engineer will arrange to give the work a minute and thorough inspection. Before approval for final payment is given, all work shall be complete in every detail. All building materials, construction equipment, dirt,form work, stakes, shanties, etc., shall be cleared from the area, and all pipe, catch basins, and manholes shall be free from construction dirt, silt and form work. 17. Notification of Homeowners The Contractor shall be responsible to notify, in writing, or verbally all affected residents adjacent to or in vicinity of his work areas, one day prior to commencement of work. Access to driveways shall be maintained as long as practicable but in no instance shall reasonable access be denied to residents longe -than 24 consecutive hours. Access must be provided for emergency vehicles at all times. 18. Stockpiled Material in Roadways • Material is not to be stockpiled on roadway surfaces overnight. Excavation from any operations, bu the Contractor, may be stored on pavement only during working hours provided that satisfactory traffic flows may be maintained as well as access to private properties. Any excavation or trenching in the vicinity where curb, gutter is to be installed must provide in all cases a distance nine (9') feet minimum from the centerline or curb, gutter trench to the toe of material stored on the pavement. Where existing road widths prohibit or interrupt traffic when stockpiles are so placed, said material shall be relocated or approved detour plans implemented to maintain traffic. The cost of this work is to be paid for under the Maintenance and Protection of Traffic Item. 19. Construction Progress Photos Photographs shall be taken by a professional photographer as follows: 1 . Preconstruction photographs shall show the general area priot to any construction. 2. Monthly photographs shall. show the work as it progresses. Four views taken from the same point or as directed by the Engineer. • 3. Final photographs shall show the work after it is completed. G-6 GENERAL CONDITIONS - (Continued) • 19. Construction Progress Photos - continued The fol lowing procedure shall be followed for all three of the above cases. The general contractor shall deliver four photographs in duplicate (eight prints) 8" x 10" in size, in color, on glossy double weight paper. All photographs shall be properly identified on the front. The title block shal I be imprinted on the lower right side and shall be 1 " x 3" in size and shall contain the following information: Contract Name Town County State Engineers: Greenman -Pedersen, Associates, P.C. Contractor: Photographer: Date: Print No. View Looking Photographs shall .be mounted on linen with binding edges. The monthly progress photographs shall be taken approximately ten days to the end of the requisition period in order that they can be delivered by the • requisition period. No monthly requisitions will be processed without receipt of the photographs. No direct payment shall be made for the photographs. The cost shall be included in the price bid for the Contract. Additional photographs required upon Project Completion. A. The General Contractor is required to submit to the Owner at least two prints each of not less than two photographs of the project at time of completion. B. The following information will be typed and attached to the back of each photograph: 1 . Project Number 2. Name of Grantee 3. Identification of building or facility 4. Name of Contractor and Architect/Engineer 5. Date taken 6. Any appropriate descriptive remarks, e.g., other buildings, unusual features, etc. C. Prints shall be 8" x 10" in size, black and white, medium weight, glossy finish, and unmounted. The prints shall be submitted in a regular photo- graph mailer marked "Photographs --Do Not Bend." The photographs shall be furnished to the Owner at the time of Project Completion. G-7 • NOTE: IT IS IMPERATIVE THAT THE CONTRACTOR 0 A 0 BE ACTIVELY WORKING ON THE PROJECT BY DECEMBER 6 , 1977. THIS PROJECT IS FEDERA !.LY FUNDED AND THE STARTING DATE CANNOT BE POSTPONED 0 ITEM A-1 SHOULDER EXCAVATION ITEM A-2 PAVEMENT EX VTI N The Contractor shall excavate and dispose of existing road pavements and/or shoulder materials of whatever type and description encountered to the lines and grades shown on the plans or as directed by the Engineer. The excavation lines shall conform to the typical sections shown on the detail sheet and be well graded to a stable condition. Walls of excavation shall be verticle. All subgrade shall be thoroughly compacted with a vibratory compactor and/or roller prior to placement of the dense graded aggregate and asphalt pavement. Excavation shall not proceed at a rate to exceed the pavement being placed the following day. No excavated material is to be windrowed or stockpiled within the road area. Surplus material shall be removed from site and required fill shall be furnished. Basis of Payment Payment under Items A-1 and A-2 shall be for each square yard respectively of shoulder material or road pavement excavated and disposed of off site and shall include the cost • of dewatering and compacting the subgrade to the proper elevation and cross slope to receive the dense graded aggregate and asphalt pavement. • The cost of pavement and/or shoulder excavation for drainage pipe and structures will not be paid for under A-1 or A-2 Items. The cost of such work shall be included in the price bid for the drainage items. Oq ITEM A-3 TRUEING & LEVELING OF ROAD WITH BITUMINOUS CONCRETE The Contractor shall furnish and place a hot mix bituminous concrete trueing and • leveling course where shown on the plans or where ordered by the Engineer in ac- cordance with the contract documents. Materials All work shall be in substantial conformance with Item 51 TL of the New York State Department of Public Works Specifications of January 2, 1962, as amended. Where trueing and leveling thickness exceeds four inches (411), the Contractor may substitute Type 1A Base Course for Binder Course to within 4" of finished grade. Construction Details The Asphalt Course shall be placed on existing pavement surfaces to the thickness, lines and cross slope shown on the plans or as directed by the Engineer. Prior to asphalt placement, the surface shall be dry and free of dirt and other objectionable foreign material that will interfere with bonding. Basis of Payment Payment for this Item shall be per ton of bituminous concrete furnished and placed to the grades, thickness and cross slope specified or directed by the Engineer and shall include the cost of cleaning and mechanically sweeping existing pavement • surfaces. n LJ Cl ITEM A-4 ASPHALT CONCRETE, TYPE `IA, TOP COURSE ONLY • ITEM A-5 ASPHALTCONCRETE, TYPE 1A, BINDER COURSE ONLY All requirements of New York State Department of Public Works Specifications of January 2, 1962 as amended, for Item 51 shall apply except as therein modified. Coarse aggregates used in Top Course shall be from approved sources and shall meet one or the following requirements. 1. Crushed limestone and dolomite that has an acid insoluble content not less than 10 percent (excluding particles of chert or similar silicious rocks). Where more than one geologic stratum is quarried, each stratum shall meet this requirement. 2. Crushed sandstone, granite, chert, trap rock, ore tailings, slag and other simi- lar material. 3. Crushed hardheads, crushed gravel (where permitted), and blends of two or more of the following types of materials: crushed hardheads, gravel, lime- stone, dolomite, sandstone, granite, chert, trop rock, ore tailings, slag, or other similar materials. These aggregates shall meet the fol lowi ng requirements. Total Coarse Aggregate (plus 1/8" materials) Not less than 20 percent * of the aggregate particles • shall be non -carbonate.** Plus 1/4" Material Not less than 20 percent * of the aggregate particles shall be non -carbonate.** Where coarse aggregates for Top Course are from more than one source or of more than one type of material, they shall be proportioned and blended to provide a uniform mixture. Construction Details The Item A-4 Asphalt Course shall be placed upon existing and newly placed asphalt pavement surfaces and Item A-5 shall be placed upon compacted dense graded aggre- gate to the thickness, lines and cross slope shown on the plans or as directed by the Engineer. Prior to asphalt placement, the surface shall be dry and free of dirt and other objectionable foreign material that will interfere with bonding. (*) By weight adjustments to equivalent volumes for materials of different specific gravities. • (**) Non -Carbonate -- Acid insoluble content not less than 80 percent. 4 ITEM A-4 ASPHALT CONCRETE, TYPE ]A, TOP COURSE ONLY (Continued) ITEM A-5 ASPRALT CONCRETE, TYPE 1A, BINDER COURSE ONLY Basis of Payment 0 Payment for this Item shall be per ton of bituminous concrete furnished and placed to the grades, thickness and cross slope specified or directed by the Engineer and shall include the cost of cleaning and mechanically sweeping existing pavement surfaces. E 0 R • ITEM A-6 DENSE GRADED AGGREGATE SUBBASE 1. Description Under this Item, the Contractor shall furnish and place a granular material subbase course of dense graded drybound crushed stone, or other acceptable granular material under asphalt pavement as shown on the plans and in such locations as field conditions require. Depths and locations of this material will be as shown on the plans or as re- quired by field conditions and ordered by the Engineer. 