Loading...
HomeMy WebLinkAboutElizabeth Field, Fishers Island - Corazzini, Asphalt, IncELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER O��S�FFO�,�cOG y� N Z oy0 C"' OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown. northfork. net THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 371 OF 2004 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MAY 4,2004: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Corazzini Asphalt, Inc. in the amount of $419,527.00, for the "Elizabeth Field Airport, Fishers Island, Apron and Access Taxiway, NYSDOT Project No. 0913.09(D). Elizabeth A. Neville Southold Town Clerk V. �& E/ FORM TO ACCOMPANY CONTRACTS, LEASES AND AGREEMENTS SENT TO THE TOWN ATTORNEY FOR APPROVAL The document is between the Town of Southold and COM zzL n, ISSohA I X _ New jUi 3 0 pr;,9, Renewal If renewal, what is the expiration date of the previous document? Term of document: Information regarding the nature of the document (what is it for): Resolution Date: Yy)o.N . a609 Date document needs to be signed by: Sent to: -Town R*i rn — Date: 711.3010(q Date: ,.3 1�h Date: Contact Person at TOS: L u a &h a ENGINEERS CSS Engineers, Inc. 499 Col. Eileen Collins Boulevard as DESIGN BUILD Syracuse, NY 13212 TECHNICAL RESOURCES phone 315-455-2000 fax 315-455-9667 OPERATIONS www.cscos.com July 27, 2004 Elizabeth Neville Town Hall, P.O. Box 1179 53095 Route 25 RECEIVED Southold, NY 11971 Re: Elizabeth Field Airport JUL 2 9 2004 Apron and Access Taxiway AIP Project No. 3-36-0029-09-02(D) NYSDOT Project No. 0913.09(D) Southold town Clerk File: 211.008 Dear Ms. Neville: We are enclosing the following information for your review and execution: • The Original Contract. • Four conformed copies of the Contract. • One copy of the Contractor's Performance Bond. • One copy of the Contractor's Labor and Material Payment Bond. • One copy of the Contractor's Certificates of Insurance. If the enclosed documents meet your approval, please have the original and all copies of the contract executed, sealed, notarized and signed by your attorney. Keep the original contract for your files and return the remaining copies to our office for further processing. If you have any questions or require additional information, please do not hesitate to contact our office. Very truly yours, C&S GINEERS, INC. /W Bruce . Clark, P. E. Managing Engineer BWC Enclosures cc: Thomas Doherty Kelli R. Walters F.\PROJECT\211 -TOWN OF SOUTHO LD\21100802\DESIGVLETTERS\C LIENTBD. DOC 1r98 THE AMERICAN INSTITUTE OF ARCHITECTS PRS1156817 AIA Document A312 Performance Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business): Corazzini Asphalt Inc. RLI Insurance Company P.O. Box 3967 P 0 Box 1281 Peoria, IL 61612-3967 Cutchogue, NY 11935 OWNER (Name and Address): Town of Southold, Town Clerk PO Box 1179 Southold, N 11971 e` CONSTRUCTION CONTRACT Date: Amount: $419,527.00 Description (Name and Location): Elizabeth Field Airport apron & access taxiway on Fisher Island BOND Date (Not earlier than Construction Contract Date): Amount: $419,527.00 Modifications to this Bond: June 23, 2004 CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) Corazzini Asphalt Inc. Signature: —9,4 atas' i Name and Titld: (Any additional signatures appear on last page) ® None ❑ See Last Page SURETY Company: RLI Insurance Company (Corporate Seal) Signature: Name and Catthrew!W�ilkoff Title: Attorney -In -Fact (FOR INFORMATION ONLY -- Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or other party): Gerald J. Wilkoff, Inc. PO Box 142 Mineola, NY 11501-0142 516-747-0200 AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AIA® THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 THIRD PRINTING • MARCH 1987 A312-1984 1 C0036801-50,0 1 The Contractor and tete Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. 2 If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1. 3 If there is no Owner Default, the Surety's obligation under this Bond shall arise after: 3.1 The owner has notified the Contractor and the Surety at its address described in Paragraph 10 below that the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Construc- tion Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reason- able time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; and 3.2 The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor Default shall not be de- clared earlier than twenty days after the Contractor and the Surety have received notice as provided in Sub- paragraph 3.1; and 3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accor- dance with the terms of the contract with the owner. 4 When the Owner has satisfied the conditions of Para- graph 3, the Surety shall promptly at the Surety's ex- pense take one of the following actions: 4.1 Arrange for the Contractor, with the consent of the Owner, to perform and complete the Construction Contract; or 4.2 Undertake to perform and complete the Construc- tion Contract itself, through its agents or through inde- pendent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 6 in excess of the Balance of the Contract Price incurred by the Owner resulting from the Contractor's default; or 4.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation, determine the amount for which it may be liable to the"Owner and, as soon as practicable after the amount is deter- mined, tender payment therefor to the Owner; or .2 Deny liability in whole or in part and notify the Owner citing reasons therefor. 5 If the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen days after receipt of an additional written notice from the owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Subparagraph 4.4, and the Owner refuses the payment tendered or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the owner. 6 After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elects to act under Subparagraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. To the limit of the amount of this Bond, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Surety is obligated without duplication for: 6.1 The responsibilities of the Contractor for correc- tion of defective work and completion of the Construc- tion Contract; 6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and re- sulting from the actions or failure to act of the Surety under Paragraph 4; and 6.3 Liquidated damages, or if no liquidated damages are specified in the Constuction Contract, actual damages caused by delayed performance or non-performance of the Contractor. 7 The Surety shall not be liable to the owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators or successors. 8 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 9 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AIA® THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 THIRD PRINTING • MARCH 1987 A312-1984 2 C0036801-50,0 jurisdiction of the suit shall be applicable. 10 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. 11 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12 DEFINITIONS 12.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: have been made, including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. 12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the signature page, including all Contract Documents and changes thereto. 12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Construction Contract. 12.4 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Name and Title: Address Signature: Name and Title: Address: AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AIA® THE AMERICAN INSTITUTE OF ARCHITECTS, 1736 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 THIRD PRINTING • MARCH 1987 A312-1984 3 C0036801-50,0 State of County of On the Individual Acknowledgment day of . 20. before me personally appeared to me known and known to me to be the person described in and who executed the foregoing instrument and he thereupon acknowledged to me that he executed the same. State of County of On the Notary Public Partnership/L.L.C. Acknowledgment day of 20. , before me personally appeared to me known and known to me to be one of the firm of described in and who executed the foregoing instrument and he thereupon acknowledged to me that he executed the same as and for the act and deed of said firm. Notary Public �� II Corporate Acknowledgment State of IV� O County of Sof-{mice On the '� day of C 20�, before me personally appeared to me known, who being by me duly sworn, did depose and say that he P tau C�" of the �')� LIZWJT .l'► IQ�n is the the corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the board of directors of said corporation; and that he signed his/her name thereto by like order. N►�E Yak ndw 0 elm T --- MMENOW RLI Surety A Division ofRUInsurance Company P.O. Box 3967 Peoria, IL 61612-3967 Phone: 309-692-1000 800-645-2402 Fax: 309-692-8637 STATE OF New York } ss. COUNTY OF Nassau J Acknowledgment of Surety On this 23rd day of June 2004before me, a Notary Public in and for said County, personally appeared Matthew Wilkoff . personally known to me, who being by me duly sworn did say that he/she is the aforesaid Attorney -In -Fact of the RLI Insurance Company of Peoria, Illinois, a corporation duly organized and existing under the laws of the State of Illinois, that the seal affixed to the foregoing instrument is the corporate seal of said corporation, that the said instrument was signed, sealed and executed in behalf of said corporation by authority of its Board of Directors, and further acknowledge that the said instrument and the execution thereof to be a voluntary act and deed of said corporation. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed by official seal the day and year last above written. My Commission Expires: ?�1TRICIA R. LEIPPt AWAP No. 01LE6G 8254 ,t! Fed in Suffolk Coulft Expires June 6 zz_ 2X&� � . A U: � � Notary Public A0007503 Know All Men by These Presents: POWER OF ATTORNEY RLI Insurance Company Bond No. PRS1156817 That the RLI Insurance Company, a corporation organized and existing under the laws of the State of Illinois, and authorized and licensed to do business in all states and the District of Columbia does hereby make, constitute and appoint: Matthew Wilkoff in the City of Mineola , State of New York , as Attorney -In -Fact with full power and authority hereby conferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for any single obligation, and specifically for the following described bond. Principal: Corazzini Asphalt Inc. Obligee: Town of Southold, Town Clerk Type Bond: AIA A312 Performance & Payment Bond Bond Amount: $419.527.00 The RLI Insurance Company further certifies that the following is a true and exact copy of a Resolution adopted by the Board of Directors of RLI Insurance Company, and now in force to -wit: "All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys -in -Fact or Agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its CHAIRMAN, CEO with its corporate seal affixed this 23rd day of June , 2004. ATTEST: M. Corp ate Secretary RLI Insurance Company _•� r - o; � '0 4 On this 23rd day of June 2004 before me, a Notary Public, personally appeared Gerald D. Stephens and Camille J. Hensey who being by me duly sworn, acknowledged that they signed the above Power of Attorney as Chairman, CEO and Corporate Secretary, respectively, of the said RLI Insurance Company, and acknowledged said instrument to be the voluntary act and deed of said corporation. .........................I" " Notary Public A0021 N99 THE AMERICAN INSTITUTE OF ARCHITECTS PRS1156817 AIA Document A312 Payment Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): Corazzini Asphalt Inc. P 0 Box 1281 Cutchogue, NY 11935 OWNER (Name and Address): Town of Southold, Town Clerk PO Box 1179 Southold, NJ 11971 SURETY (Name and Principal Place of Business): RLI Insurance Company P.O. Box 3967 Peoria, IL 61612-3967 CONSTRUCTION CONTRACT Date: Amount: $419,527.00 Description (Name and Location): Elizabeth Field Airport apron & access taxiway on Fisher Island BOND Date (Not earlier than Construction Contract Date): June 23, 2004 Amount: $419,527.00 Modifications to this Bond: ® None CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) Corazzini Asphalt Inc. Signature: &&dhit Name and Title: AI If (Any additional signatures appear on last page) SURETY Company: RLI Insurance Company ❑ See Last Page (Corporate Seal) Signature: _ Name and Mate ew Wilkoff Title: A rney-In-Fact (FOR INFORMATION ONLY -- Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or other party): Gerald J. Wilkoff, Inc. PO Box 142 Mineola, NY 11501-0142 516-747-0200 AIA DOCUMENT A312 0 PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AIA@ THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A312-1984 4 THIRD PRINTING • MARCH 1987 C0035801-5010 1 The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein by reference. 2 With respect to the Owner, this obligation shall be null and void if the Contractor: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity whose claim, demand, lien or suit is for the payment for labor, materials or equipment furnished for use in the performance of the Construction Contract, provided the Owner has promptly notified the Contractor and the Surety (at the address described in Paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety, and provided there is no Owner Default. 3. With respect to Claimants, this obligation shall be null and void if the Contractor promptly makes payment, directly or indirectly, for all sums due. 4. The Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with the Contractor: Have furnished written notice to the Contractor and sent a copy, or notice thereof, to the Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed; and 2 Have either received a rejection in whole or in part from the Contractor, or not received within 30 days of furnishing the above notice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or indirectly; and 3 Not having been paid within the above 30 days, have sent a written notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor. 5 If a notice required by Paragraph 4 is given by the Owner to the Contractor or to the Surety, that is sufficient compliance. 6 When the Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at the Surety's expense take the following actions: 6.1 Send an answer to the Claimant, with a copy to the Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. 6.2 Pay or arrange for payment of any undisputed amounts. 7 The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 8 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for performance of the Construction Contract and to satisfy claims, if any, under any Construction Performance Bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and the Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the work. 9 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 11 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the work or part of the work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Subparagraph 4.1 or Clause 4.2.3, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AIAO THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 THIRD PRINTING • MARCH 1987 A312-1984 5 C0035801-50,0 shall be construed as a statutory bond and not as a common law bond. 14 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractors shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15 DEFINITIONS 15.1 Claimant: An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Construction Contract, MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. 15.2 Construction Contract: The agreement between the Owner and the Contractor identified on the signature page, including all Contract Documents and changes thereto. 