2. Materials The material blend shall consist of well graded crushed stone and shall be the follow- ing mechanical gradation: Screen Size % Passing n U The amount of material passing the 200 mesh screen shall be determined by washing in accordance with ASTM Designation C -117-62T. The portion of the base course blend that is smaller than the 40 screen shall have a plasticity index - 0, according to ASTM Designation D -424 -Latest Edition. The coarse aggregate shall have a re- sistance to abrasion by the Los Angeles abrasion test of not more than 20. Of the particles retained on the 1/2" square sieve, no more than 10% by weight shall consist of flat or elongated pieces. A flat or elongated piece is defined herein as one, the greatest dimension of which is more than 3 times its least dimension. The coarse aggregate, when subjected to 5 cycles of the soundness test, shall have a weight loss of not more than 5% when sodium sulfate is used or 10% when magnesium sulfate is used. The material shall also acheive a maximum dry density of not less than 145 pounds per cublic foot at optimum moisture content when tested in accord- ance with ASTM Designation D -1557 -Latest Edition -Method D, except that the sample used shall retain all of the coarse aggregate sizes. 0 1000/0 1" 90-100% 1/2" 65- 85% 3/8" 55- 75% # 4 40- 55% # 8 30- 45% • # 30 16- 27% #200 0- 100/0 n U The amount of material passing the 200 mesh screen shall be determined by washing in accordance with ASTM Designation C -117-62T. The portion of the base course blend that is smaller than the 40 screen shall have a plasticity index - 0, according to ASTM Designation D -424 -Latest Edition. The coarse aggregate shall have a re- sistance to abrasion by the Los Angeles abrasion test of not more than 20. Of the particles retained on the 1/2" square sieve, no more than 10% by weight shall consist of flat or elongated pieces. A flat or elongated piece is defined herein as one, the greatest dimension of which is more than 3 times its least dimension. The coarse aggregate, when subjected to 5 cycles of the soundness test, shall have a weight loss of not more than 5% when sodium sulfate is used or 10% when magnesium sulfate is used. The material shall also acheive a maximum dry density of not less than 145 pounds per cublic foot at optimum moisture content when tested in accord- ance with ASTM Designation D -1557 -Latest Edition -Method D, except that the sample used shall retain all of the coarse aggregate sizes. 0 ITEM A-6 DENSE GRADED AGGREGATE SUBBASE • 3. Method The subgrade, innediately before the dense graded subbase is to be constructed, shall be compacted to 95% of maximum dry weight density with a 10 ton roller, vibratory compactors or impact rummers. It shall be smooth, parallel to, and at the required depth below the dense graded subbase surface. The subgrade shall not be in a muddy or frozen condition, and unsuitable material shall be removed and replaced with acceptable material and thoroughly compacted. The subbase course shall be kept in a moist condition to allow compaction to maximum density. Six percent (6%) moisture shall be guide line for the ootimum moisture con- tent. Care shall be exercised to see that the voids in the subbase course are completely filled, but the operation of vibratory compaction shall not be such as to cause floating of the course aggregate. Any depressions that develop during compacting shall be filled with subbase material and further compacted until the entire surface of the subbase is true to grade and cross- section. The finished surface of the subbase course shall not extend avove the true grade and surface for this course, at any location. 4. Measurement and Payment Payment under this Item shall be at the unit price bid per cubic yard, loose measure- ment. The contractor must furnish the Engineer with two (2) copies of delivery tickets for payment to be made. The cost of excavation to subgrade and unsuitable material excavation and backfill when used will be paid under their respective items. • 7 0 n LJ ITEM A-7 SAW CUTTING ASPHALT PAVEMENT The Contractor shall saw cut asphalt concrete pavement to establish a straight line where abutting new work to existing. The saw cut shall be to a depth sufficient to enable the pavement to be removed leaving a straight edge. Pavement that is removed leaving a ragged edge, shall be recut at the Contractor's expense. Adja- cent pavement to be left in place which is undermined, moved or damagea past the saw cut line during the excavation operation will be removed and replaced at the Contractor's expense. The Contractor may use at his option an approved cutting wheel attached to grader which is equal to the performance of saw cutting. Basis of Payment Payment for this Item shall be for each linear foot of pavement saw cut in accordance with the plans or where directed by the Engineer. L ITEM A-8 STABILIZED SHOULDER FILL MATERIAL Under this item the Contractor shall furnish and place fill material in shoulder areas in accordance with the lines and grades as shown on the plans or as directed by the Engineer. Fill material shall be compacted limestone screenings stabilized with calcium chloride. Material shall be placed in shoulders in conjunction with the construction of the asphalt courses so that no differentials in elevation occur at the roadway edge that will present an unsafe condition to motorists. Stone screening shall be limestone and may be crusher run provided 100% passes a 1/2" screen, 15% to 35% passes a #20 screen and 5% passes a #200 screen. Screening need not be washed provided they contain no clay, loam or other deleterious material. Screening shall be from stone that passes the abrasion and soundness tests described under Part 2, Section 6, M4 of the General Specifications for "Coarse Aggregate" of the New York State Department of Public Works Specifications of January 2, 1962, as amended. Calcium chloride shall be added to the screenings in either a dry form or in water solution form. Material application rates and method of construction including finish rolling of screenings shall be in accordance with Item 59C of the New York State Department of Public Works Specifications of January 2, 1962, as amended. • Basis of Payment Payment shall be made for the number of cubic yards loose measurement. The Con- tractor must furnish the Engineer two (2) copies of delivery tickets for payment to be made. The price bid shall incl ude the cost of the calcium chloride stabilizer, spreading, grading, compacting, incorporating the calcium chloride and maintenance and repair of the shoulder areas as directed by the Engineer until the work is accepted. • N • ITEM A-9 SCARIFY EXISTING ASPHALT CONCRETE PAVEMENT Under Alternate No. 2 method of pavement construction in high lift asphalt areas, the Contractor shall scarify existing asphalt concrete pavements and compact road metal where existing roadway is to be covered with Item A-6 material. 0 0 Existing asphalt concrete shall be scarified the full thickness, the largest chunk of scarified pavement being 6 inches in greatest dimension. After pavement has been completely broken up and scarified, the Contractor shall grade and thoroughly compact the material using a 10 ton minimum weight steel wheel roller or equivalent vibratory compactor. Basis of Payment Payment shall be at the price bid per square yard of existing pavement that is scari- fied and compacted in accordance with the plans or as directed by the Engineer. 10 ITEM D-1 4' x 8' O.D. LEACHING CATCH BASIN • ITEM D-2 xMANHOLE The Contractor shall excavate, furnish, and install one section of precast leaching ring 4'-0" high by 8'-0" outside diameter with 8" thick traffic bearing top slab designed for H-20 Highway Loading, with openings as required by plans, all made with reinforced concrete. The concrete used in the rings shall have a minimum compressive strength of 4,000 psi at 28 days as certified by the test reports furnished by the supplier from an approved testing laboratory. The ring reinforcing shall con- sist of 6" x 12", 6/8 welded wire mesh, fs = 30,000. The ring shall have a wall thickness of not less than 4 inches. After placing the leaching ring, the outside area shall be backfilled with clean, broken stone of the size and to the limits shown on the plans. The broken stone shall be covered on top with a 4 mil thick Visqueen dirt sealer. All pipe cuts through structure shall be well buttered with stiff mortar to prevent backfill leak- age and shall be finished flush with the inside structure face. The frame and grate or frame and cover as specified on the plans, furnished by the Contractor shall be centered over the top slab opening on a course of solid concrete block and/or mortar as shown on the plans. The frame shall be set to proper line, grade, and slope and be well mortared in place. After the final installation of the frame and grates for the leacing basin and prior to paving, a 10' section of curb shall be placed on both sides of the frame as shown on the plans. The curb shall conform to the applicable • provisions of Item 97- Concrete Curb, of the New York State Department of Public Works Specifications of January 2, 1962, as amended. Basis of Payment Payment shall be for each 8' O.D. leaching basin or leaching manhole, 1 section 4' high, furnished and installed complete, including excavation, dewatering, top - slab, casting, broken stone backfill, curb (basin only), Visqueen sealer, and dis- posal off site of excess excavated material. Pavement restoration, sheeting, and removal of unsuitable material wi II be paid for under their respective items when used . 