15.3 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Name and Title: Address: Signature: Name and Title: Address: AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AIA® THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 THIRD PRINTING • MARCH 1987 A312-1984 6 C0035801-50,0 State of County of On the Individual Acknowledgment day of 20 , before me personally appeared to me known and known to me to be the person described in and who executed the foregoing instrument and he thereupon acknowledged to me that he executed the same. Notary Public Partnership/L.L.C. Acknowledgment State of County of On the day of , 20_. before me personally appeared to me known and known to me to be one of the firm of described in and who executed the foregoing instrument and he thereupon acknowledged to me that he executed the same as and for the act and deed of said firm. Notary Public Corporate Acknowledgment State of � O& County of . I On the _ 21 4t day ofM20 , before me personally appeared t�`�� Cr�,ro► 221 Al s V- to me known, who being by me duly sworn, did depose and say that he is the PrP of the _ C C)� o& Qjq the corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the board of directors of said corporation; and that he signed his/her name thereto by like order. c R�NINTH RLI Surety A Division ofRLllnsurance Company P.O. Box 3967 Peoria, II. 61612-3967 Phone: 309-692-1000 800-645-2402 Fax: 309-692-8637 STATE OF New York ss. COUNTY OF Nassau Acknowledgment of Surety On this 23rd day of June 2004 , before me, a Notary Public in and for said County, personally appeared Matthew Wilkoff personally known to me, who being by me duly sworn did say that he/she is the aforesaid Attorney -In -Fact of the RLI Insurance Company of Peoria, Illinois, a corporation duly organized and existing under the laws of the State of Illinois, that the seal affixed to the foregoing instrument is the corporate seal of said corporation, that the said instrument was signed, sealed and executed in behalf of said corporation by authority of its Board of Directors, and further acknowledge that the said instrument and the execution thereof to be a voluntary act and deed of said corporation. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed by official seal the day and year last above written. My Commission Expires: Rr-LEIIPE Yak —w— Am 6. 2006 "O'cow Notary Pub i A0007503 T RLI Surety A Division of RLllnsurance Company P.O. Box 3967 Peoria, IL 61612-3967 Phone: 309-692-1000 800-645-2402 Fax: 309-692-8637 Know All Men by These Presents: POWER OF ATTORNEY RLI Insurance Company Bond No. PRS1156817 That the RLI Insurance Company, a corporation organized and existing under the laws of the State of Illinois, and authorized and licensed to do business in all states and the District of Columbia does hereby make, constitute and appoint: Matthew Wilkoff in the City of Mineola , State of New York as Attorney -in -Fact , with full power and authority hereby conferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for any single obligation, and specifically for the following described bond. Principal: Corazzini Asphalt Inc. Obligee: Town of Southold, Town Clerk Type Bond: AIA A312 Performance & Payment Bond Bond Amount: S 419,527.00 The RLI Insurance Company further certifies that the following is a true and exact copy of a Resolution adopted by the Board of Directors of RLI Insurance Company, and now in force to -wit: "All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys -in -Fact or Agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its President with its corporate seal affixed this 23rd day of June 2004 . ATTEST: RLI Insurance Company LIQ t� 4: /� Camille J. Hensey Corporateetary fQnan E. Michael President On this 231d day of June 2004 before me, a Notary Public, personally appeared Jonathan E. Michael and Camille J. Hensey_ , who being by me duly sworn, acknowledged that they signed the above Power of Attorney as President and Corporate Secretary, respectively, of the said RLI Insurance Company, and acknowledged said instrument to be the voluntary act and deed of said corporation. NOTARY "OFFICIAL SED 117, AL" JACQUELINE M. BOCKLER erAt COMMISSION EXPIRES 03/01 /06 Jacaueline M. ockler Notary Public A0011703 U Sur A Divisi RU RDivisi tyon of RLllnsurance Company P.O. Box 3967 Peoria, IL 61612-3967 Phone: 309-692-1000 Fax: 309-692-8637 RLI Insurance Company December 31, 2003 Admitted Assets Liabilities and Surplus Investments: Liabilities: Fixed maturities ............................... $ 497,679,735 Reserve for unpaid losses and loss Equity securities ... . ..... . .................... 474,323,804 adjustment expenses ........................ $ 327,334,717 Short-term investments ......................... 34,101,458 Unearned premiums ........................... 139,374,634 Real estate ..................................... 5,773,849 Accrued expenses............................. 25,549,616 Cash on hand and on deposit . . . . . . . . . .. . .. . ... . . . . . -7,947,214 Funds held................................... 2,576,364 Other invested assets ............................. 5,000,000 Amounts withheld ............................. 19,275,603 Agents' balances ................................. 56,113,738 Ceded reinsurance premium payable, .. , ... , .. . ... 12,864,665 Investment income due and accrued ................. 6,512,500 Statutory penalties.. _ .. _ ....................... 870,800 Funds held ..................................... 62,632 Federal income tax payable ..................... 9,990,880 Reinsurance recoverable on paid losses .............. 27,086,608 Borrowed money and accrued interest............. 32,611,534 Federal income taxes receivable .................... 0 Drafts outstanding .... , ........................... 232,178 Electronic data processing equipment, Payable to affiiliate................................ 10,645,512 net of depreciation ............................ 2,526,070 Other liabilities ................................... 0 Receivable from affiliates .......................... 0 Other admitted assets ............................. 26,679,481 Total Liabilities ................................... $ 581,326,503 Total Admitted Assets ............................. $ 1,127,912,661 Surplus: Common stock ............................... $ 10,000,375 Additional paid -in capital ........................ 277,422,846 Unassigned surplus ............................ 309,162,937 Total Surplus $ 546,586,158 State of Illinois Total Liabilities and Surplus $ 1,127,912,661 County of Peoria The undersigned, being duly swom, says: That he is the President of RLI Insurance Company, that said Company is a corporation duly organized, in the State of Illinois, and licensed and engaged in business in the State of New York and has duly complied with all the requirements of the laws of said State applicable of said Company and is duly qualified to act as Surety under such laws, that said Company has also complied with and is duly qualified to act as Surety under the Act of Congress approved July 1947, 6U.S.0 sec. 6-13; and that to the best of his knowledge and belief the above statement is a full, true, and correct statement of the financial condition of the said Company on the 31st day of December 2003. Attest: r' O1t"rF 7—, Corporate Michael J. Stone President Seal S E AL.-* Affixed / JA144 � os`�..�� Camille J. Hensey Corpora ecretary Sworn to before me this 11 th day of February 2004. °OFFICIAL SEAL" Notarial "uwc JACQUELINE M. aOCKLER Seal 'Jacq ne M. B kler Nota ryPublicStato of Illinoisus COMWJSSIONEXPIRES03/01/06 Affixed MM583N TERRORISM RIDER NOTICE - FEDERAL TERRORISM INSURANCE COVERAGE AND DISCLOSURE OF PREMIUM Any loss applicable to a peril covered under this bond that is caused by a certified act of terrorism pursuant to the terms of the Terrorism Risk Insurance Act of 2002 ("the Act,"), will be partially reimbursed by the United States under a formula established by federal law. Under this formula, the United States pays 90% of covered terrorism losses exceeding a statutorily established deductible to the insurance company providing this bond. The portion of your annual premium attributable to certified acts of terrorism under this bond is $1.00 COVERAGE LIMITATIONS Payment for a loss will not exceed the limit of liability under this bond. This bond will not pay for any portion of certified terrorism loss beyond any applicable annual liability cap set forth in the Act. The terms of this rider do not provide coverage for any loss that would otherwise be excluded by the terms of this bond. M0087103 AW R TM.CERTIFICATE OF LIABILITY INSURANCE DATE�MDDYYI// JN 18 04 PRODUCER ROY H REEVE AGENCY, INC. PO BOX 54, 13400 MAIN RD. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR MATTITUCK NY 11952 ALTER THE COVERAGE AFFORDED BY THE POLICIES BE OW. PHONE: 631-298-4700 EFFECTIVE DATE MMIDD/YY POLICY EXPIRATION DATE MMIDD/YY FAX: 631-298-3850 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: Blue Ridge Insurance Company FEB 7 05 INSURER B: Blue Ridge Indemnity Company DAMAGE TO RENTED $ 50,000 CORAZZINI ASPHALT INC ETAL COX LANE PO BOX 1281 CUTCHOGUE NY 11935 INSURER C: ZURICH INSURER D: Blue Ridge Insurance Company INSURER E: COVFRAnFS THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDIN ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSF LT TYPE OF INSURANCE POLICY NUMBERPOLICY EFFECTIVE DATE MMIDD/YY POLICY EXPIRATION DATE MMIDD/YY LIMITS PO BOX 1179 GENERAL LIABILITY PM000248 FEB 7 04 FEB 7 05 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED $ 50,000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE [:X�j OCCUR MED. EXP (Any One Person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 A GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG. $ 2,000,000 POLICY F-IpgojrcT F-1 I or. AUTOMOBILE LIABILITY ANY AUTO BA003887 FEB 7 04 FEB 7 05 COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X BODILY INJURY ALL OWNED AUTOS A SCHEDULED AUTOS ( Per person) $ BODILY INJURY $ (Per accident) HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO AUTO ONLY: AGG $ EXCESS / UMBERELLA LIABILITY C0000570 FEB 7 04 FEB 7 05 EACH OCCURRENCE $ 5,000,000 X OCCUR CLAIMS MADE AGGREGATE $ 5,000,000 $ D $ DEDUCTIBLE X RETENTION $ 10,000 $ WORKERS COMPENSATION AND WC001543-04 FEB 7 04 FEB 7 05 TU WC y '.'j OTHER EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $ 100,000 B ANY PROPRIETORMARTNER/EXECUTIVE OFFICER/MeMBER EXCLUDED? E.L. DISEASE -EA EMPLOYEE $ 100,000 It yes, describe under SPECIAL PROVISIONS below E.L. DISEASE -POLICY LIMIT $ 500,000 OTHER: DISABILITY INSURANCE 1722257-001 JAN 104 JAN 105 DISABILITY BENEFITS COVERAGE C DESCRIPTION OF OPERATIONS/LOCATIONNEHICLES/EXCLUSIONS ADDED ENDORSEMENT/ SPECIAL PROVISIONS TOWN OF SOUTHOLD IS INCLUDED AS AN ADDITIONAL INSURED ON AUTO AND GENERAL LIABILITY POLICIES r=c),r=nATC uAI nFR I I ADDITIONAL INSURED: INSURER LETTER: CANCFLLATION ACORD 25 (2001/08) Certificate # 4260 1 nomas A. u1CKerson SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED I IEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVO TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TOTE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY IND UPON THE TOWN OF SOUTHOLD INSURER, IT'S AGENTS OR REPRESENTATIVES. PO BOX 1179 AUTHORIZED REPRESENTATIVE SOUTHOLD NY 11971 Attention: 1 ACORD 25 (2001/08) Certificate # 4260 1 nomas A. u1CKerson 1 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed therec ACORD 25-S (2001/08) Certificate #4260 C'arayXn Aj�phaet, 9iac. P.O. BOX 1281 CUTCHOGUE, NEW YORK 11935 (631) 734-5600 FAX (631) 734.5625 FAX COVER Date: �DDy To: rtC�S From: Subject: Notes: C Q - �i r� tie q �n -Town SOk n cA d R40vn�q-,`A -�NxA -1c0s — (PC039 AUG - 6 2004 E00/100f] INIZZV803 5Z9gvsLL 9l XVi 9v.,10 VOOZ/90 PO BOX E MATTITU PHONE: FAX: 631 INSURED CORAZZ COX LAN rp DATE (WWDD/YY) --TM CERTIFICATE OF LIABILITY INSURANCE JUIN 19 at E AGENCY, THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION VE A MAIN INC.IN ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR C NY 11962 AL FORDED MY XHE POLICIES BELOW, ASPHALT INC ETAL 10 BOX 1281 E NY 11935 INSURERS AFFORDING COVERAGE NAIC # INSURER A: Blue Ridge Insurance Company INSURER B: Blue Ridge Indemnity Company INSURER C: ZURICH I INSURER 0: Blue Ridge Insurance Company INSURER E; THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AG 3REGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INZF I TIRE OF IN5URANCEPOL)CY NUMBER POLIO' IPPECTNE POLICY EXPMAnoN LIMITS LTR DATE"DATEmm"I DATE GENERAL LIABILITY PM000248 FEB 7 04 FEB 7 05 EACH OCCURRENCE S 1,000,000 X CO MERGAL GENERAL LIABILITY Attention E I OAWGETO RENTED S _ 50,000 PREMISES IjE; ,._ CLAIMS MADE I'X I OCCUR MED, EXP (Any One Person) $ S,000 A PERSONAL 6 ADV INJURY s 1,000,000 GENERAL A00REGATE S 2,000,000 I GEN'L AG REGATE LIMIT APPLIES PER' PRODU�P/OP AQO 's 2,000,000 POL CY AUTON011 X IILE LIABILITY AN AUTO BA003807 FEB 7 04 FEB 7 05 COMBINED SINGLE LIMIT (Ea accident) s 1,000,000 ALL OWNED AUTOS BODILYINJURY (Per person) 4 SCI, I EDULED AUTOS I NIR D AUTOS BODILY INJURY s N014 -OWNED AUTOS (Pel acadent) PROPERTY DAMAGE 5 OARAOE IAVILITY AUTO ONLY - EA ACCIDENT S _ AN AUTO OTHER THAN EA AGC $ __ AUTO ONLY: AGG s EXCESS UMBERELLA LIABILITY C0000570 FEB 7 04 FEB 7 05 EACH OCCURRENCE S _ 5,000,000 Xj O UR u CLAIMS MADE AGGREGATE s - - 5,000,000 D s _ OEI UCTIBLE $ — X R ENTION s 10,000VVC s woRKER COMPENSATION AND WC001543-04 FEB 7 04 FEB 7 OS ORYTLIMMB OTNER EMPLOYI Rr LIASILfrY E.L EACH ACCIDENT s 100,000 B ANT nN 17M AftTNWnICLrne ---- - - • � .- esFlee DER E><ewDEm SL DISEASE -EA EMPLOYEE S 100,000 If SPECIAL VIOLA W. El DISEASE -POLICY LIMIT s 600,000 OTHER DISABILITY INSURANCE 1722257-001 JAN 104 JAN 105 DISABILITY BENEFITS COVERAGE C DESCRIIPI ION OF OPERATIONS/LOCAT10N1VEHICLES/EXCLUSIONS ADDED ENDORSEMENT/ SPECIAL PROVISIONS TOWN OF SOUTHOLD, C&S ENGINEERS INC, THE FEDERAL AVIATION ADMINISTRATION, AND THE NEW YORK STATE DEPARTMENT OF TRANSPORTATION IS INCLUDED AS AN ADDITIONAL INSURED ON AUTO AND GENERAL LIABILITY POLICIES. AIP PROM CT NO. 3-36-0029-0942(0) NYSDOT PROJECT NO. 0913.09 (C) - --- I I AMMVLA11A1 Wl1 IDRI'1• Wei IDCD 1 CTTCC• ^A\101=1 1 ATI%\I ACORD 16 (200008) E00/ZOO M] Certificate # 4260 ThoMRS, A. UICKerson INIZZV800 9Z95bELL69l XV9 9b:10 V003/90/80 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL to DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE TOWN O SOUT14OLD INSURER, IT'S AGENTS OR REPRESENTATIVES PO ®OX 1179 SOUTHONY 11971 AUTHORIZED REPRESENTATIVE Attention E I ACORD 16 (200008) E00/ZOO M] Certificate # 4260 ThoMRS, A. UICKerson INIZZV800 9Z95bELL69l XV9 9b:10 V003/90/80 IMPORTANT the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement n this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may quire an endorsement. A statement on this certificate does not confer rights to the certificate )1der in lieu of such endorsement(s). DISCLAIMER he Certificate of Insurance on the reverse side of this form does not constitute a contract between ie issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it ffirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (PWV08) Certificate #3878 E00/coo 0 INIZZV803 9Z99V8L1891 XV9 9V:L0 VOOZ/90/80 ENGINEERS DESIGN BUILD TECHNICAL RESOURCES OPERATIONS July 27, 2004 Elizabeth Neville Town Hall, P.O. Box 1179 53095 Route 25 Southold, NY 11971 Re: Elizabeth Field Airport Apron and Access Taxiway AIP Project No. 3-36-0029-09-02(D) NYSDOT Project No. 0913.09(D) File: 211.008 Dear Ms. Neville: C&S Engineers, Inc. 499 Col. Eileen Collins Boulevard Syracuse, NY 13212 phone 315-455-2000 fax 315-455-9667 www.cscos.com We are enclosing the following information for your review and execution: RECEIVED JUL 2 9 2004 Southold Town Clerk • The Original Contract. • Four conformed copies of the Contract. • One copy of the Contractor's Performance Bond. • One copy of the Contractor's Labor and Material Payment Bond. • One copy of the Contractor's Certificates of Insurance. If the enclosed documents meet your approval, please have the original and all copies of the contract executed, sealed, notarized and signed by your attorney. Keep the original contract for your files and return the remaining copies to our office for further processing. If you have any questions or require additional information, please do not hesitate to contact our office. Very truly yours, C&S GINEERS, INC. Bruce . Clark, P.E. Managing Engineer BWC Enclosures cc: Thomas Doherty Kelli R. Walters mla F.