0 ITEM D-3 EXTRA DEPTH 8' O .D. LEACHING RINGS • When directed by the Engineer, the Contractor shall extend proposed catch basins or manholes (Item D-1 or D-2) to greater depths, not to exceed 8' total structure ring height. Extension to extra depths shall be accomplished using 2' or 4' high rings, depending upon existing ground water table elevations determined at the time of in- stallation. 0 Materials, methods and workmanship shall be as specified for Items D-1 and D-2. In general, extra depth leaching rings shall be ordered at the option and discretion of the Engineer when no groundwater is encountered at the bottom limit of broken stone back fill during the installation of the first 4' high ring (Item D-1 or D-2). Basis of Payment Payment shall be for each linear foot of 8' O.D, leaching ring furnished and installed that extends an Item D-1 or D-2 drainage structure to extra depths. Price bid shall include excavation, broken stone backfill and disposal off site of excess excavated material. Sheeting and removal of unsuitable material will be paid for under their respective items when used. 12 ITEM D-4 REMOVE AND REPLACE UNSUITABLE MATERIAL All unsuitable material as determined by the Engineer shall be removed and disposed • of from under all drainage structures and pipe to a maximum depth of one foot below the bottom of structure and pipe, and shall be backfilled and compacted with suit- able clean fill free from road metal, organic peat or silt obtained on site if available or furnished by the Contractor from a suitable source. The Contractor shall remove unsuitable material encountered during pavement or shoulder excavations where ordered by the Engineer and replace with suitable clean fill, free from road metal, organic peat or silt available on site or furnished by the Contractor from a suitable source. The limits of removal and replacement shall be as shown on typical details. The clean fill furnished shall be compacted by mechani- cal methods. The unsuitable material shall be removed and disposed of off site by the Contractor and not be stockpiled for use in other work on the project. Where unsuitable material is encountered by the Contractor during the course of excavation in driveway or curb areas, the Contractor shall excavate such material when directed by the Engineer to the depth and limits specified by the Engineer and replace same with clean fill free from road metal, organic peat or silt avail- able on site or furnished by the Contractor from a suitable source. Basis of Payment Payment shall be for the number of cubic yards of unsuitable material measured in • place excavated and shall include the cost of dewatering, disposal of unsuitable material off site, replacement with clean compacted backfill including grading and fine grading, and necessary incidentals to complete the work as specified and directed. • 13 ITEM D-5 BITUMINOUS COATED GALVANIZED C.M.P., 18" DIAMETER • Under this Item the Contractor shall furnish and install bituminous coated corrugated metal pipe, excavate the trench, connect pipe to structures or other pipe, as shown on the plans, backfill, with clean fill material, compact backfill, and restore pave- ment surfaces. The pipes shall be installed to line and grade at locations shown on the plans or where ordered by the Engineer. C� • The pipe shall conform to New York State Department of Public Works Material Specification M -23-A. The guage size shall be #16. The pipe installation shall conform to specification No. 11, New York State Depart- ment of Public Works Specifications of January 2, 1962. Basis of Payment Payment for this Item shall be the number of linear feet furnished and properly installed including excavation, dewatering, backfill, including connection to pipes and/or structures, and compaction, grading and fine grading the restored trench. Sheeting, removal and replacement of unsuitable material and pavement restoration as directed by the Engineer will be paid for under their respective items. 14 ITEM D- 9 TEMPORARY SHEET PILING • Temporary sheet piling shall be used where shown on the plans or where ordered by the Engineer. All requirements of New York State Department of Public Works Specifications of January 2, 1962, as amended, for Item 83 TX shall apply except as herein modified; Basis of Payment The quantity to be paid for under this Item will be the number of square feet of temporary sheet piling, determined from measurements made under Method of Measurement The unit price bid for this Item shall include the cost of furnishing all labor, mat- erials, and equipment necessary to complete the York, including all necessary sheeting, and bracing. The cost of maintaining the excavated area from earth, water, ice and snow will be included in the price bid for the appropriate excava- tion item. The unit price for Item D-9 shall be not less than 40 cents per square foot,-bvt may exceed said 40 cents by any amount as determined by the bidder. In the event that a unit price of less than 40 cents per square foot is indicated in the Itemized Proposal for Item D-9 the Town will substitute a unit price of 40 cents per square foot and make • the necessary adjustment to determine the total amount of the bid. If the Engineer, in writing, orders that Temporary Sheet Piling be left in place, payment will still be made under Item D- 9 , but the area, of such left in place Temporary Sheet Piling, to be paid for, will be 1-1/2 times the actual area left in place, measured in accordance with the specifications for D-9. • 15 ITEM E-1 ROADWAY STRIPING • Work under this Item shall be in strict conformance with all the provisions of Section 640 of the New York State Department of Transportation Standard Specifications dated January 2, 1973 and as amended. is • Description The Contractor shall furnish and apply pavement marking paints, including reflect- orizing glass beads thereto, at the locations and in accordance with the plans or as ordered by the Engineer. Payment Payment will be made at the unit price bid per linear foot based upon a 4" wide strip, irrespective of paint colors. 16 ITEM E-2 ROADWAY SIGNING 1. Description of Work The Contractor shall provide and install all signs necessary in accordance with the plans for the project, or as directed by the Engineer. 2. Materials & Methods Road signs shall conform to the State of New York State Traffic Commission Manual of Uniform Traffic Control Devices, and shall be placed in accordance with the some, or as shown on the plans or directed by the Engineer. Sign panels shall be Aluminum Alloy 6061 - T6 or 6062 - T6, meeting all of the re- quirements of A.S.T.M. #8209. Panels 60" and less in greatest dimension shall be fabricated of sheeting with a nominal thickness of .100". The treatment of the aluminum panel in preparation for the application of reflective sheeting shall be performed in strict accordance with recommendations of the manu- facturer of the reflective sheeting and shall include removal of all traces of oil film on the panel, etching by acid or other approved process and thorough drying. Immediately after treatment of panels as specified, reflective sheeting shall be ap- plied to aluminim panels by the vacuum applicator process or mechanical process in • strict accordance with the recommendations of the manufacturer of the reflective sheeting. The reflective sheeting shall consist of spherical lens elements embedded within a transparent plastic having a smooth, flat outer surface. The sheeting shall be wea- ther resistant and have a pre -coated adhesive backing. All colors shall be reflective except black. Photometric and physical requirements, color, surface texture, lens element and durability of signs shall meet the required standards as set forth by the New York State Department of Transportation. The color and sign message, including letter style, of the reflective material for each sign shall be as specified on the plans in accordance with Standards set forth by the New York State Manual of Uniform Traffic Control Devices. Posts shall be square tubes manufactured from hot dipped galvanized 12 gauge (105" USS gauge) cold rolled steel with 125 ounce coating conforming to ASTM Specification A - 525 welded directly in the corner by high frequency resistance welding. Weld shall be zinc coated after scarfing operation. Steel shall con- form to ASTM Designation A-366. Telescoping posts shall be used with a 2"x2" section section at least 4' long with 6" exposed above the ground surface, surround- ing a 1-3/4" x 1-3/4" section long enough to extend to the height of the top of the • sign and V into the 211x2" section. Posts shall be as manufactured by Unistrut Corpora- tion, or approved equal. 