\PROJECTQI I - TOWN OF SOUTHOLD\21100802\DESIGN\LETTERS\CLIENTBD.DOC 1/98 IG4 I NCL CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF APRON AND ACCESS TAXIWAY ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD FISHERS ISLAND, NEW YORK FAA AIP PROJECT NO. 3-36-0029-09-02 (D) NYSDOT PROJECT NO. 0913.09 (D) DECEMBER 4, 2003 INSERTED 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 March 15, 2004 Page 1 of 2 ADDENDUM NO. 1 To The Contract Documents For The Construction Of The Apron & Access Taxiway AT Elizabeth Field Airport Town of Southold Fisher's Island, NY 211.008 AIP PROJECT NO.: 3-36-0029-09-02 NYSDOT PROJECT NO.: 0913.09 TO ALL HOLDER OF CONTRACT DOCUMENTS: Your attention is directed to the following interpretations of changes in and additions to the Contract Documents for the construction of the Apron & Access Taxiway Contract at the Elizabeth Field Airport, Fisher's Island, New York. This Addendum is part of the Contract Documents in accordance with the provisions of Article 20-17, ADDENDA AND INTERPRETATIONS. ON THE CONTRACT DRAWINGS: 1. On Sheet No. 2, General and Work Phasing Plan, DELETE General Note number 23 in its entirety and SUBSTITUTE THEREFORE, the following: "23. The Following state of Connecticut DOT materials may be used as substitutes for the following Item Numbers/Descriptions identified below." Connecticut DOT Item Number/Description Equivalent Material - P-214 Crushed Aggregate Base Course M.05.01 P-409 Bituminous Pavement Class 1 - M.04.03 (2" Lifts) (Bituminous Surface Course (Type 7F, Top)) P-603 Bituminous Tack Coat M.04.03 (Type and Grade as specified on SP P-603-1) D-711 Lining M.01.01 D-715 Clean Granular Fill Material M.01.01 L-108 Cushion Sand M.02.01 Concrete — NYSDOT Class (A) Class (A) - M.03.01" FAProject\211 - TOWN OF SOI;THOLD\21100802\DESIGN\LETTERS\Addendum No 1.DOC March 15, 2004 211.008 Page 2 of 2 ' END OF ADDENDUM C&S ENGINEERS, INC. 'ztz� &� Bruce lark, PE Managing Engineer F:\Project\-'ll -TOWN OFSOUTHOLD\21100802\DESiGN',,LETTERS\Addendum No 1.DOC March 19, 2004 Page 1 of I ADDENDUM NO.2 To The Contract Documents For The Construction Of The Apron & Access Taxiway AT Elizabeth Field Airport Town of Southold Fisher's Island, NY AIP PROJECT NO.: 3-36-0029-09-02 NYSDOT PROJECT NO.: 0913.09 TO ALL HOLDER OF CONTRACT DOCUMENTS: 211.008 Your attention is directed to the following interpretations of changes in and additions to the Contract Documents for the construction of the Apron & Access Taxiway Contract at the Elizabeth Field Airport, Fisher's Island, New York. This Addendum is part of the Contract Documents in accordance with the provisions of Article 20-17, ADDENDA AND INTERPRETATIONS. ON THE CONTRACT SPECIFICATIONS: 1. In the Advertisement to Bidders, DELETE the Bid Date "March 25, 2004", and SUBSTITUTE THEREFOR, the Bid Date "April 8, 2004". END OF ADDENDUM C&S ENGINEERS, INC. Bruce . Clark, PE Managing Engineer F:\Project\211 - TOWN OF SOUTHOLDN21100802\DESIGMLETTEMAddendum No 2.DOC ADDENDUM NO.3 To The Contract Documents For The Construction Of The Apron & Access Taavway AT Elizabeth Field Airport Town of Southold Fisher's Island, NY AIP PROJECT NO.: 3-36-0029-09-02 NYSDOT PROJECT NO.: 0913.09 TO ALL HOLDER OF CONTRACT DOCUMENTS: 211.008 Your attention is directed to the following interpretations of changes in and additions to the Contract Documents for the construction of the Apron & Access Taxiway Contract at the Elizabeth Field Airport, Fisher's Island, New York. This Addendum is part of the Contract Documents in accordance with the provisions of Article 20-17,. ADDENDA AND INTERPRETATIONS. ON THE CONTRACT SPECIFICATIONS: 1. In the Special Provisions, Item P-409, Bituminous Pavement, Section 409-4.10 Transporting, Spreading And Finishing, DELETE the second paragraph in its entirety and SUBSTITUTE THEREFOR, the following paragraph "The Contractor shall be required to install 60 tons per hour minimum, and 480 tons per day minimum of bituminous pavement." 2. In the Special Provisions, Item T-902 Topsoil, Seed and Mulch, DELETE the Item in its entirety and SUBSTITUE THEREFOR, the attached Revised Item T-902 Topsoil, Seed and Mulch, Pages SP T- 902-1 to SP T-902-7. IN THE CONTRACT DRAWINGS: 1. On Sheet No. 2 General And Work Phasing Plan, ADD the following General Note, "24. The Contractor may coordinate his/her water supply/source with the Fisher's Island Water District." END OF ADDENDUM C&S ENG RS, INC. Bruce W. ar , PE / C Managing Engineer F:\Project\211 - TOWN OF SOUTHOLD121100802\DFSIGN\LEITERS\Addendum No IDOL [1 ITEM T-902 TOPSOIL, SEED AND MULCH 902-1 DESCRIPTION. 902-1.1 This item shall consist of preparing the ground surface for topsoil application, removing topsoil from designated stockpiles or areas to be stripped on the site, screening, placing, and spreading the topsoil, fertilizer, seed and mulch on prepared areas in accordance with this Specification at the locations shown on the Plans or as directed by the Engineer. 902-2 MATERIALS. 902-2.1 TOPSOIL. Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic to plant growth. Topsoil shall be screened prior to placement such that there are no stones which are greater than 1 inch in diameter. All topsoil shall be reasonably free from subsoil and stumps, roots, brush, clay lumps or similar objects. Brush and other vegetation which will not be incorporated with the soil during handling operations shall be cut and removed. Ordinary sods and herbaceous growth such as grass and weeds are not to be removed but shall be thoroughly broken up and intermixed with the soil during handling operations. The topsoil or soil mixture, unless otherwise specified or approved, shall have a pH range of approximately 5.5 pH to 7.6 pH, when tested in accordance with the methods of testing of the Association of Official Agricultural Chemists in effect on the date of invitation of bids. The organic content shall be not less than 3 % nor more than 20% as determined by the wet - combustion method (chromic acid reduction). There shall be not less than 20% nor more than 80% of the material passing the 200 mesh sieve as determined by the wash test in accordance with AASHTO T 11. Natural topsoil may be amended by the Contractor with approved materials and methods to meet the above Specifications. 902-2.2 SEEDING. The species and application rates of grass, legume and cover -crop seed furnished shall be those stipulated herein. Seed shall conform to the requirements of Federal Specification JJJ-S-181. Seed shall be furnished separately or in mixtures in standard containers with the seed name, lot number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. The Contractor shall furnish the Engineer duplicate signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized laboratory for seed testing within six (6) months of date of delivery. This statement shall include: name and address of laboratory, date of test, lot number of each kind of seed and the results of tests as to name, percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and, in the case of a mixture, the proportions of each kind of seed. Grass seed shall be fresh, recleaned seed of the latest crop. The seed mixture specified below is based on percentage of pure seed (purity exgermination). The exact quantity of bulk seed used will depend on the grade of seed available. The tolerance for P.L.S. shall be those called official and tabulated on pages 22 and 23, United States Department of Agriculture Services and Regulatory Announcement No. 156. ' Seed: Fresh, clean, new crop delivered unopened, bearing guaranteed analysis. Percent Percent Percent By Weight Variety Purity Germination 55 Kentucky Blue Grass 85 80 30 Red Fescue 98 85 15 Perennial Rye Grass 98 90 2101 SP T-902-1 (Revised 3/24/04) T%2.noc 902-2.3 FERTILIZER. Complete, partially organic, containing by weight: ' Nitrogen 10% Phosphorous 6% Potash 4% 902-2.4 MULCH MATERIAL. Acceptable mulch shall be the materials listed below or any approved locally available material that is similar to those specified. Low grade, musty, spoiled, partially rotted hay, straw or other materials unfit for animal consumption will be acceptable. Mulch materials, which contain matured seed of species which would volunteer and be detrimental to the proposed overseeding or to surrounding farmland, will not be acceptable. Straw or other mulch material which is fresh and/or excessively brittle or which is in such an advanced stage of decomposition as to smother or retard the planted grass, will not be acceptable. ' A. Hay. Hay shall be native hay, Sudan grass hay, broomsedge hay, legume hay or similar hay or grass clippings. ' B. Straw. Straw shall be the threshed plant residue of oats, wheat, barley, rye or rice from which grain has been removed. ' C. Hay Mulch Containing Seed. Hay mulch shall be mature hay containing viable seed of native grasses or other desirable species stated in the Special Provisions or as approved by the Engineer. The hay shall be cut and handled so as to preserve the maximum quantity of viable seed. Hay mulch which cannot be hauled and spread immediately after cutting shall be placed in weather -resistant stacks or baled and stored in a dry ' location until used. D. Wood Cellulose. Specially prepared green -dyed and air-dried wood -cellulose fibers, containing no growth ' or germination inhibiting substances, in packages not exceeding 100 pounds gross, with net weight shown on the package, and meeting the following requirements: ' = Moisture Content 0% to 17% Organic Matter (Oven -Dried Basis) 98.4% to 100% Ash Content 0 to 1.6% Water Holding Capacity 1,000% Minimum ' E. Asphalt Binder. Asphalt binder material shall conform to the requirements of ASTM D 977, Type SS -1 or RS -1, as appropriate. ' 902-3 SUBMITTALS AND CERTIFICATIONS. Submittals of "Shop and Setting Drawings", "Working Drawings", "Catalogue Data" and "Certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and Certifications required are as follows: ' - Certificate and test results showing that topsoil meets the requirements specified. - Catalog data and certification showing that the seed mixture percent by weight, percent purity and percent germination meet the requirements specified. Catalog data and certification showing that the guaranteed analysis of fertilizer meets the requirements specified. - Material and source identification for mulch. ' - Representative sample of mulch. 9024 CONSTRUCTION METHODS. ' 9024.1 TOPSOIL. 1 2/01 SP T-902-2 (Revised 3/24/04) -M2. DOC ' 9024.1.1 GENERAL. Areas to be topsoiled shall be shown on the Contract Drawings or as directed by the Engineer. If topsoil is available on the site, the location of the stockpiles or areas to be stripped of topsoil shall be shown on the Contract Drawings or as directed by the Engineer. Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of topsoil and for ' handling and placing of all required materials shall be on hand, in good condition and approved by the Engineer before the various operations are started. 9024.1.2 PREPARING THE GROUND SURFACE. Immediately prior to dumping and spreading the top 3 - inches of topsoil on any area, the surface shall be loosened by discs or spike -tooth harrows, or by other means approved by the Engineer, to a minimum depth of 2 inches to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches in any diameter and all ' litter or other material which may be detrimental to proper bonding, the rise of capillary moisture or the proper growth of the desired planting. Limited areas which are too compact to respond to these operations shall receive special scarification. ' Grades on the area to be topsoiled shall be maintained in a true and even condition. Where grades have not been established, the areas shall be smooth -graded and the surface left in an even and properly compacted condition to prevent, insofar as practical, the formation of low places or pockets where water will stand. 9024.1.3 OBTAINING TOPSOIL. Prior to the stripping of topsoil from designated areas, any vegetation briers, stumps and large roots, rubbish or stones found on such areas, which may interfere with subsequent operations, shall ' be removed using methods approved by the Engineer. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means, shall be removed. The Contractor shall remove suitable on-site topsoil from the designated areas and to the depth as directed by the ' Engineer. The topsoil shall be spread on areas already tilled and smooth -graded or stockpiled in areas approved by the Engineer. Any topsoil stockpiled by the Contractor shall be rehandled and placed without additional compensation. The sites of all stockpiles and areas adjacent thereto which have been disturbed by the Contractor shall ' be graded if required and put into a condition acceptable for seeding. Payment will be made under Item P-152, Unclassified Excavation, for stripping, hauling, stockpiling, rehandling and placing of all topsoil obtained on-site and used in the finished work. All topsoil not used in the finished work shall be placed in locations on the site as designated by the Engineer, and will be paid for under said Item P-152, Excavation and Embankment. ' All topsoil shall be obtained on-site from stripping operations. 9024.1.4 PLACING TOPSOIL. The topsoil shall be evenly spread on the prepared areas to a uniform depth as ' shown on the Contract Drawings after compaction. Spreading shall not be done when the ground or topsoil is frozen, excessively wet or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation or tilling. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means and all stones or rocks (1 inch or more in diameter), roots, litter or any foreign matter shall be raked up and disposed of by the Contractor. After spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the Engineer. The compacted topsoil surface shall conform to the required lines, grades and cross sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. 1 ZOO] SP T-902-3 (Revised 3/24/04) T'902.DOC 9024.2 SEEDING AND FERTILIZING. 9024.2.1 ADVANCE PREPARATION AND CLEANUP. After grading of areas has been completed and before applying fertilizer and ground limestone, areas to be seeded shall be raked or otherwise cleared of stones larger than 1 inch in any diameter, sticks, stumps and other debris which might interfere with sowing of seed, growth of grasses ' or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the application of fertilizer and ground limestone, the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities and repairing other incidental damage. An area to be seeded shall be considered satisfactory and ready to be seeded without additional treatment if it has recently been thoroughly loosened and worked to a depth of not less than 5 inches as a result of grading operations and, if immediately prior to seeding, the top 3 inches of soil is loose, friable, reasonably free from large clods, rocks, ' large roots or other undesirable matter and if shaped to the required grade. However, when the area to be seeded is sparsely sodded, weedy, barren and unworked or packed and hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed of, and the soil then scarified or otherwise loosened to ' a depth not less than 5 inches. Clods shall be broken and the top 3 inches of soil shall be worked into a satisfactory seedbed by discing or by use of cultipackers, rollers, drags, harrows or other appropriate means. ' 9024.2.2 FERTILIZING. Fertilizer shall be applied at the rate of 20 pounds commercial 10-6-4 per 1,000 square feet, worked lightly into top 3 inches of topsoil. 9024.2.3 SEEDING MIXTURE. The seed mixture shall be spread at the rate of 3 pounds per 1,000 square feet, ' utilizing one of the following methods: A. DRY APPLICATION METHOD. ' 1. Fertilizing. Following advance preparations and cleanup, and liming if required, fertilizer shall be uniformly spread at the rate which will provide not less than the minimum quantity specified. ' 2. Seeding. Grass seed shall be sown at the rate specified immediately after fertilizing and the fertilizer and seed shall be raked within the depth range stated herein. Seeds of legumes, either alone or in mixtures, shall be inoculated before mixing or sowing, in accordance with the instructions of the manufacturer of the ' inoculant. When seeding is required at other than the seasons shown on the Plans or in the Specifications, a cover crop shall be sown by the same methods required for grass and legume seeding. ' 3. Rolling. After the seed has been properly covered, the seeded area shall be immediately compacted by means of an approved lawn roller, weighing 40 to 65 pounds per foot of width for clay soil (or any soil having a tendency to pack) and weighing 150 to 200 pounds per foot of width for sandy or light soils. B. WET APPLICATION METHOD. 1. General. The Contractor may elect to apply seed and fertilizer (and lime, if required) by spraying them ' on the previously prepared surface to be seeded in the form of an aqueous mixture and by using the methods and equipment described herein. The rates of application shall be as specified. ' 2. Spraying Equipment. The spraying equipment shall have a container or water tank equipped with a liquid level gauge calibrated to read in increments not larger than 50 gallons over the entire range of the tank capacity, mounted so as to be visible to the nozzle operator. The container or tank shall also be equipped with a mechanical power -driven agitator capable of keeping all the solids in the mixture in complete suspension at all times until used. The unit shall also be equipped with a pressure pump capable of delivering 100 gallons per minute at a pressure of 100 pounds per square inch. The pump shall be mounted in a line which will recirculate the 1 2/01 SP T-902-4 (Revised 3/24/04) ,W2.DCC 1 ' mixture through the tank whenever it is not being sprayed from the nozzle. All pump passages and pipelines shall be capable of providing clearance for 5/8 -inch solids. The power unit for the pump and ' agitator shall have controls mounted so as to be accessible to the nozzle operator. There shall be an indicating pressure gauge connected and mounted immediately at the back of the nozzle. ' The nozzle pipe shall be mounted on an elevated supporting stand in such a manner that it can be rotated through 360 degrees horizontally and inclined vertically from at least 20 degrees below to at least 60 degrees above the horizontal. There shall be a quick -acting, three-way control valve connecting the recirculating line to the nozzle pipe and mounted so that the nozzle operator can control and regulate the ' amount of flow of mixture delivered to the nozzle. At least three different types of nozzles shall be supplied so that mixtures may be properly sprayed over distance varying from 20 feet to 100 feet. One shall be a close -range ribbon nozzle, one a medium -range ribbon nozzle and one a long-range jet nozzle. ' For ease of removal and cleaning, all nozzles shall be connected to the nozzle pipe by means of quick - release couplings. ' In order to reach areas inaccessible to the regular equipment, an extension hose at least 50 feet in length shall be provided to which the nozzles may be connected. 1 2101 SP T-902-5 (Revised 3/24/04) T902.EXX 3. Mixtures. Lime, if required, shall be applied separately, in the quantity specified, prior to the fertilizing and seeding operations. Not more than 220 pounds of lime shall be added to and mixed with each 100 gallons of water. Seed and fertilizer shall be mixed together in the relative proportions specified, but not more than a total of 220 pounds of these combined solids shall be added to and mixed with each 100 ' gallons of water. All water used shall be obtained from fresh water sources and shall be free from injurious chemicals and other toxic substances harmful to plant life. Brackish water shall not be used at any time. The Contractor shall identify to the Engineer all sources of water at least 2 weeks prior to use. The Engineer may take samples of the water at the source or from the tank at any time and have a laboratory test the samples for chemical and saline content. The Contractor shall not use any water from any source which is disapproved by the Engineer following such tests. All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to the area to be seeded. All such mixtures shall be used within 2 hours from the time they are mixed or they shall be wasted and disposed of at locations acceptable to the Engineer. 4. Spraying. Lime, if required, shall be sprayed only upon previously prepared seedbeds. After the applied lime mixture has dried, the lime shall be worked into the top 3 inches, after which the area to be seeded ' shall again be properly graded and dressed to a smooth finish. Mixtures of seed and fertilizer shall only be sprayed upon previously prepared seedbeds on which the ' lime, if required, shall already have been worked in. The mixtures shall be applied by means of a high- pressure spray which shall always be directed upward into the air so that the mixtures will fall to the ground like rain in a uniform spray. Nozzles or sprays shall never be directed toward the ground in such a manner as might produce erosion or runoff. Particular care shall be exercised to insure that the application is made uniformly and at the prescribed rate ' and to guard against misses and overlapped areas. Proper predetermined quantities of the mixture in accordance with specifications shall be used to cover specified sections of known area. Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets of paper or pans over the area at intervals and observing the quantity of material ' deposited thereon. On surfaces which are to be mulched as indicated by the Plans or designated by the Engineer, seed and fertilizer applied by the spray method need not be raked into the soil or rolled. However, on surfaces on ' which mulch is not to be used, the raking and rolling operations will be required after the soil has dried. 1 2101 SP T-902-5 (Revised 3/24/04) T902.EXX 9024.2.4 MAINTENANCE OF SEEDED AREAS. The Contractor shall protect seeded areas against traffic or ' other use by warning signs or barricades, as approved by the Engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. 1 When either the dry or wet application method outlined above is used for work done out of season, it will be required that the Contractor establish a good stand of grass of uniform color and density to the satisfaction of the Engineer. If at the time when the Contract has been otherwise completed it is not possible to make an adequate determination of the color, density and uniformity of such stand of grass, payment for the unaccepted portions of the areas seeded will be withheld until such time as these requirements have been met. ' 9024.3 MULCHING. 9024.3.1 GENERAL. Before spreading mulch, all large clods, stumps, stones, brush, roots and other foreign ' material shall be removed from the area to be mulched. Mulch shall be applied immediately after seeding. The spreading of the mulch may be by hand methods, blower or other mechanical methods, provided a uniform covering is obtained. Mulch material shall be furnished, hauled and evenly applied on the area shown on the Plans or designated by the Engineer. Straw or hay shall be spread over the surface to a uniform thickness at the rate of 2 to 3 tons per acre to provide a loose depth of not less than 1-1/2 inches nor more than 3 inches. Other organic material shall be spread at ' the rate directed by the Engineer. Mulch may be blown on the slopes and the use of cutters in the equipment for this purpose will be permitted to the extent that at least 95% of the mulch in place on the slope shall be 6 inches or more in length. When mulches applied by the blowing method are cut, the loose depth in place shall be not less than 1 inch nor more than 2 inches. Hydraulically apply wood -cellulose fiber. It may be incorporated as an integral part of the slurry after the seed and soil supplements have been thoroughly mixed. Apply uniformly at the rate of 320 pounds per 1,000 square yards, ' unless otherwise indicated. 9024.3.2 SECURING MULCH. The mulch shall be held in place by light discing, a very thin covering of topsoil, small brush, pins, stakes, wire mesh, asphalt binder or other adhesive material approved by the Engineer. Where mulches have been secured by either of the asphalt binder methods, it will not be permissible to walk on the slopes after the binder has been applied. The Contractor is warned that in the application of asphalt binder material he must ' take every precaution to guard against damaging or disfiguring structures or property on or adjacent to the areas worked and that he will be held responsible for any such damage resulting from his operations. If the "Peg and String" method is used, the mulch shall be secured by the use of stakes or wire pins driven into the ground on 5- foot centers or less. Binder twine shall be strung between adjacent stakes in straight lines and crisscrossed diagonally over the mulch, after which the stakes shall be firmly driven nearly flush to the ground to draw the twine down tight onto the mulch. ' 9024.3.3 CARE AND REPAIR. A. The Contractor shall care for the mulched areas until final acceptance of the Project. Such care shall consist ' of providing protection against traffic or other use by placing warning signs as approved by the Engineer and erecting any barricades that may be shown on the Plans before or immediately after mulching has been completed on the designated areas. B. The Contractor shall be required to repair or replace any mulching that is defective or becomes damaged until the project is finally accepted. When, in the judgment of the Engineer, such defects or damages are the result of poor workmanship or failure to meet the requirements of the Specifications, the cost of the necessary repairs or replacement shall be borne by the Contractor. However, once the Contractor has 1 2101 SP T-902-6 (Revised 3/24/04) r9oz.Xoc completed the mulching of any area in accordance with the provisions of the Specifications and to the satisfaction of the Engineer, no additional work at his expense will be required, but subsequent repairs and ' replacements deemed necessary by the Engineer shall be made by the Contractor and will be paid for as additional or extra work. ' C. If the "Asphalt Spray" method is used, all mulched surfaces shall be sprayed with asphalt binder material so that the surface has a uniform appearance. The binder shall be uniformly applied to the mulch at the rate of approximately 8.0 gallons per 1,000 square feet or as directed by the Engineer, with a minimum of 6.0 gallons and a maximum of 10 gallons per 1,000 square feet depending on the type of mulch and the effectiveness of the binder securing it. Bituminous binder material may be sprayed on the mulched slope areas from either the top or the bottom of the slope. An approved spray nozzle shall be used. The nozzle shall be operated at a distance of not less than 4 feet from the surface of the mulch and uniform distribution ' of the bituminous material shall be required. A pump or an air compressor of adequate capacity shall be used to insure uniform distribution of the bituminous material. D. If the "Asphalt Mix" method is used, the mulch shall be applied by blowing and the asphalt binder material ' shall be sprayed into the mulch as it leaves the blower. The binder shall be uniformly applied to the mulch at the rate of approximately 8.0 gallons per 1,000 square feet or as directed by the Engineer, with a minimum of 6.0 gallons and a maximum of 10 gallons per 1,000 square feet depending on the type of mulch and the ' effectiveness of the binder securing it. 902-5 METHOD OF MEASUREMENT. ' 902-5.1 The quantity of seeding and mulching to be paid for shall be the number of square yards measured on the ground surface outside the limits of pavement, but within the Excavation and Embankment limits shown on the Contract Drawings, completed and accepted. No measurement will be made for direct payment of top soiling obtained on-site, as the cost of furnishing and placing topsoil shall be considered as a subsidiary obligation in the completion of Item P-152, Excavation and Embankment. ' 902-6 BASIS OF PAYMENT. 902-6.1 Payment shall be made at the contract unit price per square yard for seeding and mulching. This price shall t be full compensation for furnishing and placing all material and for all labor, equipment, tools and incidentals necessary to complete the work prescribed in this item. No payment will be made separately or directly for topsoil obtained on-site. Partial payment may be made as the work progresses at the discretion of the Engineer. ' Payment will be made under: Item T-902-6.1 - Topsoil, Seed and Mulch - Per Square Yard IEND OF ITEM 1 2/01 SP T-902-7 (Revised 3/24/04) r9M_ooc 1 1 1 1 1 1 1 1 1 I 1 211.008.002 CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF APRON AND ACCESS TAXIWAY OF NEW ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD FISHERS ISLAND, NEW YORK FAA AIP PROJECT NO. 3-36-0029-09-02 (D) NYSDOT PROJECT NO. 0913.09 (D) DECEMBER 4, 2003 C&S ENGINEERS, INC. 499 Col. Eileen Collins Boulevard Syracuse, New York 13212 Bruce W. Clad:, P.E. - N.Y.S.P.E. Lic. No. 071906 NO ALTERATION PERMITTED HEREIN EXCEPT AS PROVIDED UNDER SECTION 7209 SUBDIVISION 2 OF THE NEW YORK STATE EDUCATION LAW. 1 ADVERTISEMENT TABLE OF CONTENTS QUANTITIES FOR CANVASS OF BIDS GENERAL PROVISIONS Section 10 - Definition of Terms Section 20 - Proposal Requirements and Conditions 20-01 - Notice to Contractors 20-02 - Prequalification of Bidders 20-03 - Contents of Proposal Form 20-04 - Issuance of Proposal Forms 20-05 - Interpretation of Estimated Proposal Quantities 20-06 - 20-07 - Examination of Plans, Specifications and Site Preparation of Proposal 20-08 Irregular Proposals 20-09 - Proposal Guarantee 20-10 - Delivery of Proposal 20-11 - Withdrawal or Revision of Proposals 20-12 - Public Opening of Proposals 20-13 - 20-14 - Disqualification of Bidders Material Guarantee 20-15 - Requirements for Corporation, Firm, Partnership or Individual from Different States 20-16 - Public Liability Insurance for Construction Contract 20-17 - Addenda and Interpretation 20-18 - Sales Tax Exemption 20-19 - State Provisions 20-20 - General Municipal Law and State Finance Law 20-21 - Equal Employment Opportunity Requirements 20-22 - State and Federal Participation 20-23 - Wage Rates Contract Section 30 - Award and Execution of 30-01 - Consideration of Proposals 30-02 - Award of Contract 30-03 - Cancellation of Award 30-04 - Return of Proposal Guarantee 30-05 - Requirements of Contract Bonds 30-06 - Execution of Contract 30-07 - Approval of Contract 30-08 - Failure to Execute Contract 30-09 - Commencement and Completion 30-10 - Power of Attorney 30-11 - Contract Drawings Furnished to Contractors BID AGREEMENT 3/03 TOC -1 50-01 - Authority of the Engineer Section 40 - Scope of Work 40-01 - Intent of Contract 40-02 - Alteration of Work and Quantities 40-03 - Omitted Items 40-04 - Extra Work 40-05 - Maintenance of Traffic 40-06 - Removal of Existing Structures 40-07 - Rights In and Use of Materials Found In the Work 40-08 - Final Cleaning Up 40-09 - Debris 40-10 - Subsurface Conditions 50-14 - Partial Acceptance Section 50 - Control of Work 50-01 - Authority of the Engineer 50-02 - Conformity with Plans and Specifications 50-03 Coordination of Contract, Plans and Specifications 50-04 - Cooperation of Contractor 50-05 - Cooperation Between Contractors 50-06 - Construction Layout and Stakes 50-07 - Automatically Controlled Equipment 50-08 - Authority and Duty of Inspectors 50-09 - Inspection of the Work 50-10 - Removal of Unacceptable and Unauthorized Work 50-11 - 50-12 - Load Restrictions Maintenance During Construction 50-13 - Failure to Maintain the Work 50-14 - Partial Acceptance 50-15 - Final Acceptance 50-16 - Claims for Adjustment and Disputes 50-17 - Shop and Setting Drawings and Catalogue Data 50-18 - Electrical Shop Drawings 50-19 - Shop Drawing Approval Procedure 50-20 Removal of Water 50-21 - Sheeting and Bracing Section 60 - Control of Materials 60-01 - Source of Supply and Quality Requirements 60-02 - Samples, Tests and Cited