17 ITEM E-2 ROADWAY SIGNING (Continued) • Holes shall be 7/16" on 1" diameters over the entire post length on all 4 sides 3/8" cadmium plated steel bolts with lock washers shall be used. 0 • Posts shall be embedded in Concrete, as shown on the plans. The bottom of the sign shall be T above the ground surface at the point where the post meets finished grade. Signs shall have 8'-0" minimum clearance from the edge of road to edge of sign. BASIS OF PAYMENT Payment shall be made at the unit price bid per each sign installed as shown on the plans. A sign shall be defined for measurement purposes as one (1) post, irrespective of the number of message panels on the post. Also included as payment under this item shall be the removal of existing roadway signs where shown on the plans or as directed by the Engineer. Signs removed shall be returned to the Owner. [E:3 ITEM E - 3 EDA PROJECT SIGN NUMBER REQUIRED: 1 TYPE: OPTIONAL - SIGN A OR SIGN B Size: Sign A: 4' x 8' x 1-7/8" Sign B: 4' x 8' x 3/4" • Materials: Face: Sign A - 1/4" Tempered Masonite Sign B - 3/4" or greater shop sanded (exterior) plywood (one side only) Framing: Sign A - 2" x 4" nominal on four sides and center cross bracing Sign B - 2" x 4" center cross bracing only S upports: 4" x 4" x 12' nom i na I post Assembly: Sign A: 2" x 4" frame to fit 4' x 8' board with 2" x 4" cross braces Sign B: To be mounted directly to the 4" x 4" post with cross bracing Mounti ng: Signs A and B are to be mounted to the 4" x 4" post with a 3/8" minimum bolt and nut, four on each side of the sign. Each bolt is to have two washers, one between the sign and the head of the bolt and the other between the post and the nut. Erection: 4" x 4" posts are to be set three to four feet deep into concrete 12" in diameter. Paint: Face: Three coats outdoor enamel (sprayed) Rear: One coat outdoor enamel (sprayed) • Colors: Crimson Red, Stark White and Royal Blue. Specifically, white background; "JOBS" in red; "for your community" in blue; "EDA" logo and "in partnership with the U.S. DEPARTMENT OF COMMERCE - Economic Development Administration" in black. Lettering: Silk screen enamels. Lettering sizes and positioning will be as illustrated. Project signs will not be erected on public highway rights-of-way. Location and height of signs will be coordinated with the Engineer. If, at the end of the project, the sign is reusable, it shall be disposed of as directed by the EDA Regional Office. Basis of Payment Payment shall include all necessary items of work needed for the proper installation of each sign as called for by the specifications. E 19 0 0 0 2-- A'/,,-:4 SC IVI 7 Z.- til_ I Z! F 10 4 ON AV` . ...... . FOOTING DETAIL fl� 4 ' --__-'-------�-------- ----- r ^�~ | \ | | � _-'--------'---'---------------------'-----------'----------'--|-- | . 4x4 pt!7-S7`--> | | ~ --__-'-------�-------- ----- r ^�~ | \ | | � _-'--------'---'---------------------'-----------'----------'--|-- | . 4x4 pt!7-S7`--> ASSEMBLY OF MASONITE SIGN 21 0 0 ASSEMBLY OF MASONITE SIGN 21 0 0 LI 11 SIGN -B - ASSEMBLY OF PLYWOOD SIGN 22 ;I.S'fl ASSEMBLY OF PLYWOOD SIGN 22 N W 11:1 moi' '�-�E � ;�S�r� ,�`": S. �,_,;,`�„ �'w•�� •'� - .kms•^ � S � -,y.� �'oldu U, - L-1191, "'J—U, U 6 In partnership wtn the U.S. D'EPARTMENT OF COMMERCE� teem C Economic Development Administration 0 0 0 i ITEM G- 1 - MAINTENANCE AND PROTECTION OF TRAFFIC All requirements of New York State Department of Public Works Specifications of January 2, 1962, as amended, for Item 76 shall apply except as herein modified: 1. Description of Work lhider this Item, the Contractor shall maintain traffic and protect the puhlic from damage to person and property within the limits of and for the duration of the con- tract. All work under this Item shall be in accordance with the contract documents and/or as ordered by the Engineer. 2. Materials All necessary signs, barricades, delineators, and other warning and guiding devices shall he cis ordered and approved by the Engineer and will remain the property of the Contractor. 3. Construction Details a. Where drainage lines cross streets, not more than one half of the street shall be opened at one time. b. The Contractor shall conduct his operations to insure a minimum of delay to traffic. Flagmen will be required in areas where traffic is restricted while construction equipment is operating. C. The Contractor shall provide and maintain at all time a safe and adequate ingress and egress to and from homes and property. d. All signs shall be kept clean and so placed as to be effective both day and night. Signs, worn ings,deIineators, and barricades shall be used to adequately inform the motorist of any unusual or potentially unsafe condition and to safely and clearly guide him through or around the construction area. All signs and barricades shall indicate actual conditions existing and shall be moved or removed immediately as conditions require. The Engineer may, if conditions exist, require additional signs and/or barricades. 4. Method of Measurement The work of maintenance and protection of traffic shall be paid for on a lump sum basis. In the event that, in the judgment of the Engineer, traffic is not maintained adequately and/or safely on any day, no payment will be made for maintenance and protection of traffic for that day. The amount of such daily non-payment will be determined by dividing the lump sum amount bid for this Item by the number of calendar days allowed for completion as desig — in the proposal without regard to any extension of time. 24 ITEM G-1 MAINTENANCE AND PROTECTION OF TRAFFIC (Continued) 0 4. Method of Measurement (Continued) If the Contractor fails to maintain traffic adequately, the Town of Southold may correct the adverse conditions by use of Town forces, augmented, if necessary, by such other equipment and personnel as it may be necessary to hire, and the cost of the entire work by such forces shall be deducted from the monies due the Contrac- tor on this Contract. The cost of such work shall be, in addition the the daily non- payment deductions, listed above. 5. Basis of Payment Maintenance and protection of traffic shall be paid for on the lump sum price bid for this item, less any deduction for unsatisfactory accomplishment as determined under Method of Measurement. The price bid shall include the cost of furnishing all labor, materials and equipment necessary to satisfactorily complete the work. The cost of furnishing water equipment, applying water, furnishing and applying calcium chloride and providing power operated sweepers, as ordered by the Engineer, shall be paid for under the price bid for this item. The use of Watchmen services is at the option of the Contractor and no additional payment will be made for this ser- vice. 0 25 a ITEM H-1 SLOPE EXCAVATION & LANDSCAPING Description: The Contractor shall excavate and landscape shoulder and slope areas on the right side of Main Bayview Road between Station 89+50± to 92+00± in conjunction with the pavement widening as shown on the plans or as directed by the Engineer. Prior to pavement widening, the Contractor shall notify affected homeowners of work to be performed. Contractor shall confine the work to within the roadway right-of-way and shall establish homeowner property lines in affected areas accordingly. Existing landscaping as directed by the Engineer shall be carefully removed, healed in and replanted where directed by the Engineer. Plant material and trees not designated to be replanted will be cleared, grubbed and disposed off site. Road section shall be neatly trimmed to a maximum 1:1 slope and shall be stabilized with jute mesh or batter boards, topsoiled, limed, fertilized and seeded according to standard nursery practice acceptable to the Engineer. The Contractor shall water grass and landscape materials and stake trees and shrubs as necessary. Payment: All necessary work required to excavate, stabilize and landscape Road Section beyond the proposed pavement edge between the specified stations shall be paid for at the lump sum price bid for this Item M -- -fL7 q y. Z. ri �SuVV11-1 V�TA.�r.hxar LENGTH OF PROJECT 2.1} MILES A!F INDEX NOTE: Adgw%& 0 ALL MATERIAL AND WORK PERFORMED UNDER THIS CONTRACT SHALL BE IN SUBSTANTIAL CONFORMANCE Approved, Pursuant to Highway Law Section 193 SHEET NO. DESCRIPTION <11 4- WITH THE PUBLIC WORKS SPECIFICATIONS OF JAN2.1962 0 OF THE NEW YORK STATE DEPARTMENT OF PUBLIC WORKS PLAN STA. 9 t 00 to 4 3 t 00 0 LANE AS AMENDED, UNLESS OTHERWISE NOTED ON THE PLANS OR IN THE SPECIFICATIONS, R.M. Kammerer, Commissioner of Public Works 2 PLAN STA. 43 t 00 to 77 t 00C'\k PINE Suffolk County Dept. of Public Works 3 PLAN STA. 77 t 00 to I 10 t 00 4 PLAN STA. 110 t 00 to 120 t 00 -- -fL7 q y. Z. ri �SuVV11-1 V�TA.