Specifications 60-03 - Certification of Compliance 60-04 - Plant Inspection 60-05 - Field Office 60-06 - Storage of Materials 60-07 - Unacceptable Materials 60-08 - Owner -Furnished Materials Section 70 - Legal Relations and Responsibility to Public 70-01 - Laws to be Observed 70-02 - Permits, Licenses and Taxes 70-03 - Patented Devices, Materials and Processes 70-04 - Restoration of Surfaces Disturbed by Others 70-05 - Federal Aid Participation 3/03 TOC -2 I r 1 I 1 3/03 TOC -3 70-06 - Sanitary, Health and Safety Provisions 70-07 - Public Convenience and Safety 70-08 - Barricades, Warning Signs and Hazard Markings 70-09 - Use of Explosives 70-10 - Protection and Restoration of Property and Landscape 70-11 - Responsibility for Damage Claims 70-12 - Third Party Beneficiary Clause 70-13 - Opening Sections of the Work to Traffic 70-14 - Contractors Responsibility for Work 70-15 - Contractors Responsibility for Utility Service and Facilities of Others 70-16 -Furnishing Rights -of -Way 70-17 - Personal Liability of Public Officials 70-18 - No Waiver of Legal Rights 70-19 - Environmental Protection 70-20 - Archaeological and Historical Findings 70-21 - NYSDOT Airport Development Contract Requirements 70-22 - Required Provisions for Federally Assisted Airport Construction Projects 70-23 - General Municipal and State Finance Law 70-24 = New York State Participation Section 80 Prosecution and Progress 80-01 - Subletting of Contract 80-02 - Notice to Proceed 80-03 - Prosecution and Progress 80-04= 80-05 - Limitation of Operations Character of Workers, Methods and Equipment 80-06 Temporary Suspension of the Work 80-07 - Determination and Extension of Contract Time 80-08 - Failure to Complete on Time 80-09 - Default and Termination of Contract 80-10 - Termination for National Emergencies 80-11 - Aviation Safety Requirements During Construction (Safety Plan) 80-12 - Specific Airport Operating Requirements Section 90 - Measurement and Payment 90-01 - Measurement of Quantities 90-02 - Scope of Payment 90-03 - Compensation for Altered Quantities 90-04 - Payment for Omitted Items 90-05 - Payment for Extra and Force Account Work 90-06 - 90-07 - Partial Payments Payment for Materials on Hand 90-08 - Acceptance and Final Payment 90-09 - Guarantee 90-10 - Security for Guarantee 90-11 - Lien Law 1 I 1 3/03 TOC -3 SPECIAL PROVISIONS Item Number PLANS P-151 P-152 P-156 P-214 P-409 P-603 P-605 P-612 P-620 P-625 D-701 D-709 D-710 D-711 D-715 D-751 T-902 L-108 L-110 L-125 L-126 M-100 M-150 M-200 Sheet Number 1 2 3 4 5 6 7 Description Clearing, Grubbing and Tree Removal Excavation and Embankment Soil Erosion and Sediment Control Crushed Aggregate Base Course Bituminous Pavement Bituminous Tack Coat Joint Sealing Filler Field Office Runway and Taxiway Painting Coal -Tar Pitch Emulsion Sealcoat Pipe for Storm Drains and Culverts Filter Fabric Stabilization Fabric Lining Clean Granular Fill Material Catch Basins and Manholes Topsoil, Seed and Mulch Underground Cable for Airports Airport Underground Electrical Duct Airport Lighting & Navigational Systems Aircraft Tie -Downs and Static Ground Rods Maintenance and Protection of Traffic Project Survey and Stakeout Mobilization Title Title Sheet General and Work Phasing Plan Grading Plan, Profile and Legend Pavement Sections and Details Marking and Electrical Plan Miscellaneous Details Drainage Details END OF SECTION 3/03 TOC -4 f 1 i 1 1 1 1 1 1 1 1 1 1 1 Y 1 i r ADVERTISEMENT NOTICE TO CONTRACTORS FOR THE CONSTRUCTION OF APRON AND ACCESS TAXIWAY AT THE ELIZABETH FIELD AIRPORT NOTICE IS HEREBY GIVEN that in accordance with the provisions of Section 103 of the General Municipal Law, sealed bids are sought and requested for the construction of Apron and Access Taxiway at the Elizabeth Airport, Fishers Island, Southold, New York Sealed bids for the construction of Apron and Access Taxiway Contract will be received at the Town Clerk's Office, 53095 Main Road, Southold, New York until 10:00 A.M., local time, March 25, 2004, and there, at said office, at said time, publicly opened and read aloud. The proposed project consists of the construction of approximately 37,500 SF of apron with tie downs for 7 small aircraft, and 180 linear feet of 25 foot wide access taxiway to Runway 7-25. The proposed development generally includes construction of a 4 -inch thick asphalt pavement above a 8 -inch layer of aggregate base course. This includes the associated excavation, grading, paving, drainage, and marking that is necessary to complete construction. ' The Contract Documents, consisting of the Advertisement, General Provisions, Bid, Agreement, Special Provisions and Contract Drawings, may be obtained from the Town Clerk's Office, 53095 Main Road, Southold, New York (Elizabeth Neville @ 631-765-1800) or the Fishers Island Ferry District office on Fishers Island (Thomas Doherty @ 631-788-7463), upon deposit of fifty dollars ($50.00) per set (check only), payable to the Town of Southold. Any bidder, submitting a sealed bid, upon returning the drawings in good condition within thirty (30) days of the bid date will be refunded the full amount of his deposit. Non -bidders will not be refunded their deposits. Parties failing to conform to the above conditions within the prescribed allotted time shall forfeit their deposits as heretofore set forth and shall have no recourse against the Town of Southold for refunds of the Plans and Specifications deposit. Prospective bidders may contact Thomas Doherty, Port Manager of the Fishers Island Ferry District, to schedule a site visit to examine the project site. Any questions regarding this project may be directed to Bruce W. Clark, of C&S Engineers, Inc. in Syracuse, NY, at (315) 455-2000, Fax (315) 455-9667. Copies of the above described Contract Documents may be examined at no expense at the Town Clerk's Office, 53095 Main Road, Southold, New York, and at the Office of C&S Engineers, Inc., 499 Col. Eileen Collins Boulevard, Syracuse, New York 13212 (315-455-2000), and at the Fishers Island Ferry District Office Qn Fishers 1/ Island. C I �l�16f��F Each bid must be accompanied by a certified check or bid bond, in the amount of ten percent (10%) of the total maximum bid price (combination of base bid or alternate bid plus add-on items) for the contract in the form and subject to the conditions provided in the Preparation of Proposal. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and all informalities in any bid should it be deemed in the best interest of the Town of Southold to do so v04 ADVA All bids must be signed and sealed in envelopes plainly marked "BID ON APRON AND ACCESS TAXIWAY AT THE ELIZABETH AIRPORT" and submitted to the Town Clerk. The bid price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. Dated: February 24, 2004 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK END OF SECTION 1 r [7 1 1 2104 ADV -2 1 r ELIZABETH FIELD AIRPORT FISHER'S ISLAND, NEW YORK TOWN OF SOUTHOLD APRON AND ACCESS TAXIWAY QUANTITIES FOR CANVASS OF BIDS 211.008.002 10/10/03 LJ IPAGE -1 ITEM NO FAA SPEC DESCRIPTION QUANTITY UNITS 1 P-151 CLEARING & GRUBBING 1 LS 2 P-152 UNCLASSIFIED EXCAVATION 1,550 CY 3 P-156 SILT FENCE 390 LF 4 P-156 STRAW BALE DIKE 85 LF 5 P-156 STORM DRAIN INLET PROTECTION IN TURF 5 EACH 6 P-214 CRUSHED AGGREGATE BASE COURSE 1,580 CY 7 P-409 BITUMINOUS SURFACE COURSE (TYPE 7F, TOP) 495 TON 8 P-409 BITUMINOUS BASE COURSE (TYPE 3, BINDER) 820 TON 9 P-603 BITUMINOUS TACK COAT 280 GAL 10 P-612 FIELD OFFICE 1 LS 11 P-620 RUNWAY & TAXIWAY PAINTING WITH GLASS BEADS 1,450 SF 12 P-625 COAL -TAR PITCH EMULSION SEALCOAT 4,200 SY 13 D-701 12 -INCH DIA. SICPP 335 LF 14 D-710 STABILIZATION FABRIC 48,890 SF 15 D-751 DRYWELL 3 EACH 16 D-751 CATCH BASIN 1 EACH 17 T-902 TOPSOIL, SEED AND MULCH 3,840 SY 18 L-110 4 -WAY ELECTRICAL DUCT BANK, TYPE I 45 LF 19 L-125 ELECTRICAL SPLICE CAN 4 EACH 20 L-125 RETROREFLECTIVE TAXIWAY GUIDANCE SIGN NO. 1 1 EACH 21 L-125 RETROREFLECTIVE TAXIWAY GUIDANCE SIGN NO.2 1 EACH 22 L-125 RETROREFLECTIVE TAXIWAY GUIDANCE SIGN NO.3 1 EACH 23 L-125 RETROREFLECTIVE TAXIWAY GUIDANCE SIGN NO.4 1 EACH 24 25 L-125 L-125 RETROREFLECTIVE PAVEMENT EDGE MARKERS MODIFICATIONS TO EXISTING ELEVATED R/W LIGHTS 23 EACH 1 EACH 26 L-126 TIE -DOWNS IN FLEXIBLE PAVEMENT 21 EACH 27 28 M-100 M-150 MAINTENANCE AND PROTECTION OF TRAFFIC PROJECT SURVEY & STAKEOUT 1 1 LS 29 M-200 MOBILIZATION (4% MAXIMUM) 1 LS LS LJ IPAGE -1 1 SECTION 10 DEFINITION OF TERMS ' Whenever the following terms are used in these Specifications, in the Contract, in any documents or other instruments pertaining to construction where these Specifications govern, the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 AIP. The Airport Improvement Program, a grant-in-aid program, administered by the Federal Aviation Administration. 10-05 AIR OPERATIONS AREA. For the purpose of these Specifications, the term air operations area shall mean any area of the airport used or intended to be used for the landing, takeoff or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway or apron. 10-06 AERPORT. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft and includes its buildings and facilities, if any. The name of the Airport for which bids are being taken is the Elizabeth Field Airport, Town of Southold, Fishers Island, New York. 10-07 ASTM. The American Society for Testing and Materials. 10-08 AWARD. The acceptance, by the Owner, of the successful bidder's proposal. 10-09 BIDDER. Any individual, partnership, firm or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-10 BUILDING AREA. An area on the airport to be used, considered or intended to be used for airport buildings or other airport facilities or rights-of-way together with all airport buildings and facilities located thereon. 10-11 CALENDAR DAY. Every day shown on the calendar. 10-12 CHANGE ORDER. A written order to the Contractor covering changes in the Plans, Specifications or proposal quantities and establishing the basis of payment and Contract time adjustment, if any, for the work affected by such changes. The work, covered by a Change Order, shall be within the scope of the Contract. 10-13 CONTRACT (CONTRACT DOCUMENTS). The written Agreement covering the work to be performed. The awarded Contract shall include but is not limited to: The Advertisement; The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates, The Specifications; The Plans; and any addenda issued to bidders. 10-14 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the Contract. 10-15 CONTRACT TME. The number of calendar days or working days stated in the proposal, allowed for 5/02 GP 10-1 f 11 completion of the Contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the Contract shall be completed by that date. 10-16 CONTRACTOR. The individual, partnership, firm or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the Contract work. 10-17 DRAINAGE SYSTEM. The system of pipes, ditches and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-18 ENGINEER. The individual, partnership, firm or corporation duly authorized by the Owner (sponsor) to be responsible for engineering supervision of the Contract work and acting directly or through an authorized representative. The Consulting Engineer, as a duly authorized representative of the Sponsor, is C&S Engineers, Inc., 499 Col. Eileen Collins Boulevard, Syracuse, New York 13212. 10-19 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-20 EXTRA WORK. An item of work not provided for in the awarded Contract, as previously modified by Change Order or Supplemental Agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the Contract as previously modified. 10-21 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his/her duly authorized representative. 10-22 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. They may be obtained from: DODSSP Standardization Document Order Desk 700 Robbins Avenue, Bldg. 4D Philadelphia, PA 19111-5094 10-23 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary inspections and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. The Inspector shall be a representative from the firm of C&S Engineers, Inc. 10-24 INTENTION OF TERMS. Whenever, in these Specifications or on the Plans, the words "directed," .required," "permitted," "ordered," "designated," "prescribed," or words of the like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the Owner. Any reference to a specific requirement of a numbered paragraph of the Contract Specifications or a cited standard shall be interpreted to include all general requirements of the entire section, Specification item, or cited standard that may be pertinent to such specific reference. 10-25 LABORATORY. The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer. 10-26 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the sim_ GP 10-2 1 I airport surface. 10-27 MAJOR AND MINOR CONTRACT ITEMS. A major Contract Item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than twenty percent (20%) of the total amount of the awarded Contract. All other items shall be considered minor Contract Items. 10-28 MATERIALS. Any substance specified for use in the construction of the Contract work. 10-29 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual Contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the Contract time begins. 10-30 OWNER (SPONSOR). The term Owner shall mean the party of the first part or the contracting agency signatory to the Contract. For AIP Contracts, the term sponsor shall have the same meaning as the term Owner. Whenever the words "Owner", "Sponsor", "Town", "Town of Southold" or "Party of the first part" are used, the same are understood to mean the Town of Southold, New York, or its representative duly authorized to act. 10-31 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-32 PAYMENT BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that he will pay in full all bills and accounts for materials and labor used in the construction of the work. 10-33 PERFORMANCE BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the Contract. 10-34 PLANS (CONTRACT DRAWINGS). The official drawings, "Contract Drawings" or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to ibe considered as a part of the Contract, supplementary to the Specifications. ■ 10-35 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. The proposed project consists of the construction of approximately 37,500 SF of apron with tie downs for 7 small aircraft, and 180 linear feet of 25 foot wide access taxiway to Runway 7-25. The proposed development generally includes construction of a flinch thick asphalt pavement above a 8 -inch layer of aggregate base course. This includes the associated excavation, grading, paving, drainage, and marking that is necessary to complete construction. 10-36 PROPOSAL. The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the Plans and Specifications. 10-37 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder will enter into a Contract if his/her proposal is accepted by the Owner. 10-38 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-39 SPECIFICATIONS. A part of the Contract containing the written directions and requirements for completing the Contract work. Standards for specifying materials or testing which are cited in the Contract Specifications by reference shall have the same force and effect as if included in the Contract physically. 10-40 STRUCTURES. Airport facilities; such as, bridges, culverts, catch basins, inlets, retaining walls, cribbing, storm and sanitary sewer lines, water lines, underdrains, electrical ducts, manholes, handholes, lighting fixtures and bases, transformers, flexible and rigid pavements, navigational aids, buildings, vaults, and other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 1 sroz GP 10-3 1041 SUBCONTRACTOR. The Subcontractor refers only to those having a direct contract with the Contractor and it includes one who furnished material worked to a special design according to plans and specifications, but does not include one who merely furnishes material not so worked. 1042 SUBGRADE. The soil which forms the pavement foundation. 1043 SUPERINTENDENT. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 1044 SUPPLEMENTAL AGREEMENT. A written Agreement between the Contractor and the Owner covering: 1) work that would increase or decrease the total amount of the awarded Contract, or any major Contract Item, by more than twenty-five percent (25 %), such increased or decreased work being within the scope of the originally - awarded Contract, or 2) work that is not within the scope of the originally -awarded Contract. 1045 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds which are furnished to the Owner by the Contractor. 10-46 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas. 1047 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the Contract, Plans, and Specifications. 10-48 WORKING DAY. A Working Day shall be defined as an eight (8) hour shift on any day other than a legal holiday, Saturday, or Sunday. One Working Day shall be charged against Contract Time for any Working Day on which the Contractor is able to proceed with work for at least six (6) hours toward completion of the Contract. One- half Working Day shall be charged against Contract Time for any Working Day on which the Contractor is able to proceed with work for at least three (3) hours toward completion of the Contract. Legal holidays, Saturdays and Sundays on which the Contractor engages in work, requiring the presence of an inspector, will be considered Working Days. Working Days will not be charged against Contract Time if work is suspended for causes beyond the Contractor's control. 1049 DATUM. All elevations shown on the Plans refer to USGS Datum, unless otherwise shown or specified. 10-50 EQUIVALENTS. Whenever in these Specifications any particular brand, material or device is specified, with or without the term "or equal" or "other approved" or similar qualification, it is to be regarded as indicating the standard of excellence required. Another brand, material or device of equal merit in the opinion of the Engineer may be used, provided that the Contractor in his bid or proposal has stated what article he proposed to furnish in place of that specified. In case no such statement is made, the Contractor will be considered to contemplate the particular goods named. 10-51 RESIDENT ENGINEER. The representative of the Owner directly in charge of the work. For this project, the Resident Engineer will be the firm of C&S Engineers, Inc. END OF SECTION sioz GP 10-4 SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 NOTICE TO CONTRACTORS. tA. Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246, as amended). 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. The goals for minority and female participation, expressed in percentage terms for the Contractor's Work Force on all construction work in the covered area, are as follows: Goals for Minority Goals for Female Participation Participation 5.8% 6.9% These goals are applicable to all the Contractor's Construction Work Force (whether or not it is Federal or Federally -assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its federally involved and nonfederally involved construction. The Contractor's compliance with the executive order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR Part 60-4.3(a), and its efforts to meet the goals established for the geographical area where the contract resulting from this solicitation is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the Contract, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project, for the sole purpose of meeting the Contractor goals shall be a violation of the Contract, the executive order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director, OFCCP, within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the Contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the Contract is to be performed. j4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is Suffolk County, New York. 5. BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (JAN 1991) (a) The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Program. The following terms apply: 2/03 GP 20-1 1. Steel and Manufactured Products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs (b) (1) or (2) shall be treated as domestic. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of Components. This means the costs for production of the components exclusive of final assembly labor costs. (b) The successful bidder will be required to deliver and to assure that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, except those (1) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; (2) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest; or (3) that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. B. Bidders are hereby notified that all bids may be rejected if the lowest responsive bid received exceeds the Engineer's Opinion of Construction Cost by more than seven percent (7%) and it is determined that an award of Contract would cause excessive inflationary impact. 20-02 PREQUALIFICATION OF BIDDERS. Each bidder may be required to furnish the Owner satisfactory evidence of his/her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. In addition, each bidder may be required to furnish the Owner satisfactory evidence of his/her financial responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder's financial resources and liabilities as of the last calendar year or the Contractor's last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether his/her financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the public accountant's statement or report to reflect his/her (bidder's) true financial condition at the time such qualified statement or report is submitted to the Owner. Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the Owner within forty-eight (48) hours after the time such evidence is requested. 20-03 CONTENTS OF PROPOSAL FORMS. The Owner shall furnish bidders with proposal forms. All papers bound with or attached to the proposal forms are necessary parts and must not be detached. The Plans, Specifications, and other documents designated in the proposal form shall be considered a part of the proposal. 20-04 ISSUANCE OF PROPOSAL FORMS. The Owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: 2103 GP 20-2 A. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. B. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with ' the Owner) at the time the Owner issues the proposal to a prospective bidder. C. Contractor default under previous contracts with the Owner. D. Unsatisfactory work on previous contracts with the Owner. 20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these Specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the Contract. The Owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the Plans and Specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal, Plans, Specifications, and Contract forms. He shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed Contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed Contract, Plans and Specifications. Boring logs and other records of subsurface investigations and tests, if applicable, are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the Plans, Specifications, or otherwise made available to the bidder, was obtained and is intended for the Owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which he may make or obtain from his/her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the Owner. 20-07 PREPARATION OF PROPOSAL. DO NOT REMOVE the bid forms from this book. All Contract Documents, except the separately bound Contract Drawings, must be submitted with the bid. The bidder shall submit his/her proposal on the forms attached hereto. All blank spaces in the proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) both in words and numerals for which he proposes to do each payment item furnished in the proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern. DO NOT ROUND OFF NUMERALS. Bids will be compared, computed and canvassed on the basis of the approximate estimate and quantities stated in the bid. The bidder shall sign his/her proposal correctly and in ink. If the proposal is made by an individual, his/her name and post office address must be shown. If made by a partnership, the name and post office address of each member of the partnership must be shown. If made by a corporation, the person signing the proposal shall give the name of the State under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his/her authority to do so and that the signature is binding upon the firm or corporation. 1 2ro3 GP 20-3 Each bidder is required to state in his bid the names and places of residence of any and all persons interested in the bid; that the bid is made without any connection with any person making another bid for the same contract; and that it is in all respects fair and without collusion or fraud. Each bid must be made upon the printed proposal, which is part of this notice, sealed with a standard envelope and endorsed upon the outside of the envelope with the name of the work to which the enclosed bid relates. 20-08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons: A. If the proposal is on a form other than that furnished by the Owner, or if the Owner's form is altered, or if any part of the proposal form is detached. B. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind which make the proposal incomplete, indefinite, or otherwise ambiguous. C. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. D. If the proposal contains unit prices that are obviously unbalanced. E. If the proposal is not accompanied by the proposal guaranty specified by the Owner. The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 20-09 PROPOSAL GUARANTY. Each separate proposal shall be accompanied by a certified check or bid bond payable to the order of the Town of Southold in the amount of ten percent (10%) of the total maximum bid price (combination of base bid or alternate bid plus add-on items) for the Contract. 20-10 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably certified, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-11 Wrl DRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that bidder's request for withdrawal is received by the Owner in writing or by telegram before the time specified for opening bids. Revised proposals must be received at the place specified in the Advertisement before the time specified for opening all bids. No bid will be accepted from or Contract awarded to any person who is in arrears to the Owner upon debt of Contract or who is in default, as Surety or otherwise, upon any obligations to the said Owner. 20-12 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened and read, publicly at the time and place specified in the Advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals received after the time specified for opening bids shall be returned to the bidder unopened. 20-13 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the following reasons: A. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. B. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has been reinstated by the Owner as 2M3 GP 20-4 a qualified bidder. C. If the bidder is considered to be in "default" for any reason specified in the subsection titled ISSUANCE OF PROPOSAL FORMS of this section. 20-14 MATERIAL GUARANTY. Before any Contract is awarded, the bidder may be required to furnish a complete statement of the origin, composition, or manufacture of any or all materials proposed to be used in the construction of the work, together with samples, which may be subjected to the tests provided for in these Specifications to determine their quality and fitness for the work. 20-15 REQUIREMENTS FOR CORPORATION, FIRM, PARTNERSffiP, OR INDIVIDUAL FROM DIFFERENT STATES. Before any Contract is awarded, a bidder from another State or possession, other than that in which the proposed work is located, must conform to the statutes of that State and may be required to furnish a certificate from the Secretary of State showing that he is authorized to do business in the State or possession. 20-16 PUBLIC LIABILITY INSURANCE FOR CONSTRUCTION CONTRACT. The Contractor, at his own expense, shall procure and maintain, until final acceptance by the Owner of the work covered by the Contract, comprehensive liability insurance for damages imposed by law of the kinds and in the amounts hereinafter provided, written by a financially solvent insurance company authorized to do such business and write such coverage in the place where the Project is located, covering all operations under the Contract, whether performed by the Contractor or by its Subcontractor(s). Before commencing the work, the Contractor shall furnish to the Owner three (3) certificates of insurance, in satisfactory form to the Owner, showing that the Contractor has complied with the requirements of this Section. The policies and certificates shall provide that the policies shall not be changed or canceled until thirty (30) days after written notice thereof has been given to each of the Additional Insureds listed below. Property damage insurance shall include coverage for explosion collapse and underground operations (X C U hazards). A. The kinds and amounts of insurance are as follows: 1. General Liability insurance policies shall be Commercial General Liability Insurance and shall be written on an Occurrence basis with the following minimum limits: Each Occurrence $1,000,000 General Aggregate $3,000,000 As an alternative to the above limits for General Aggregate and Each Occurrence, Contractor may elect to provide Excess Liability Insurance. Excess Liability coverage shall likewise be written on an Occurrence basis. If the Contractor so elects, then the sum of the General Liability Each Occurrence limit and the Excess Liability Each Occurrence limit shall total at least $1,000,000. The sum of the General Liability General Aggregate limit and the Excess Liability Aggregate limit shall total at least $3,000,000. 2. Automobile Liability policies shall cover "All Owned", "Scheduled", "Hired" and "Non -Owned" autos. The minimum Combined Single Limit shall be $1,000,000. As an alternative to the above limit for Automobile Liability, Contractor may elect to provide Excess Liability Insurance. Excess Liability coverage shall be written on an Occurrence basis. If the Contractor so elects, then the sum of the Combined Single Limit and the Excess Liability Each Occurrence limit shall total at least $1,000,000. 3. Policy or policies covering the obligations of the Contractor in accordance with the provisions of any applicable Worker's Compensation or Disability Benefits Law, including (for the State of New York) Chapter 41, Laws of 1914, as amended, known as the Worker's Compensation Law, and amendments thereto, and Chapter 600 of the Laws of 1949, as amended, known as the Disability Benefits Law. B. This insurance shall be primary over all other collectible insurance. 1 2/03 GP 20-5 C. Anti -subrogation applies to General Liability and to Automobile Liability. D. The Certificate Holder shall be the Town of Southold, New York. E. The following shall be named as Additional Insureds: Town of Southold, C&S Engineers, Inc., the Federal Aviation Administration, and the New York State Department of Transportation. F. The General Liability policies shall provide coverage for liability for damages imposed by law upon the Contractor and Subcontractor(s) with respect to all work performed by any of them under the Contract. The insurance company providing General Liability insurance coverage acknowledges that the Contractor has agreed in this Contract to defend, hold harmless, and indemnify the Owner and the Engineer and their officers and employees as set forth in Section 70-11, and above will cover that agreement. G. Contractor's policies shall provide coverage for contractual liability imposed by Contract, including this Contract, and completed operations liability for damages imposed by law arising between the date of the certification of completion of the work and the date of the expiration of the guarantee. H. Contractor's policy shall provide coverage for liability arising out of the acts or omissions of its Subcontractors. I. Each Subcontractor employed on site by the Contractor shall provide comprehensive liability insurance in accordance with the above described requirements of the Contractor. Such insurance requirements shall be submitted to the Engineer as part of the Subcontractor approval process. 