�r.hxar LENGTH OF PROJECT 2.1} MILES INDEX NOTE: 0 ALL MATERIAL AND WORK PERFORMED UNDER THIS CONTRACT SHALL BE IN SUBSTANTIAL CONFORMANCE Approved, Pursuant to Highway Law Section 193 SHEET NO. DESCRIPTION <11 4- WITH THE PUBLIC WORKS SPECIFICATIONS OF JAN2.1962 0 OF THE NEW YORK STATE DEPARTMENT OF PUBLIC WORKS PLAN STA. 9 t 00 to 4 3 t 00 0 LANE AS AMENDED, UNLESS OTHERWISE NOTED ON THE PLANS OR IN THE SPECIFICATIONS, R.M. Kammerer, Commissioner of Public Works 2 PLAN STA. 43 t 00 to 77 t 00C'\k PINE Suffolk County Dept. of Public Works 3 PLAN STA. 77 t 00 to I 10 t 00 4 PLAN STA. 110 t 00 to 120 t 00 DEDUCT ALTERNATE NO. I STRIPING PLAN GENERAL NOTES v HAMLET 0 F. 5 PROFILE STA. 10 t 00 to 33 t 00 SOUTH OLD Al Albert Martocchia, Town Supervisor Date 6 PROFILE STA. 33 t 00 to 58 t 00 y NORTH BAYVIFW ROAD 7 PROFILE STA. 58 t 00 to 84 t 00 U) Q7 Prepared and Recommended by 8 PROFILE STA. 84 100 to 102 t 50 U) Greenman, Pedersen, Associates P.C. 9 PROFILE STA. 102 t 50 to 119 t 50 C-) 0 4 L) 10 j DETAILS AND TYPICAL SECTIONS 0 > Herbert M. Pedersen P F. Date AND ALTERNATE NO. 2 1,000 0 2000. 4,000 Approved by yll TABLE: OF EX 0 ISTING PAVEMENT ELEVATIONS SCALE: I INCH.= 2.000 FT. Town Superintendent of Highways LOCATION MAP Raymond C. Dean. Date EDA PROJECT N2 DI - 51 - 22357 A >- 0 C W LU Y W Q � v n MArGN /8 " 0. M. P. /2" White ,5tr1;0inq 6" Whifc Jtri/nil TYPICAL INTERSECTION STRIPING PLAN ITEM E -I NO SCALE See Note # /6 New Pavement Edge . t -widen existing road. Set smooth new pavermenr edge {{ ans ?5 A. 5E. M.PH. by 5cai/n9 o ^- \ w -2-R 1 t • � ��.. n'io I SHEET I TOTAL NO. SHEETS W-161 / ISI IO' — Re !o ca to utility polc3 min. ° W 3' off proposed pavement 38 L I -4D-a I o I 2 ,-dye,. See /Vole # /2 (Tyo.) I o I o I UII NY.T I I I I 9th J NYT 6 . 6 J 55 # 9�_ nernove X 7 ;564 l I I -o- ------ -- 54 v K � 1 NYT �i Sign 1 a #05J h ;°o _ �___-- 53 - Q -O �sP —� ILA� Apron - -� ,1 n YT TG. 96.70 W 1 o aY 3'f Ne c.B. povement o- 51 h. _ _ asP� \ �ht� ''• EC/9Y-- ayr33 5/9n ASon J .�J� 00 —� "Z" 61-ripin9 6" White (Typ.) NQS Q 47 Sfri/o in9 6" White (Typ) W M t I 0 a o 100 , 3-9/ 'End of Broken Asph. J__ cYQ.-Sreet U5 5 _ 56 L ' C/G x.99 �J .x,21... °s �1 �S 77 >fi.00 o tYP. \ nub , Si9n �- Gey w. 97.30 ¢ NYT. R-1 Q2 97-1 a l LU I> T 1 ' � Q NIox.50' R-2co� 16" Stop hors. W I NYT C m C.M. T. *,f7 US, I 0 -0- -0- 1% 66 67 U a G./G. G aY 18XI -0- -o- MAIN Reconstruct Road (Typ.) (5hoded areas) See Typical Pavement .5ecti Sheet # 16 N.Y r. �f9 69 New ,poo 49 81- la"cM.P ROA D B AY VIEW • S — — —o0o c•a. T.C, 00 \o t? Equotion Stotion -46t86 bock = 47f00 A heod 12 " White S tri 7' J p in 9 � Yp� z 1__T 0 I Proposed Signs (n I ' Iterm E- 2 _ C TYp) �- I a Cnn x I � y 9,.04 90.80 , 6/6 � /4 U� O C1 N.YT. L/G x 12 ,V91. 15 '11.15 I Street �Q Aspic. Sign / Apron 59 60 -too 6/ a n -0- C. UG BAYVIEW X435 `O 1 181 t ICI¢° QQ �Q COAI. \ ` COM. "c mQ MAI N UQ q3,.h. DI- oiw\ NYT ;P5 / 7/ 72 A5ph� Q ASph. U - Apron Apron Y�� A5ph. 14- I Apron 0 0 *51A BAYVIEW I (n I- 2 G/L / X44 s N. yr. -O �¢ C.M. 62 63 64 0— ...................... Be/yu Cube �cum 9 Curb—� Block\O��\ Curb ROAD Srreet Meet exIstin g grades. �� IIx x SII I .8 W o I ZE u N ak 52 o ul I l oI NYT. S4 J 72 t 9 9.5 9 _ 74. 75 T.G. o I IOQ I I O R 0 A D N.Y. T 5 5 k1 -o- \ I 76 '77 yl m e \ srreer � TOWN OF SOUTHO' " SpmW I MAIN BAYVIEW ROA NY. T. ,0� 46 DAT, 77 - 6002 C 1 _ 40' OCT GREENMAN-PEDERSEN, AS, CONSULTING ENGINEERS BAD J 65 66 U i Q O m. u Q m I 11 o N.Y. T 5 5 k1 -o- - J 76 '77 V m e Idol TOWN OF SOUTHO' " P L' MAIN BAYVIEW ROA DRAWING NO. SCALE: DAT, 77 - 6002 C 1 _ 40' OCT GREENMAN-PEDERSEN, AS, CONSULTING ENGINEERS BAD 1 I t a k L. 1. L. ,/87, Hya s 8 _ _ -- M. H C.d. -0- _� 62 — v t '8 ...,; ,•s�.Fx:,'�.••C;:�= �" �;.=-�;at�+�=i"--•�^�:.r .�,�� :.ate. 1 b T.G.66.o Q � Isigh �I W I _ 69.48 ' 1 0 I� L./.LN. Y.T. n IV. Y T -* G-.1 � k/ A/V-o- -o- iG 7 w �3 84-o- ---- �+ / + — `�""" BAYVIEW -�� Broken MAIN \Asph. p. �}` GO s 5i9r' � Fb le I I ^ ----- m C 0 ki I Rcconsf'rucr ebcyd (Typ.) (shaded areas See J Typico/ Povernent Section Sheet # /O I Relocal`e Existing Sign. I IQ a 0 Sign relocated ospe Sheet #4. ' I W Standards. See DetaV New Pav't Edge • /17.70�r -1 NY.T'117.7 pole _ _ GG N -O- ��- -- �4 //6.03 o - B III- Za - Pole to L7e 41 .9p, o - O NQS_ v -- New Pav't Edge. CA GG 1A NO +q P. G.� 1; •• • 91 �---------------"113 Top of Bonk (ryp� HA W K EES ,f Remove Existing POven7ent pay Items A-2, A7 A-8_ 4, L.I.L. I I Q I New Pav't Edge O '2++4 l•'i..r '-+-w;-�-..iY�•�•.'+a+M1fRICr.:sF•`Y'�.�i.�' -•c ys�Nw.�"Y+Y'Y'F�t,:s]M''iY•leYi � V 7 �- - + Asp - �.__ W..,.. DD Apron R O A D 68 Apron O o� ,C DANGEROUS INTERSECTION Q W- 175-G Q f' W -11-H. Proposed Signs Item E-2 (Tyo) W-11• L.1.L. 1 l r.9 4 O I — . .,., N.Y. T. NXT N.YT N o �gAYVIEW ROAD ,e -171 X72 a �M A I _ Q �GLEMEN5 Q O SCI QI As ordered by EngineerRelocate utility /no/e and Between Stq. e9t5o � 92too t Street sign min+ 3'off cdqq _ a 7 �Pe rode bonk ons /: / Mox. slo e of proposed pov Wldcn existing road be9innin 2 off ovt• ed e. Prov de cost of sign reloc. in price % Set smooth new jute mesh, batter boards and bid for /tern E-2. See povernenr edge by grass seed to stobi/ize soil. Note # Ie. scaling off p/ons p/ant material of value and 0: f, A -0-5E. designoted to be coved by Engineer Remove concrete wo/l 5't p sha// be tronsp/onted A.o.B+E, clear of pav't edge, regrade Clear and grub a// other material r -e.3 ore driveway A.o. B-E . Q COst of this work, including mesh, Payment to be included in Seed, landscaping, ferli/izing and f/�e price bid for I1�em H-/ �Typ•) woterin of /ants /n /um sum ` price M for tem H� /,"Slope Excovotion \� and (,ondscoping. (, I V , � � p 93.99 93.9/ e� 4- 93.61 92.55 N.Y. S 93.47,( O conc. N.Y. T. O U Q S_ — l04 c B 105 10G I /OZ 25'- /B"C.M.P /03 T.G. 93.4'5 { D ---_- \ / 7 --__ — --_ _ J t ♦ {� /0(5 --- Q /o/ +' � -� -r .. 9 � 100 + � -o- N T -o- c.e . N.Y. T. 78 N.YT• -O L 92 20 -* 77J -jO n8 -+- -0- Pb1C - -�' 1. ExiS tin T G• . 7JJ - N• Y• T. -o- , G 1 �- , N.YT /V.Y•T Alpha/t N.Y.T. N 7-4 # 7GG vo//e)' Gu7�er. f32 v Q 1 MAI N 0 BAYVIEW • UNDER ALTERNATE # I END FULL RESURFACING Pa OTA /09 t 25 r UJ 99 UNDER ALTERNATE #I FEATHER A5 REQUIRED TO PROVIDE PROPER DRAINAGE � MEET EX/STING PAVEMENT GRA DE5 AT .5TA.IlOtOO. / ov uIUIU 0 I SIGN 8� I Min' I telescoping 1 I of I'p � V o RO -- " Ili_ ASph. ,apron 4P6 Z C�\�_ 110 Uri/%t Relocate y Pole Pole 3' CMin.) off -f 63 proposed eddge of / pavement / I' cons eruct Road (TYP) See Note e v 5h ad ed areas) M.P. H. ( W -5-R propos 2 Sign W a6 i Item E (yp.) ,see Detoi/ Below . For location, size, No. of signson post f rnessoge, 5 ee p/ons. Sign size � d15Cr-1;0ti0n per N.Y5. stds. See Note # /6. "X 2"Post Grade 3 C.F. t CO, -7C- foorinq. m , /Z"x / 2" ITEM E-2 TYPICAL SIGN DETAIL NO SCALE U Q 0 O Z RNA1E No.i EQUc� ANTE L1MlT _ � Posted Speed forsigns W-16/ will be determined by the Engineer after the aspho/t over/4y is comp/eted and field tests Performed. L.I.L. s J /1 -o- Proposed Pavement 1 New ,goad so. 1VAVew Pavement Dirt .. Edgc to 5v� Widen exl5 fi�?9 rood. new, -9/7700//7 �P.n ve edge by 5 co / 9 anal z o B. E _— NOTE: THE BASE B/D WORK SHALL BE BETWEEN STAT/ONS 9 t oo t TO /20 t oo t. ALTERNATE- No.l. BID SHALL BE FOR THF DEDUCTION OF 7'HE• COST OF WORK FROM THE 8A5E B/D BETWEEN STAT/ONS 110 -t -00--t TO Ie0 t OO f W Q' o W Broken 4" Note : See plan sheet; * e for striping of Boywoter Ave. Intersection. ROADWAY STRIPING PLAN ITEM E -I NO SCALE �2 cyP c, e. 9 7, . r_ eASE ICS ago DEDUCT ALTS . R NAT E No I END A S PHA L T FEATHER/NG MEET EX/ST/NG PA VEMENT GRADE. G E N E R A L � � I r rn -/. The Contractor is cautioned to ovoid disturbing ony existing N Any trench, pit or other excovotion Phot is open ono' Q fences, hedges, trees, mai/boxes, etc., that ore odjocent to ^ N t0 unattended sha// be protected with fence, barricades or the construction site. The cost of repairing or odjustinq V) Z O 1-4 W Cr hi W n Z v O yellow ¢Stripe W Q W V) Q 041 Q� Ct W Solid 4" yellow stripe (Typ.) FI O m ' W Q o W a notified .that no vehicles in excess of the limits set by o O O 4.. V) N N to fire apparatus at all times. No obstruction shall be placed public roads. '0 tn within fifteen feet of any such hydrant. //. C) Z o� ------o------- N m Note : See plan sheet; * e for striping of Boywoter Ave. Intersection. ROADWAY STRIPING PLAN ITEM E -I NO SCALE �2 cyP c, e. 9 7, . r_ eASE ICS ago DEDUCT ALTS . R NAT E No I END A S PHA L T FEATHER/NG MEET EX/ST/NG PA VEMENT GRADE. G E N E R A L � � I r rn -/. The Contractor is cautioned to ovoid disturbing ony existing N Any trench, pit or other excovotion Phot is open ono' Q fences, hedges, trees, mai/boxes, etc., that ore odjocent to ^ N t0 unattended sha// be protected with fence, barricades or the construction site. The cost of repairing or odjustinq V) Z O 1-4 W Cr hi W n Z v O CO U o// roadway permits required. W V) Q 041 Q� Ct o' m. 0 FI O a W Q o 3. A// fire hydrants within or adjacent to the construction a notified .that no vehicles in excess of the limits set by 4. limits shall be kept and maintained reodily accessible V) the Vehicle and Troffic Low will be a//owed on ony to fire apparatus at all times. No obstruction shall be placed public roads. within fifteen feet of any such hydrant. //. C) Z o� ------o------- N m o 00 o N 04 Uj fall on or neor the existing road boundary. These markers cc i ore to be retained. In the event these mol -kers are rernoved, broken or destroyed by the Contractor, they 5holl /Z. The Contractor shall notify utility Companies and be reploced by the Contractor at his own expense with 41 arrange for the re/ocotion of ut/l/ty poles where Shown markers of equal size anal quality. Cc Z onthe plans,. Application sho/l be mode by Contractor Z we // in advance so os not to delay iorogress of work . 5. /t is the Contractors responsibility to verify the location No direct payment w/// be made for this work. Cf) Q � Q by the Engqineer when feosible /n order to minimize conflict /3. C/eon up during the course of his operations , the Contractor with exisfing utilities. 'No responsibility is assumed :for the J W possible existence of subsurfoce uti/'ties not shown on a// times. At the Completion of the work covering the p/ons. Note : See plan sheet; * e for striping of Boywoter Ave. Intersection. ROADWAY STRIPING PLAN ITEM E -I NO SCALE �2 cyP c, e. 9 7, . r_ eASE ICS ago DEDUCT ALTS . R NAT E No I END A S PHA L T FEATHER/NG MEET EX/ST/NG PA VEMENT GRADE. 0 I G E N E R A L NOTES -/. The Contractor is cautioned to ovoid disturbing ony existing 8. Any trench, pit or other excovotion Phot is open ono' fences, hedges, trees, mai/boxes, etc., that ore odjocent to unattended sha// be protected with fence, barricades or the construction site. The cost of repairing or odjustinq other approved methods . No direct payment will be mode onysuch disturbed oreos,, os ordered by the Engineer, for the work. W/ be of the Contractors own expense. 9. Pur,Suant to "High woy Low /36" the Contractor will obtain Z. All new drainage structures shall be left clean and ready o// roadway permits required. for us e at the end of the protect and the Contractor is cautioned thot materia/ spll/age sho/l be removed including /o. The Gontroctors attention is directed Ab the Vehicle and concrete, asphalt and topsoil. Traffic Low of the Store of New York in regord to,the a size and weight of vehic/es. The Contractor /s herein 3. A// fire hydrants within or adjacent to the construction notified .that no vehicles in excess of the limits set by limits shall be kept and maintained reodily accessible the Vehicle and Troffic Low will be a//owed on ony to fire apparatus at all times. No obstruction shall be placed public roads. within fifteen feet of any such hydrant. //. The Contractor shall provide and rnaintairl .sofe 4. The Controctors attention is directed to the existence of ingress and egress to all existing driveways, roods and praperry line markers, pipes, monuments, stakes, etc., that bul/dings of oll tunes ono' .5holl not use ony such areas Uj fall on or neor the existing road boundary. These markers for storage of materials, equipment, etc. i ore to be retained. In the event these mol -kers are rernoved, broken or destroyed by the Contractor, they 5holl /Z. The Contractor shall notify utility Companies and be reploced by the Contractor at his own expense with arrange for the re/ocotion of ut/l/ty poles where Shown markers of equal size anal quality. onthe plans,. Application sho/l be mode by Contractor Z we // in advance so os not to delay iorogress of work . 5. /t is the Contractors responsibility to verify the location No direct payment w/// be made for this work. of a// utilities. Changes /ri invert elevations will be mode Q by the Engqineer when feosible /n order to minimize conflict /3. C/eon up during the course of his operations , the Contractor with exisfing utilities. 'No responsibility is assumed :for the shall keep pub//c roads clean and free of debris, d%rt,etc, at possible existence of subsurfoce uti/'ties not shown on a// times. At the Completion of the work covering the p/ons. Controct, the Contractor sha// cleor all areas of construction debris to the satisfaction of the Engineer 6. surveys {or line and grade for P/ e, structures, paving y and leave the oreo in a neat, orderly condit'/on. Curbs shall be the responsibility of the Contractor. Vcrl'ir-ol and horizon/o/ control points will be established /4. Where existing utilities conflict with the proposed work the by the Contractor prior to the Start of work, from bench contractor shall verify f contocl` the owning companies. When marks described on the plans. If requested by the Contractor, adju-51`men45 ore required. No oda'itionol payment will be mode oddit"ional control informotion wi// be Supp/led by the for this work. Engineer. 1 7 The Controctors ottention is directed to the posS/b/;lity of /5. Cross sections of rhe povement' work ore avoilab/e for inspection of the office of the Engineer. The conditions encountering ground water during the construction of the project. The Cost of ony dewatering o�oerotions Shown and quantities derived are estimated and notactucl, ore to be included in the Prices bid for the various and, in any event they tyre not to be deemed or considered contract items. by the Contractor as a worronty or representation of octuo/ field conditions or quantities. /6. All signs, pavement markings and other traffic control devices /nstolled in occordoncc with the Monual of Uniform Troffic Control Devices, New York Store Deportrnentof Transportotion. 0 I 0 r /00 Feofhcr /0 tilcef 99 EXiSfiog Pavcment E/eV01/0175 - 5CC 5147ccl 0 /. Pro oo5ed � /00 L90 i 08 / 57 / Ex45 rli7 y / 196 / Exis/ir7y Cf: Edgc of Existing // Povcmcnt 95 ,Pf Edg'e o7` Povernar7t i � � N J4 Dotam E/cv ,9,3 �� � ac � 4-zJ3 /O 97 9G 95 94 /05 r -1/06 /04 }- - j /04 /// /03 Propased &U.,S in9 /00 l We /O/ Edgy of POverr7ent Ex�sJ`iry kit Edglf o/ /00 - / POVCMCnt /00 N N h 0 0 Lou E/e v 9B 98 98 /Z /3 Exl5tiny / ��� Fxis7`/ny Gf Edgc of Povcrncn f �__ /07 /07 /OG o / /05 t;j o 104 lk3) Iva) ►� No o� r. �^ �� No �v vd ^� r\� N �0 O h0 G N �b t0b b^ Nh b N v0 n O p O O O O O O O p 0 O O p O O O O O O p 0 p 0 D01u/77 E/OV. /03vv � +: v 4t v� � � v� � v� /3 /4 /5 /G /7 /d /9 ZO el /DO /00 t � /08 ��_ �� Pr0005ed /od ExiSrir�-9 /07 /06 �X;Sr;,,9 Zt Eo'gc of PovC1774fn t \\ 100 /05 /05 /O¢ Exi6 r%ny P7`. Edgc of Po vcmcn t \ /0¢ \\ /03 /03 0 \ N N RN IG � 1 b' v ^ \ Ito o O � � ^ ^ h n N IS)� 00 Nth t, ^ n n N V V h In b b Cf ootumE/eV./a/ �� 2/ ZZ 23 e4 Z5 ZG 07 /03 /03 /00 �� /Oz � PropoSCd � /0/ /00 � � � Exis/`in /40 ExisrIt79 L f Edge 07` Po VcrnCr7l" Exis tinny ,P7` Edgc of Pavement o tcj Ns N) O h h h c> S" NN Jnr. vo �N m o tiv ob �N ►ntT) 00 o°g 0 o��� S" �� 97 Dof1177E/ev97 k 97 e7 ed Z.� 30 3i 3Z 33 ni O � h 00 v - Pro posed E"/cvofi0/7 of Zeft ar7d R/iq < Edgc of FoVemen f and �t (TyP1;foi) mor E"XiSfing Povemcnt E/ev0110175 9ce 5/7cet ,� 11 NOTE= W12ere PrOOOeCd GrodCS and EX/51/n9 E/evofion wou/d Product an Overlay Of Ie.55 117017 3/5t " fhe Pro oo5ed GrOdC will be AdjUSfed /o i"%e/d o 3/¢" Min . overlay- I; Oro -05 /oo \ \ Praoo5ed /oo 04 �� Proposed Ex%s ting Lf .Edge of Poverncnt \ \ ` If Edgd Of PoVCmcnt Existing 93 \ Exis ring \ \ 9B Ex1:5n9)Pf Edge of Povcment \ \ 98 �Z Fx;sT�t79 �Pt. Edgc of ,Povemonf \ \ 00 97 \\\ 9? Ni - 00 9p 90 N n h h O b \ b n b 0 O n b'h O O O O N n h c -,V q p v O v N v� �O BOO pO n `On mac• °�h is h b tl' �`y �m ,� � �: ,�: y: y: y: � � •� � � � Q� .��. � .�,..� n p ,6),. 95 Dotum F/e1 95 9 0o%[Jm 5/OV. 89 v 4� v `' v 4� 4t v 4�t v v 4c 8 ' 33 34 35 3G 37 37 09 39 40 4/ 4Z 4.3 06 95 94 92 9/ P RM \ ,Pf Edgc of PovemCn t - E.ri,s ring — —� \ � Exis7"in9 / �\ Exisrin ,Pt. Eo' c of P ve ent / y g o m \ / \ / Existing Exisr'in9 Lf Ed c o� � � �/ 9 a Edge of Povement - Exisriny C\ju b p N h v b b n; nj G b ni b 'M: b� O �b �N 5 N bN bnh0 Om N�o �h Dofum E/ev.d9 vqz �� �p� v0� v� v4� v4� v4c v� v� �k v4c vp� v4c I� v� v� v� �� �� v4c v4c v4C v4t vpt 45 gG 4d h - Propoeed E/evof/on of /eft and ,Pighf Edge ol P0Ve1?7c171 cnd � (Typico/) For EXI eth?g Pavement E/evofions See Sheet -"// NOTE yvherc P/'OpO.Sed Grodes 077d E"XiSfirng E/eVO f/On,S YVou/d R-oduce on O vcr/oy o/ /e55 fhon 3/4 1/7e propoScd Grade wi// be 4d1z161ed 710 y/e%' a 314 // 0/n. dver/ay. 06 05 M 93 9Z 9/ 90 819 Y 0 Ca W n 0 W Y Q Q w V V Z 95 d 94 \ 9¢ RZ F'd-qe of Pavement - Exi5 r117y 93 i \ Existing ,Pf. E'o'ge of Pavement Existin9 Lf Edge of P0✓CMf1-7t 9� Exis7`'i79 Lt. Edge of Pavement 90 00 N ^ ao O N lV C) n N O n n V n N � � --� 'n n; b qi N ni �i ni Its � d9 l9 �N N tm OG) bC} h� m� �°� �� �� �h O� �N c�� n) •per dc- � a v oh m ''� �N m m tiff NN Ai Ai tV Ai ni N b n n n n b n n n i n n nn 6� n s� n a� n (n- s� n n n e� n� p n n n (� n 6� n b b oo b V OC 4C V V V' V� '��. �. ��• `c v'\ VQc V� •�`C V y V�: V `l v� v� vQc '<� y.