20-17 ADDENDA AND INTERPRETATION. No interpretation of the meaning of the Plans, Specifications and other portion of the Contract Documents will be made orally. Every request for such interpretation must be in writing and addressed to C&S Engineers, Inc., 499 Col. Eileen Collins Boulevard, Syracuse, New York 13212, and to be given consideration must be received at the above address at least seven (7) days prior to the date fixed for opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda, which, when issued, will be sent by certified mail with return receipt requested, or by confirmed facsimile to all holders of Contract Documents at the respective addresses furnished for such purposes, not later than twenty-four (24) hours prior to the date fixed for the opening of bids. Failure of any Bidder to receive any such addenda or interpretation shall not relieve said Bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. 20-18 SALES TAX EXEMPTION. The Owner is exempt from payment of Sales and Compensating Use Taxes of the State of New York and of cities and counties on all materials and supplies sold to the Owner pursuant to the provisions of this Contract. These taxes are not to be included in bids. This exemption does not, however, apply to tools, machinery, equipment or other property leased by or to the Contractor or a Subcontractor to materials and supplies of any kind which will not be incorporated into the completed project, and the Contractor and his Subcontractors shall be responsible for and pay any and all applicable taxes including Sales and Compensating Use Taxes on such leased tools, machinery, equipment or other property or on such unincorporated materials and supplies, and the provisions set forth below will not be applicable to such tools, machinery, equipment, property and unincorporated materials and supplies. The Contractor agrees to sell, free of encumbrances, and the Owner agrees to purchase all of the materials and supplies (except as above set forth) required, necessary or proper for or incidental to the construction of the Project covered by this agreement. Title to all materials and supplies to be sold by the Contractor to the Owner, pursuant to the provisions of the Contract, shall immediately vest in and become the sole property of the Owner upon delivery of such materials and supplies to the Project site. The Contractor shall mark or otherwise identify all such materials and supplies as the property of the Owner. The Contractor, at the request of the Owner, shall furnish to the Owner such confirmatory bills of sale and other instruments as may be required by it, properly executed, acknowledged and delivered, confirming to the Owner, title to such materials and supplies free of encumbrances. In the event that after title has passed to the Owner any of such materials and supplies are rejected as being defective or otherwise unsatisfactory, title to all such materials and supplies shall upon such rejection revest in the Contractor. eros GP 20-6 The sum paid under this Agreement shall be deemed to be in full consideration for the performance by the Contractor of all his duties and obligations under this Agreement in connection with said sale. The Contractor agrees to construct the Project and to furnish and perform all work and labor required, necessary or proper for or incidental thereto, except that the materials and supplies sold to the Owner under the preceding paragraph shall be furnished by the Owner to the Contractor for use in the performance of said work and labor, and the sum paid pursuant to this Agreement shall be deemed to be in full consideration for the performances by the Contractor of all his duties and obligations under this Agreement in connection with said work and labor. The purchase by the Contractor of the materials and supplies sold hereunder will be a purchase or procurement for resale to the Owner (an organization described in subdivision (a) of Sec. 1116 of the Tax Law of the State of New York) and therefore not subject to the New York State Sales or Compensating Use or any such taxes of cities and counties. The sale of such materials and supplies by the Contractor to the Owner will not be subject to the aforesaid Sales and Compensating Use Taxes. The purchase by Subcontractors of materials and supplies to be sold hereunder will also be a purchase or procurement for resale to the Contractor (either directly or through other Subcontractors), and ultimately to the Owner, and therefore not subject to the aforesaid Sales and Compensating Use Taxes, provided that the Subcontract Agreements provide for the resale of such materials and supplies prior to and separate and apart from the incorporation of such materials and supplies into the permanent construction and that such Subcontract Agreements are in a form similar to this Contract with respect to the separation of the sale of materials and supplies from the work and labor to be provided. If as a result of such sale of materials and supplies (1) any claim is made against the Contractor or any Subcontractor by the State of New York or any city or county for Sales or Compensating Use Taxes on the aforementioned materials and supplies or (2) any claim is made against the Contractor or any Subcontractor by a materialman or a Subcontractor on account of a claim against such materialman or Subcontractor by the State of New York or any city or county for Sales or Compensation Use Taxes on the aforementioned materials and supplies, then, if the Contractor and Subcontractor have complied with the provisions of this Contract relating thereto, the Owner will reimburse the Contractor or any Subcontractor, as the case may be, for an amount equal to the amount of such tax required to be paid in accordance with the requirements of law,rop vided that: A. 1. The Subcontract Agreements in connection with this Contract, provide for the resale of such materials and supplies, prior to and separate and apart from the incorporation of such materials and supplies into the permanent construction. 2. Such Subcontract Agreements are in a form similar to this Contract with respect to the separation of the sale of materials and supplies from the other work and labor to be provided, and 3. Such separation is actually followed in practice, including the separation of payments for materials and supplies from the payments for other work and labor, and B. The Contractor and his Subcontractors and materialmen complete New York State Sales Tax Form ST120.1. (Contractor Exempt Purchase Certificate), and furnish such certificate to all persons, firms or corporations from which they purchase materials and supplies for the performance of the work covered by this Contract, and ' C. The Contractor and all Subcontractors maintain and keep, for a period of six (6) years after the date of final payment for the We, or, if a claim for Sales or Compensating Use Tax is pending or threatened at the end of such six (6) year period, until such claim is finally settled, records, which in the judgment of the Department of Taxation and Finance, adequately show (1) all materials and supplies purchased by them for resale, pursuant to the provisions of this Contract and (2) all materials and supplies sold to the Owner pursuant to the provisions of this Contract, and D. The Owner is afforded the opportunity, before any payment of tax is made, to contest said claim in the manner and to the extent that the Owner may choose and to settle or satisfy said claims, and such attorney as the Owner may designate is authorized to act for the purpose of contesting, settling and satisfying said claim, and 1 2103 GP 20-7 E. The Contractor and Subcontractor give immediate notice to the Owner of any such claim, cooperate with the Owner and its designated attorney in contesting said claim and furnish promptly to the Owner and said attorney all information and documents necessary or convenient for contesting said claim, said information and documents to be preserved for six (6) years after date of final payment for the sale, or if such a claim is pending or threatened at the end of such six (6) years, until such claim is finally settled. If the Owner elects to contest any such claim, it will bear the expense of such contest. Nothing in this Article is intended or shall be construed as relieving the Contractor from his obligations under this Agreement and the Contractor shall have the full continuing responsibility to install the materials and supplies purchased in accordance with the provisions of this Contract, to protect the same, to maintain them in proper condition and to forthwith repair, replace and make good any damage thereto without cost to the Owner until such time as the work covered by the Contract is fully accepted by the Owner. 20-19 STATE PROVISIONS. The bidder's attention is directed to Section 70-21 and 70-24 of the General Provisions for Contract Provisions required by the State. 20-20 GENERAL MUNICIPAL LAW AND STATE FINANCE LAW. The bidder's attention is directed to Section 70-23 of the General Provisions for provisions relating to the General Municipal Law and State Finance Law. 20-21 EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS. The bidder's attention is directed to Section 70-22 of the General Provisions relating to Special Provisions, Notices and Certifications Concerning Non- segregated Facilities, Wage, Labor, EEO and Safety Requirements. 20-22 STATE AND FEDERAL PARTICIPATION. Part of the cost of this project will be funded by the New York State Department of Transportation under Project No. 0913.09 and the Federal Aviation Administration under the Airport Improvement Program, Project No. 3-36-0029-09-02. 20-23 WAGE RATES. Pursuant to provisions of Section 220-A of the Labor Law, as amended, provides that it shall be the duty of the fiscal officer to make a determination of the schedule of minimum wages to be paid to all laborers, workmen and mechanics for work to be done under terms of this Contract. The amount of supplements listed on the enclosed schedules does not necessarily include all types of prevailing supplements in the locality and a future determination of the Industrial Commissioner may require the Contractor to provide additional supplements. The following wage rates have been filed: A. United States Department of Labor - Decision of the Secretary B. State of New York Department of Labor, prevailing Wage Rate Schedule "Whenever wage rates for the same occupation are different the Contractor shall pay the highest wage rates." END OF SECTION 2103 GP 20-8 F� 1 t f t r� t n IWAIS Document Retrieval GENERAL DECISION NY030013 06/13/2003 NY13 Date: June 13, 2003 General Decision Number NY030013 ' Superseded General Decision No, NY020013 State: New York 11 t F Construction Type: BUILDING HEAVY HIGHWAY RESIDENTIAL County (ies) : NASSAU SUFFOLK BUILDING CONSTRUCTION PROJECTS, RESIDENTIAL CONSTRUCTION PROJECTS (including single family homes and apartments up to and including 4 stories), HEAVY CONSTRUCTION PROJECTS, HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 06/13/2003 COUNTY (ies): NASSAU SUFFOLK ASBE0012A 01/01/2003 Rates Fringes ASBESTOS/INSULATOR WORKERS: SCOPE OF WORK: includes application of all insulating materials, protective coverings,coatings and finishing to all types of mechanical systems. 37.46 21.29 HAZARDOUS MATERIAL HANDLER 24.00 6.20 ---------------------------------------------------------------- BOIL0005A 09/01/2002 Rates Fringes BOILERMAKER $37.50 22.84+a FOOTNOTE: a. PAID HOLIDAYS: New Years Day, Thanksgiving Day, Memorial Day, Independence Day, Labor Day and Good Friday, Friday after Thanksgiving, Christmas Eve Day and New Years Eve ---------------------------------------------------------------- BRNY0001A 07/01/2002 BRICKLAYERS STONEMASONS Rates Fringes 36.57 17.21 30.69 17.90 Page 1 of 10 http://frwebgate.access.gpo.gov/cai-bin/getdoc.cgi?dbname=Davis-Bacon&docid=NY030013 6/26/03 WAIS Document Retrieval Page 2 of 10 ---------------------------------------------------------------- CARP0007V 07/01/2002 Rates Fringes MILLWRIGHTS Rates Fringes CARPENTERS Building 32.42 22.23 Heavy & Highway 32.42 22.23 --Residential -------------------------24.00-----------14 43.80 41 CARP0740A 01/01/2003 Rates Fringes MILLWRIGHTS 36.06 28.58 ---------------------------------------------------------------- CARP1456J 01/01/2003 Rates Fringes DIVERS 43.80 24.70 DIVERS TENDERS 32.40 24.70 DOCKBUILDERS 35.67 24.70 PILEDRIVERMAN 35.67 24.70 SOFT FLOOR LAYERS 37.36 24.70 PAPERHANGERS 23.88 10.48 --------- ---------- CARP1536A 07/01/2002 Rates Fringes TIMBER -EN -----------------------------32 61 ----------- 24.70 ELECO025B 05/03/2003 Rates Fringes ELECTRICIANS ---------------------------------------------------------------- 41.00 21.98 ELECO025C 04/26/2003 Rates Fringes ELECTRICIANS: Wiring or single or multiple family dwellings and apartments up to and including 2 stories 27.20 13.44 Maintenance Unit 32.30 35.5%+2.93 Telephone Unit 27.69 47.5%+.67 ---------------------------------------------------------------- ELEC1049B 10/01/2001 Rates Fringes LINE CONSTRUCTION: Substation and Switching structures pipe type cable installation and maintenance jobs or projects; Railroad electrical distribution/ transmission systems maintenance (when work is not performed by railroad employees) Overhead and Underground transmission/distribution line work. http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi9dbname=Davis-Bacon&docid=NY030013 6/26/03 IWAIS Document Retrieval Fiber optic, telephone cable and equipment; 10.39 Lineman & Cable Splicer 33.10 Heavy Equipment Operator 23.33 6.99 17.50 6.08 Groundman Tree Trimmer 20.85 6.98 ----------------------------------------------------- ----------- ELEV0001B 07/01/1998 Rates Fringes ELEVATOR MECHANICS (New Construction) 34.415 10.805+a ELEVATOR MECHANICS (Modernization 10.655+a and Repair) 28.576 FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Lincoln's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day. PAID VACATION: Employer contributes 8% of regular basic hourly rate as vacation pay for employees with more than 5 years of service, and 6% for employees with less than ---5 years of service ------------------------------------------------------------ ENGIO138A 06/01/2002 Rates Fringes BUILDING CONSTRUCTION GROUP 1 35.18 23.54+a GROUP 2 33.29 23.54+a GROUP 3 32.04 23.54+a GROUP 4 39.50 23.54+a GROUP 5 28.23 23.54+a NOTES: Hazmat premiums: Level A 3.50 Level B 2.50 Level C 1.50 Oiler on truck cranes with boom length of 25 100 ft. or more FOOTNOTE: a. Paid Holidays: New Year's Day, Lincoln's Birthday, Washington's Birthday or President's Day (in lieu of Lincoln's or ' Washington's Birthday), Good Friday, Memorial Day, Indpendence Day, Labor Day, Veteran's Day, Thanksgiving Day, Christmas Day or days celebrated as such. Any holiday that falls on a Saturday will be celebrated on Friday POWER EQUIPMENT OPERATOR CASSIFICATIONS GROUP 1: Asphalt spreader, backhoe crawler capacity over cater- piller 225 and lomatsu 300, Boiler (thermoplastic), Cherry picker, over 50 tons, CMI or maxim spreader, concrete pump (with Page 3 of 10 http://frwebgate.access.gpo.gov/cgi-binlgetdoc.cgi?dbname=Davis-Bacon&docid=NY030013 6/26/03 WAIS Document Retrieval finishing mchine, concrete spreader, conveyor, curb machine (asphalt or Page 4 of 10 oiler), crane (crawler truck), crane (on barge), crane (stone setting), crane (structural steel), crane (with clam shell), derrick, dragline, dredge, gradall, grader, hoist (3 drum), loading machine (bucket) cap of 10 yds or over micro -trap, with compressor (negative air machine), milling machine, large driver, pile power winch, Stone setting/structural steel, Power winch (truck mounted/stone steel) powerhouse, road paver scoop, carry -all, scraper in tandem shovel, sideboom tractor, sideboom tractor (used in tank work), stone spreader (self Propelled tank work), zamboni (ice machine) ' GROUP 2: Backhoe, boom truck, bulldozer, cherypicker, conveyor (multi), dinky locomotive, forklift, hoist, 2 drum, loading machine, loading machine (front end) mechanicl compactors, (machine drawn), mulch machine (machine -fed), power winch, other than stone/structural steel, power winch (truck mounted other than stone steel) pump (hydraulic, with boring machine), roller, (asphalt), scoop (carry -all scraper), tower crane (maintenance man), trenching machine GROUP 3: Comrpessor (structural steel), Compressor (2 or more in battery), concrete finishing mchine, concrete spreader, conveyor, curb machine (asphalt or concrete), curing machine, fireman, hoist (1 drum), micro -trap, (self contained, negative air machine), pump (4 inches or over), pump (hydraulic), Pump (jet), pump (sumbersible), pump (well point), pulvi-mixer, ridge cutter, roller (dirt), striping machine, vac -all, welding and burning, welding machine (pile work), welding machine (structural steel) GROUP 4: Compressor, compressor (on crane), compressor (pile work), compressor (stone setting), concrete breaker, concrete saw or cutter, forklift (walk behind, power operated), generator -pile work, generator, hydra hammer, mechanical compactors (hand operated), oiler (truck crane), pin puller, portable heaters, powerbroom, power buggies, pump (double action diaphgrgm), pump (gypsum), trench machine (hand), welding machine GROUP 5: Batching plant (on site of job), generator (small), mixer (with skip), mixer (2 small with or without skip), mixer (2 bag or over, with or without skip), mulch machine, oiler, pump (centrifugal, up to 3 inches), root cutter, stump chipper, tower crane (oiler), tractor (caterpillar or wheel vibrator) --- -------------------------- ENGI0138B 06/01/2001 POWER EQUIPMENT OPERATORS Rates Fringes HEAVY AND HIGHWAY CONSTRUCTION GROUP 1 36.19 GROUP 2 23.54+a 33.67 23.54+a GROUP 3 32.40 GROUP 4 23.54+a GROUP 5 2. 