� �( ►: "+: +� '� ootom5/c�dd �� �� �� v� j� d8 ,JB ,59 Coo G/ �oZ G3 G4 G5 GG Col Gd G9 70 7/ 72 94 93 90 9/ 90 0,9 m d7 dG 73 a Gt. Edg c of Povcment - Ex%s Tiny Propo9ed � - Povemen t - Existing / Exis ting hb b� n� �b c� b l7 �h O V h 6j ti m N b ti V O N �cj ao 0 ap b O b b N p ao v 4c v 4c v v v 4� v 4c v Qt v v v 4� v p� v v 4t v 4c v v 74 75 7G 77 74 f 79 M 94 �3 0 v - PQ700sed E/evofion of Leff and Right Ede o/ Pavement and � ?7-yp/c,/) �l For E'xi5f/ng Pavement E/evofions ,yec Sheet #// NOTE 90 W17ere Proposed Grades o17d Ex/511i 7q E"/evotion wou/o' ProdZIce on Over/oy of /e55 than 3/4" 1/7C Pro oo9ed 01-OdC rvi// be ,4dlc/5 ted fo y e/d . ovc��oy d9 N � V e7 ap b ft) a O h lzi �� vOc v4 do Y 4 14 loo loo /OG /oG /// 111 llG Propose116d 99 99 //o ll0 Prop 05cd 98 98 /04 /04 /09 i l o0 Proposed —% // ,Pt. Edgc Of Povcment-E,'ristiny. Proposed � ' / . � Existng Ex/stiny / 'el Edge of / \ 97 Gt Edge of Pavement , / 97 /03 /03 /0d Pavement lad //3 // \ //3 Ex;sti/79 • :sti' � 96 / Ex;s1`/�9 9� /oZ Gt. Edge of / /� /oz /07 /� /07 /lz Cf Edge Po me x� n9 \ Pe PCVC/77Cn t , / 95 , / 95 /0/ %/ /oG � l loo /l/ / Exi stin y Pt Edgc of Povcmcn t \ ,Pf Ed e of Povcment / ,Pf Ed c of / - Povcment / 94 9 94 /oo / 9 loo /05 /05 /lO o Existing Gt Edgc Of Pavcmcnt c� Ex%sting •o / PoVO/77Cnt / Exi.�tiny. q / 93 p 93 99 b 99 /04 N /04 /09 - /09 oo Zs �� n� v� �� vp� �� v� �� �� �� 92 Do/um E"/ev 92 �2 98 DOI`u�rl lCl/ 98 " 9B /03 Data Ele%/03 NJ /O3 /06 I DOt[In7 E/Cv 1015 84 d5 d G dG 67 87 dd 65 89 90 9/ //0 //O /09 /09 /07 E -xi 5 tin g Exis ting /07 Ct. Edgc of Povcment —/ Existing ,P/ Eo'ga a/ Po vcrnent \ /o'; f /O4 o o O o � /03 N) /03 0o O� p0 00 /oz oolum � �E/ev/o2 � /oz /05 /04 /03 /0Z /O/ /00 99 /05 99 � � Proposed � C t Edgc of Pa vcmcn t - Exis ting � Existing. &W—inq Pl. Edgc of Pavement ��` /o/ INI /00 99 od 97 9G 95 M 93 99 \ \\ Ex�stin9 \ Proposed � \\ 97 \ Edgc of Po vcmcn t - Exis ting \ \ 95 � 94 9,3 Existing ,Pt. Eo'gc of Povcment � \ � n n 4 N p � � �� � N ►h � h� N� c� ao cn n n n Q n S/ Ni Nilk 1-41 Nik ,fid 95 /00 /o/ /oe O vh 00 P/'opo5ed Elevation of Left and ,Pigh t Edge of Po vement and -� (Typicoi) For Existing Povcment Pevotion5 5cc Sheet #ll NOTE /Nhere Proposed Grode.� and Exi,�ting Elevo/ior�5 `vou/d Prod�cc on Ovcr/oy of less /,ho/? 3/4' f he PrapoScd Grode rvi// be 4d�c/stcd to yc/d o 3/4" /V1in, overlay. o N V O o O O o 96 mN NN vh �� �� 4 D O 0 0 p 0 O 97 Datum �E/cv. 97 v 9� ,9.5 9G 07 od 97 9G 95 M 93 99 \ \\ Ex�stin9 \ Proposed � \\ 97 \ Edgc of Po vcmcn t - Exis ting \ \ 95 � 94 9,3 Existing ,Pt. Eo'gc of Povcment � \ � n n 4 N p � � �� � N ►h � h� N� c� ao cn n n n Q n S/ Ni Nilk 1-41 Nik ,fid 95 /00 /o/ /oe O vh 00 P/'opo5ed Elevation of Left and ,Pigh t Edge of Po vement and -� (Typicoi) For Existing Povcment Pevotion5 5cc Sheet #ll NOTE /Nhere Proposed Grode.� and Exi,�ting Elevo/ior�5 `vou/d Prod�cc on Ovcr/oy of less /,ho/? 3/4' f he PrapoScd Grode rvi// be 4d�c/stcd to yc/d o 3/4" /V1in, overlay. c Y 0 97 9G 95 94 93 9d /o/ 97 /00 95 196 9¢ 97 93 196 A/tcrn otc */ DEDUCT AL TERNA TE No. s TronOitior7 Arco SEE NOTE SHEET # 4. ,JCC No fC I 9/7cct Proposed ¢` dop i Pf Edgc of Po vemen t - Exis tinq Existing Lt Edgc of Pavement 95 94 93 JZ 9/ 00 B7 /03 /04 /05 /oG /O 7 /O0' feofher, fo &ieting 17OveMC/71 E"/evofions of .c; /i /7,m 1 n O °o T h nC) ar� �" elev. 04v 95 93 o //o /// 10- DEDUCT ALTERNATE No.1 SEE NOTE .5HEET 04. NOTE Onder ,4/fcrnofc � Pro vi do o Tron9ifion from Fu// ,Pe9urfoc/17g . of eta. /09 t e,5if to Eni.9ting E/evof/ons at 5fo• //0 t 00 - SCC 5/7ecf #J 9Z h ni O � h r - Propo9ed E/evofion of [et'f and pight 6"dge of Pavement and 4 � Tyo/co/) 90 For existing Pavement E/evoti on9 ,5ce gleet d-9 NOTE t yVhcrc Pr0005ed Grode,y 0170' Existing E/evot/on mould Produce 9d 7 on o ver t o y of /e55 fhon 3/4" fhc Propo9ed Grade will 6e Ad,/tuJfed t0 yi e/0' 0 3/4 " Mirl . over /oy o \ vS) V k r /0/ /do 99 RJ 97 9G 95 --1 94 //3 9Z I ►� �i /�' i "IS '�v ' v ' v ' v 00 95 v 95 94 93 JZ 9/ 00 B7 /03 /04 /05 /oG /O 7 /O0' feofher, fo &ieting 17OveMC/71 E"/evofions of .c; /i /7,m 1 n O °o T h nC) ar� �" elev. 04v 95 93 o //o /// 10- DEDUCT ALTERNATE No.1 SEE NOTE .5HEET 04. NOTE Onder ,4/fcrnofc � Pro vi do o Tron9ifion from Fu// ,Pe9urfoc/17g . of eta. /09 t e,5if to Eni.9ting E/evof/ons at 5fo• //0 t 00 - SCC 5/7ecf #J 9Z h ni O � h r - Propo9ed E/evofion of [et'f and pight 6"dge of Pavement and 4 � Tyo/co/) 90 For existing Pavement E/evoti on9 ,5ce gleet d-9 NOTE t yVhcrc Pr0005ed Grode,y 0170' Existing E/evot/on mould Produce 9d 7 on o ver t o y of /e55 fhon 3/4" fhc Propo9ed Grade will 6e Ad,/tuJfed t0 yi e/0' 0 3/4 " Mirl . over /oy o \ vS) V k r /0/ /do 99 RJ 97 9G 95 --1 94 //3 r d Property Line / I /8"c.M, connecting pipe between c.8. M. H• PUB L IC S /DEZ 8'� leaching 5Tronsition col -ch basin. _� _ _ - - 8'0 leoching /' ' /� - 1-14 ' '_� 5" /O' /O" 5" manhole. Trans Conc. Curb Conc. Curb Trans. 2'Setbac'k.�M H. ►� v O a �, \ E '�4'mi F��Y) C. c.— (Top elev. of C.I. yra te) - r. G. 99.70 i : j i 2 ' Typ. Widen � restore i ., 35 t 50 Point new 12" wide �-Max. Slop Line pavement as shown. 48-50 poyAMitWhite x 75f 50 for povement from F Pto te S/de Rd-restoraton. 711tje�, x /tem E-/ See Note -#/6 /8" C.M. Connectin /03 f 00 2'�p/pebetween c.B. /09 t 50 R C. B. Direction of pipe slope Under A-6 areos, f - M A / /V _ BAY VIEW Pt 4"W/deel/ow ai n new Stripes. See Plan Sht"014. Asphalt True f Leve/ os required ,sec Note -#/v, with /" nominal thickness resurfacing. / See typical pavement section, lolons profiles. Exist/C,g edge of povement(E.P-) Widen existing road where shown on p/an-5 or A.O. S. E. Relocate utility /voles where shown on p/ons to 3' min . of'l' proposed edge of pavement: See General Note /-'. Limit of ospho/t resurface - meet" existing surface. Propos ed grades dor some roods. Where grades ore not shown, resui-focin9 5/7o// be / "nom/n o/ thickness, graded to dl-oin. .see Plans. F P. 7 1 - I , , .1 ;_, - JANeal* Sow Cul' /ine5 . - • . Replocement of fa//ed existing pavement where shown on plans or A -as.E. See Det -617 below. Limit of ospha/t r-esurface - mee t exis tin 9 5urfoce except extend A.o. B. E. when drivewoy requires further E'P tronsitlon area to drain and eliminate trranoed woter: 5' Mox. asphalt—•p transit/on. (typ) II I PRIVA TE SIDE- RD. OR DRIVE -WA Y TYPICAL PLAN MAIN BAYVIEW ROAD IMPROVEMENT NO SCALE /" Nominol thickness rola course Asphalt Concrete. Type 1A, Item. A -4 /O' Mox. 25 -35' t Existing povement width Shoulder oreo Povemen t clear/ng fr ade line grading limit see profiles E d ye pov't f/Wish rade both sides to y2 er. 4' see profiles. rounding 4 8or5 4 "o.C. och woy. Entire lob, _-- GI. Frame (� Cover Flockhart type 615 No. 60880 or opproved PLAN -TOP SLAB equal: set cover to grode in occordance with {ie/d conditions f A.o.s.E. 8-01A LEACHING MANHOLE 4;6'or6' he/gh t See Note ##2 this sheet: ` F N 0.002 Goge "W5queen"plostic membrane or oppro ved e qua 1. FOR CATCH BASIN ONLY-5et Frame on 6"th. Solid Conc. block. See To Slob Plon Views for C.B. M.H. Gro es overs. C.I. ,cram e � Grate or Monho/e Co ver El A/low 3" rain. for odjusIment to grode, • 18"0 C.M.P. Connecting to ® 2'0.0 ® ® ® C.8 or M H. -.5&e Plans. A// pip es shall be mortared ® ® ® flush with ins/de Structure foce. ®- ® ® :. Appox. groundwater limit ® ® ® ® ® - basis for determining heights -.; of Structures over 4. ": Z mrn-►� %' 4000 RS.4 Precast Concrete leoching Pings B'OD. with Ba ckl'i�l/ with broken Stone, g'th. ,Feint. Concrete /00% oossinq 2 bei ve T S/ b R' t b 'Meet existing povement edge NEW A5PHA L T PAVEMENT SEE TYP/GAL SECT/oN. 100% retained on /",5eive(ryp.) Re nforced �w th 6"e2" '' B � E L E VA T I O N x 6j8 Welded wire mesh. j 8' DIA. LEACHING CATCH BASIN 8' DIA. LEACHING MANHOLE APPROX. SCALE: 1" = 4' Meet existing pov't 3" chick binder course Type 1A surface - Sow cut Aspholt Concrete. Item A-5 - po v'1.• Item A-7. Widening , varies - See plans, Var/es /O Alox . See plan Shoulder oreo for limited Clearing 111 Varies /ocoti'ons, grading lirr-nit Vo r les round/n9 \ / rCut� 2 / %_ Clean entire exist: pov't Surfcce-Inc/ude cost in price bid for osph. Existing oil,� stone pav't Cornpoctcd limestone \ of voriob/e th1cks5 ne. screenings fill materia 1, .5tob i /ized I/orioble thickness with cc/c/Um ch/oride Trueing � leveling course Type /A . Asphalt Concrete Item A 3 SEE ALTERNATE•"ZDFTAIL, THIS SHEET FOR THICKNESS EXCEED/NG 6" Proposed roadway cross s/ppe varies from %e to per foot about �t_ except where super elevated on Curves between Sta 43 foot thru 18 t 501" and 114 •f -OO?" thru //e -t-bot onc/ as ordered by Engineer (A. O. B. E.) W* � i5 or,tual existing pavement .5tr•/pingq os shown on plans or new proposedin wldenin9 areas as shown on /o/ons � BASE BID TYPICAL PAVEMENT SECTION MAIN BAYVIEW ROAD IMPROVEMENT NO SCALE Po ve m ent• --., excavation Item" A-2 2' . Max. limit unsuitob/e- tmaterial excovation. Backfill with Compacted clean suitable granular material Item D-4.7; - Shoulder excavation, Item A-/ Se l' Frame on 6 "th. Solid Conc. block. C.I. Frame Grate with 6" Curb piece. F/ockhort Code 3/894 or oporo ved equal, See p/ons for top of grate e/evat�'on. #4 Bars P 4" o.c . eoch way, entire Slob. -Finished pove men!` surface. ,eo thus 6" /8 8 i SECTION A -A I PLAN - TOP SLAB AND CURB 8' DIA. LEACHING CATCH BASIN WITH CURB Edge pavement finished grade - 5ee profiles. 3" Thick binder course Type 1A /O' Mox. Aspho/ t Concretc 11 -em A-5 Shoulder area c/eorin9 grading /�'mi/; 4' roue din DRAINAGE AND CURB NOTES. /. All honor shall be 2 pari,,5 clean masonry bond to / partioorl'/ond cement Type 2 or, /part masonry cemen l: 2. The Contractor .51-2o// instal/ 4; 6'or-8' high leaching rings, depending upon groundwater ele vation, A.D. B.E. Not more thon (3) rings sha// be used for e0ch structure to ochre ve the moxirnurn height. A 4' high sing/e ring structure shall be paid for on a per each basis. Ring heights over 4'6170// be paid for on o linear foot boo/s and sha// Inc/ude o// costs such as excovation and porous bockF//l, 3. Concrete Curb to be 3, 000 P 28 doy.S and have wood -loot finish with tooled edges on a// exposed 5urfo c es. 3' 6" Reveo/ .�2"Reveo! I� i limit of unsuitable moteria/ excavation f bockf/// SECTION B-13 with clean grronual ma feria/ A, o, 5.,E. Item D-4. /"Nominal thickness top Course Aspho/t Concrete Type 1A, Item A-4 lie ariab/ thickness cv . Zi .. , Truein levelir7 •, . •; 1 9 9 r e u A co s e T I O YP N - As ho/t Concrete Item A-3. _Where shown on plans -or A.O. B.E., TYPICAL NEW PAVEMENT SECTION FOR; ►. Replacement of tailed or weok exist pov'l: (,Peconstrucr ied.) 2. Pavement restorot•/on for drainage work. 3. Roadway widening, -6" Thick dense groded Aggregate 5ubbose Item A=6 ALTERNATE No. 2. MODIFIED PAVEMENT SECTION ( SEE NOTE) WHERE TRUEING LEVELING EXCEEDS 6 THICKNESS ON MAIN BAYVIEW ROAD NO SCALE ALTERNATE Alo.2. Tob/e of Pavement Edge Thickness Exceeding 6" FROM APPROX. STA. TO APPROX. 5TA. R /L 34 t 50 35 t 50 R 44100 48-50 X x 75f 50 L 7 x \ /02 f,50 /03 f 00 R /05 too /09 t 50 R /I2 too Under A-6 areos, Compacted limestone //•g t 50 116-1-50 SCAR/FY E•X/STING 5Creenin95 til/ 116 f 50 R PAVEMENT, FULL materia/ stub i /ized DEPTH, 6" MAX. with calcium ch/oride Com acted dr ense aded Part/cle size. aregate gg subbase item A-•9 Item A-6. _Where shown on plans -or A.O. B.E., TYPICAL NEW PAVEMENT SECTION FOR; ►. Replacement of tailed or weok exist pov'l: (,Peconstrucr ied.) 2. Pavement restorot•/on for drainage work. 3. Roadway widening, -6" Thick dense groded Aggregate 5ubbose Item A=6 ALTERNATE No. 2. MODIFIED PAVEMENT SECTION ( SEE NOTE) WHERE TRUEING LEVELING EXCEEDS 6 THICKNESS ON MAIN BAYVIEW ROAD NO SCALE ALTERNATE Alo.2. Tob/e of Pavement Edge Thickness Exceeding 6" FROM APPROX. STA. TO APPROX. 5TA. R /L 34 t 50 35 t 50 R 44100 48-50 R 7.11 50 75f 50 L 98 f 00 99-1-30 R /02 f,50 /03 f 00 R /05 too /09 t 50 R /I2 too /14150 R //•g t 50 116-1-50 L 116 t 00 116 f 50 R NOTE: THE CONTRACTOR MUST SUBMIT A B/D IN H/5 PRO POS A 4. FOR ALTERNATE No.2. PAVEMENT SECT/ON METHOD OF CONSTRUCTION US/NG ITEM A-5 fr A-6 MATERIAL AND SCAR/EYING ROAD /N LIEU OF ALL A5PHALT CONCRETE BA5E Bl D CONS TRUC T1 oN METHOD. TABLE STA. LEFT E.P CL RIGHT 'E.P 10 + 00 93.40 93.65 93.67 10 + 50 93.83 94.19 94.38 11 + 00 94.74 95.26 95.04 11 + 50 96.79 97.04 96.91 12 + 00 98.73 99.16 99.31 12 + 50 101.15 101.53 101.49 13 + 00 103.42 103.90 103.75 13 + 50 105.58 106.09 105.99 14 + 00 107.32 107.87 107.92 14 + 50 108.26 108.74 108.89 15 + 00 108.89 109.09 109.03 15 + 50 109.07 109.41 109.28 16 + 00 108.93 109.37 109.44 16 + 50 109.02 109.80 109.52 17 + 00 109.27 109.84 110.16 17 + 50 109.60 110.21 110.07 18 + 00 109.78 110.50 110.42 18 + 50 109.76 110.30 110.51 19 + 00 109.56 110.22 109.84 19 + 50 109.19 109.75 109.48 20 + 00 108.53 109.34 109.17 20 + 50 108.41 109.07 108.91 21 + 00 108.30 108.93 108.63 21 + 50 108.32 108.72 108.54 22 + 00 107.94 108.66 108.40 22 + 50 107.78 108.44 108.04 23 + 00 107.66 108.10 107.85 23 + 50 107.25 107.65 107.67 24 + 00 106.59 107.35 106.64 24 + 50 105.90 106.84 106.07 25 + 00 105.25 106.25 105.31 25 + 50 104.58 105.39 104.50 26 + 00 104.17 104.59 103.70 26 + 50 102.93 103.78 102.86 27 + 00 102.05 102.89 101.90 27 + 50 101.38 102.05 101.31 28 + 00 100.38 101.10 100.51 28 + 50 99.69 100.42 100.24 29 + 00 99.43 100.01 99.81 T 29 + 50 99.10 99.65 99.53 30 + 00 98.91 99.49 99.33 30 + 50 98.86 99.40 99.05 31 + 00 98.99 99.80 99.10 31 + 50 99.36 100.17 99.32 32 + 00 99.73 100.59 99.85 32 + 50 100.76 101.26 100.63 33 + 00 101.17 101.77 100.81 33 + 50 101.45 101.49 100.65 34 + 00 100.90 101.22 100.50 OF S TA. LEFT E.P (L RIGHT E.P 34 + 50 100.21 100.45 99.53 35 + 00 99.46 99.45 98.68 35 + 50 98.68 98.58 97.91 36 + 00 97.51 98.00 97.45 36 + 50 96.78 97.07 96.33 37 + 00 96.06 96.25 95.45 37 + 50 95.30 95.41 94.67 38 + 00 94.59 94.56 93.72 38 + 50 93.88 93.99 93.13 39 + 00 93.19 93.50 93.77 39 + 50 92.34 92.69 92.02 40 + 00 91.54 91.84 91.35 40 + 50 91.05 91.37 91.03 41 + 00 90.37 90.91 90.79 41 + 50 90.12 90.62 90.64 42 + 00 89.77 90.34 90.47 42 + 50 89.69 90.19 90.38 43 + 00 89.53 89.92 90.36 43 + 50 89.51 90.05 90.43 44 + 00 89.60 90.30 90.66 44 + 50 90.06 91.18 91.54 69 + 50 90.47 90.61 90.61 45 + 00 90.75 91.95 92.22 45 + 50 91.59 93.05 9.02 46 + 00 92.57 94.36 94.09 46 + 50 92.93 95.04 96.30 47 + 00 93.23 94.90 94.25 47 + 50 92.26 93.51 93.18 48 + 00 91.03 92.54 92.02 48 + 50 90.70 91.78 91.20 49 + 00 90.75 91.43 91.03 49 + 50 90.54 91.22 91.10 50 + 00 90.74 91.47 91.24 50 + 50 91.59 92.48 91.93 51 + 00 92.96 93.69 93.53 51 + 50 94.77 95.19 95.13 52 + 00 95.86 96.14 95.55 52 + 50 95.75 96.06 95.60 53 + 00 94.55 95.18 94.78 53 + 50 94.36 94.54 93.85 54 + 00 94.06 94.42 93.77 54 + 50 93.68 94.32 93.84 55 + 00 93.15 93.76 93.58 55 + 50 92.60 93.30 93.28 56 + 00 93.18 93.33 93.19 56 + 50 92.93 93.50 93.36 57 + 00 93.56 94.27 93.63 57 + 50 93.83 94.47 94.28 58 + 00 93.43 94.20 93.84 58 + 50 92.79 93.48 93.11 E X IS T I N G STA. LEFT E.P (L RIGHT E.P 59 + 00 92.46 93.04 92.62 59 + 50 92.28 92.88 '92.51 60 + 00 92.43 y 92.91 92.26 60 + 00 92.06 92.51 91.98 61 + 00 90.95 91.92 91.41 61 + 50 90.78 91.54 91.05 62 + 00 90.79 91.65 91.67 62 + 50 91.26 91.87 91.98 63 + 00 91.72 92.47 92.37 63 + 50 92.78 93.49 93.52 64 + 00 93.81 94.58 94.49 64 + 50 94.19 94.86 94.82 65 + 00 93.42 94.34 94.26 65 + 50 93.21 93.87 93.76 66 + 00 93.01 93.52 93.34 66 + 50 92.41 93.,01 92.71 67 + 00 91.94 92.71 92.35 67 +50 91.48 92.40 91.89 68 + 00 91.49 91.86 91.52 68 + 50 90.99 91..52 90.86 69 + 00 90.84 90..86 90.78 69 + 50 90.47 90.61 90.61 70 +00 89.90 90.30 89.94 70 +50 89.72 90.13 89.79 71 + 00 89.77 89.78 89.49 71 + 50 89.43 89.57 89.54 72 + 00 89.31 89.46 89.10 72 + 50 89.13 89.45 89.32 73 + 00 88.85 89.41 89.35 73 + 50 88.95 89.44 89.21 74 + 00 88.80 89.39 89.11 74 + 50 88.45 89.41 89.17 75 + 00 88.38 89.40 89.13 75 + 50 88.59 89.52 88.94 76 + 00 88.50 89.37 89.00 76 + 50 88.38 89.22 88.78 77 + 00 88.37 88.92 88.68 77 + 50 87.98 88.75 88.60 78 + 00 87.75 88.39 88.45 78 + 50 87.55 88.08 88.10 ' 79 + 00 87.57 88.06 88.06 79 + 50 87.61 88.21 88.17 80 + 00 87.87 88.34 88.19 80 + 50 87.93 88.54 88.31 81 + 00 88.18 88.77 88.43 81 + 50 88.60 89.08 88.66 82 + 00 89.03 89.52 89.05 82 + 50 89.71 90.03 89.69 83 + 00 90.73 90.77 90.31 P A V E M E N T S TA. LEFT E.P (L RIGHT E. P 83 + 50 91.93 91.92 91.32 84 + 00 93.26 93.30 93.00 84 + 50 94.69 94.60 94.29 85 + 00 96.19 r 96.07 95.84 85 + 50 97.73 97.66 97.53 86 + 00 99.75 99.54 99.24 86 + 50 101.80 101.91 101.68 87 + 00 104.14 104.69 104.28 87 + 50 106.71 107.12 106.81 88 + 00 109.49 109.77 109.75 88 + 50 111.69 112.13 111.77 89 + 00 113.41 113.82 113.66 89 + 50 114.49 115.26 115.07 90 + 00 115.24 116.26 115.83 90 + 50 116.26 116.33 116.17 91 + 00 116.11 116.06 116.27 91 + 50 114.62 114.74 114.45 92 + 00 112.76 113.44 112.64 92 + 50 111.36 111.73 111.07 93 + 00 109.00 109.90 109.57 93 + 50 107.79 108.39 107.92 94 + 00 106.17 107.04 106.51 94 + 50 105.22 105.73 105.09 95 .+ 00 104.13 104.66 103.99 95 + 50 103.13 103.65 102.99 96 + 00 102.38 102.96 102.03 96 + 50 101.69 102.15 101.37 97 + 00 101.09 101.56 .100.68 97 + 50 100.37 100.92 100.03 98 + 00 99.75 100.19 99.16 98 + 50 98.85 99.57 98.37 99 + 00 97.80 98.53 97.40 99 + 50 96.70 97.48 96.54 100 + 00 95.63 96.21 95.37 100 + 50 94.51 95.03 94.31 101 + 00 93.71 94.19 93.39 101 + 50 93.35 93.54 92.95 102 + 00 93.03 93.19 92.35 102 + 50 92.83 92.90 91.88 103 + 00 92.57 92.71 91.73 103 + 50 92.72 92.95 92.15 104 + 00 93.20 93.31 92.51 104 + 50 93.35 93.78 93.05 105 + 00 93.40 94.24 93.51 105 50 93.78 94.51 93.63 106 + 00 94.38 94.92 93.85 106 + 50 94.78 95.31 94.35 107 + 00 95.40 95.94 94.78 107 + 50 96.32 97.02 95.63 E L E VAT 1 0 N S STA. LEFT E.P q- RIGHT E.P. 108 + 00 97.12 97.54 96.46 108 + 50 97.92 97.93 97.06 109 + 00 98.54 98.47 97.75 109 + 50 99.54 99.30 98.28 110 +00 99.68 99.82 99.06 111 +00 99.96 100.48 99.87 111 + 50 99.46 99.90 99.09 112 + 00 98.35 99.01 97.72 112 + 50 96.63 97.28 96.33 113 + 00 94.87 95.50 94.43 113 + 50 93.23 93.74 92.48 114 + 00 91.78 92.17 91.03 114 + 50 90.68 91.09 90.11 115 + 00 90.20 90.50 89.34 115 + 50 89.65 89.74 88.58 116 + 00 89.44 89.38 88.10 116 + 50 89.40 89.69 87.93 117 + 00 89.88 89.35 88.11 117 + 50 89.69 89.47 88.25 118 + 00 89.64 89.80 88.56 118 + 50 89.69 90.29 89.04 119 + 00 90.42 91.18 90.35 119 + 50 92.08 92.72 92.10 1yote E-levafion.s shown on thi,5 shoef arG for infor-n-)afion only and are not a par -f- of this Gc�hf ��acf. EJC- vcf ions were on Main Do y view Ieood cat firne 01 survey.