23.54+a 28861 .61 23.54+a GROUP 6 24.16 8.95+10% NOTES: http://frwebgate.access.gpo.gov/cgi-binlgetdoc.cgi?dbname=Davis-Bacon&docid=NY030013 6/26/03 IWAIS Document Retrieval Hazmat premiums: Level A 3.50 Level B 2.50 Level C 1.50 Truck and Crawler Cranes long boom premiums: boom lengths (including jib) 100-149 ft .50 boom lenghts (including jib) 150-249 ft .75 boom lenghts (including jib) 250-349 ft 1.00 boom lengths (including jib) 350 ft 1.50 Cranes using clamshell buckets .25 Front end loader 10 yds and above .25 Oiler on truck cranes with boom length of 100 ft, or more .25 FOOTNOTE: a. Paid Holidays: New Years Day, Lincoln's Birthday, ' Washington's Birthday or Presidents Day (in liew of Lincoln's or Washington's Birthday, Good Friday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Christmas Day or days celebrated as such. Any holiday that falls on Saturday will be celebrated on Friday. POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 1: Asphalt spreader, backhoe crawler (capacity over caterpiller 225 and komatsu 300), boiler (thermoplastic), boring machine (post hole), cgherry picker (over 50 ton), CMI or maxim spreader, concrete pump, with oiler, crane (crawler truck), crane (on barge), crane (stone setting) crane (structural steel), crane (with clam shell), derrick, dragline, dredge, gradall, grader, hoist (3 drums), loading machine (bucket) capacity of 10 yards or over, micro -trap (with compressor -negative air machine), milling machine (large), piledriver, power winch (stone setting structural steel), power winch (truck mounted/stone steel), power -house, road paver, scoop, carry all (scraper in tandem), shovel, sideboom tractor, sideboom tractor (used in tank work), stone spreader (self-propelled), tank work, tower crane GROUP 2: Bulldozer, Backhoe, Boom Truck, Boring machine/augur, Cherrypicker, Conveyor (multi), Dinky Locomotive, Forklift, Hoist (2 drum), Loading Machine, Loading Machine (front end), Mechanical Compactor (machine drawn), Mulch Machine (machine - fed), Power Winch (other than stone/structural steel), Power Winch (truck mounted/other than stone steel), Pump Hydraulic (with boring machine), Roller (asphalt), Scoop (carry -all, scraper), Tower Crane (maintenance man), Trenching Machine, Vermeer Cutter, Work Boat GROUP 3: Curb Machine (asphalt or concrete), Maintenance Engineer (small equipment), Maintenance engineer (well -point) Mechanic (fieldman), Micro -Trap (self contained, negative air machine), Milling Machine (small), Pulvi-mixer, Pump (4 inches or over), Pump Hydraulic, Pump Jet, Pump Submersible, Pump (well point), Roller Dirt, Vac -All, Welding and burning, Compressor (structural steel), Compressor (2 or more battery), Concrete Finishing Machine, Concrete Spreader, Conveyor, Curing Machine, Fireman, Hoist (one drum), Ridge Cutter, Striping Machine, Welding Machine (pile work), Welding Machine (structural Steel). Page 5 of 10 http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=NY030013 6/26/03 WAIS Document Retrieval Page 6 of 10 1 GROUP 4: Compressor, Compressor on crane, Compressor (pile work), Compressor (stone setting), Concrete Breaker, Concrete Saw or Cutter, Fork Lift (walk behind, power operated), Generator - Pile Work, Generator, Hydra Hammer, Mechanical Compoactors (hand , operated), Oiler (truck crane), Pin Puller, Portable Heaters, Powerbroom, Power buggies, Power Grinders, Pump (double action diaphragm), Pump gypsum, Pump (single action 1 to 3 inches), Trench Machine hand, Welding Machine GROUP 5: Batching Plant (on site of job), Generator (small), Grinder, Mixer (with skip), Mixer (2 small with or without skip), Mixer (2 bag or over, with or without skip), Mulch Machine, Oiler, Pump (centrifugal, up to 3 inches), Root Cutter, Stump Chipper, Tower Crane (oiler), Track Tamper (2 engineers, each), Tractor (caterpillar or wheel), Vibrator, Work boat (deckhand), GROUP 6: Well drillers ---------------------------------------------------------------- ' IRON0046C 07/01/2001 Rates Fringes IRONWORKERS (METALLIC LATHERS) 36.50 21.42 ---------------------------------------------------------------- IRON0197A 01/01/2003 Rates Fringes IRONWORKERS -------------------------- (STONE DERRICKMAN)---------35 76----------27.75 ----- IRON0361A 01/01/2003 Rates Fringes IRONWORKERS ---------------------------------------------------------------- (STRUCTURAL) 35.50 35.73 IRON0580A 01/01/2003 Rates Fringes IRONWORKERS (ORNAMENTAL) 35.15 27.40 ------------------------------------------------------------ LAB00066A 07/01/2001 Rates Fringes LABORERS: BUILDING Laborers 24.00 16.85 Plasterers ------------------ tenders -------------------2 400---------1 685 ------ LAB00078A 12/01/2002 Rates Fringes ASBESTOS (Removal, Abatement, Encapsulation or Decontamination of asbestos); LEAD; & HAZARDOUS WASTE LABORERS (Hazardous Waste, Hazardous Materials, Biochemical and Mold Remediation, HVAC, Duct Cleaning, Re -spray Fireproofing, etc. 23.85 6.35 ---------------------------------------------------------------- http://frwebgate.access.gpo.gov/cgi-binlgetdoc.cgi?dbname=Davis-Bacon&docid=NY030013 6/26/03 1 WAIS Document Retrieval ' LABO1298P 06/01/2002 Rates Fringes 1 LABORERS (HEAVY & HIGHWAY): Asphalt Rakers; Formsetters 28.12 14.82+a Asphalt Shovelers, Roller Boys & Tampers 27.50 14.82+a Page 7 of 10 http://frwebgate.access.gpo.gov/cgi-binlgetdoc.cgi?dbname=Davis-Bacon&docid=NY030013 6/26/03 Regular Laborers 25.23 14.82+a FOOTNOTES: Laborers working in a hazardous material hot zone shall receive an additional 20% premium. where the contract provides for night work outside the regular hours of work, the employees shall be paid at straight time plus a 20% night work premium for the 8 hours worked during the night. Firewatch work performed after regular hous shall be paid an additional 10% premium. Second and Third Shift work will be paid at a 10% premium. ------------------------------------------------------------ PAIN0009C 05/01/2002 Rates Fringes PAINTERS: Painters, Drywall Finishers 30.25 15.42 Spray, Scaffold, Sandblasting 33.25 15.42 Structural Steel (over 20 ft), Sandblasting 33.25 15.42 GLAZIERS 32.20 20.17 ---------------------------------------------------------------- PAIN1974B 07/03/2002 DRYWALL TAPERS/POINTERS---------------33.82 Rates Fringes ----------------------- ------------------------ PLAS0260C 07/01/1999 Rates Fringes PLASTERERS 27.91 15.16 ---------------------------------------------------------------- PLAS0780A 07/01/2002 Rates Fringes CEMENT MASONS ---------------------------------------------------------------- 38.00 17.85 PLUM0200A 11/01/2002 Rates Fringes BUILDING CONSTRUCTION: PLUMBERS 38.28 18.93 RESIDENTIAL CONSTRUCTION: PLUMBERS 17.18 5.70 Page 7 of 10 http://frwebgate.access.gpo.gov/cgi-binlgetdoc.cgi?dbname=Davis-Bacon&docid=NY030013 6/26/03 WAIS Document Retrieval PLUM0638A 01/01/2003 SPRINKLER FITTERS, STEAMFITTERS SERVICE FITTERS Rates Fringes 38.32 26.07 26.30 2.55 Service Fitter work shall consist of all repair, service and maintenance work on domestic, commerical and industrial refrigeration, air conditioning and air cooling, stoker and oil burner apparatus and heating apparatus etc., including but not exclusively the charging, evacuation, leak testing and assembling for all machines for domestic, commercial and industrial refrigeration, air conditioning and heating apparatus. Also, work shall include adjusting, including capacity adjustments, checking and repairing of replacement of all controls and start up of all machines and repairing all defects that may develop on any system for domestic, commercial and industrial refrigeration and all air conditioning, air cooling,stoker and oil burner apparatus and heating apparatus regardless of size or type. ---------------------------------------------------------------- ROOF0154A 10/01/2000 Rates Fringes ROOFERS 27.50 18.79 ---------------------------------------------------------------- SHEE0028B 08/01/2002 SHEET METAL WORKERS Rates Fringes 37.17 24.13 ---------------------------------------------------------------- TEAM0282I 07/01/2002 Rates Fringes TRUCK DRIVERS: Asphalt 29.085 21.1025+a+b High Rise 32.01 19.5525+a+b Euclids & turnapulls 29.65 21.1025+a+b FOOTNOTES: a. PAID HOLIDAYS: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Election Day, Veterans' Day (Armistice Day), Thanksgiving Day and Christmas Day. Employees working two (2) days in the calendar week in which a holiday falls are to be paid for such holiday, provided that they shape each remaining workday during such calendar week. b.VACATION: For each 15 days worked with the contract year an employee will receive one day vacation with pay, maximum vacation of 3 weeks per year. In addition, an employee who qualifies for two weeks (10 days) vacation or more with pay and who has been continuously employed by his employer for six years before the close of any contract year, shall be entitled to one extra day vacation; seven years before the close of any contract year, shall be entitled to two extra days vacation; eight years before the close of any contract year, shall be entitled to three extra Page 8 of 10 ' http://frwebgate.access.gpo.gov/cgi-binlgetdoc.cgi?dbname=Davis-Bacon&docid=NYO30013 1 1 1 1 1 1 1 1 1 6/26/03 ' WAIS Document Retrieval day vacation; nine years before the close of any contract year, shall be entitled to four extra day vaction; ten years before the close of any contract year or over shall be entitled to three weeks paid vacation with pay, but in no event shall any employee be entitled to more than three weeks vacation pay per year. ---------------------------------------------------------------- ' WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5 (a) (1) (ii)) . ---------------------------------------------------------------- In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests ' for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the ' Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. u fl With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor Page 9 of 10 http://frwebgate.access.gpo.gov/cgi-binlgetdoc.cgi?dbname=Davis-Bacon&docid=NY030013 6/26/03 WAIS Document Retrieval 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION Page 10 of 10 t http://fwebgate.access.gpo.gov/cgi-binlgetdoc.cgi?dbname=Davis-Bacon&docid=NY030013 6/26/03 I Ai 1 I 1 NEW YORK STATE DEPARTMENT OF LABOR BUREAU OF PUBLIC WORK STATE OFFICE CAMPUS, BLDG. 12 ALBANY, NY 12240 T/0 FISHER'S ISLAND FERRY C & S ENGINEERS, INC. ATTN:CHRIS BRUBACH 499 COL. EILEEN COLLINS BLVD. SYRACUSE I NY 13212 SCHEDULE 2003 Date 06/30/03 PRC 0304772 SUFFOLK COUNTY 01 Location and Type of Project PROJECT ID #: 3-36-0028-09-02 APRON ANDACCESS TAXIWAY AT ELIZABETH FIELD AIRPORT SUFFOLK In response to your request, enclosed is the schedule of the prevailing ' hourly wage rates and the prevailing hourly supplements for the above project, together with copies of the Notice of Contract Let (PH -16) for your use. THE SCHEDULE MUST BE ANNEXED TO AND FORM A PART OF THE SPECIFICATIONS FOR THIS PROJECT WHEN IT IS ADVERTISED FOR BIDS. These schedules have been prepared and forwarded in accordance with Article 8 of the NYS Labor Law, which provides that it shall be the duty of the fiscal officer to ascertain and determine the schedules of supplements to be provided and wages to be paid to workers, laborers and mechanics employed on public work projects, and to file such schedules with the Department having jurisdiction. This schedule is effective from July 1, 2003 through June 30, 2004. All updates corrections and future copies of the annual determination are i available on the Department's website (www.labor.state.nv.us). The attached rates are based on the latest information available to the Department of Labor, Bureau of Public Work. Care should be taken to review the rates for obvious errors. Any corrections should be brought to the Department's attention immediately. It is the responsibility of the public work contractor to use the proper rate. If there is a question on the proper classification to be used, please call the district office located nearest the project. NOTICE TO CONTRACTING AGENCIES: Upon cancellation or completion of this project, enter the necessary information and return this page to: New York State Department of Labor Bureau of Public Work State Office Campus, Bldg. 12 Albany, NY 12240 PROJECT HAS BEEN COMPLETED/CANCELLED: Date Signature Title For additional information, contact our local District Offices: Albany (518) 457-2744 Syracuse (315) 428-4056 Binghamton (607) 721-8005 Rochester (716) 258-4505 Buffalo (716) 847-7159 Utica (315) 793-2314 Garden City (516) 228-3915 White Plains (914) 997-9507 New York City (212) 352-6088 PW -200 (6-03) GENERAL PROVISIONS OF LAWS COVERING WORKERS ON PUBLIC WORK CONTRACTS 1 INTRODUCTION 1 The Labor Law requires public work contractors and subcontractors to pay laborers, workers or mechanics employed in the performance of a public I work contract not less than the prevailing rate of wage and supplements (fringe benefits) in the locality where the work is performed. RESPONSIBILITIES OF THE DEPARTMENT OF JURISDICTION , A Department of Jurisdiction (Contracting Agency) includes a state department, agency, board or commission; a county, city, town or village; a school district, board of education or board of cooperative educational services; a sewer, water, fire, improvement and other district corporation; a public benefit corporation; and a public authority awarding a public work contract. The Department of Jurisdiction (Contracting Agency) awarding a public work contract MUST obtain a Prevailing Rate Schedule listing the hourly rates of wages and supplements due the workers to be employed on a public work , project. This schedule may be obtained by completing and forwarding a Request for Wage and Supplement Information form (PW -39) to the Bureau of Public Work. The Prevailing Rate Schedule MUST be included in the specifications for the contract to be awarded and is deemed part of the public work contract. Upon the awarding of the contract, the law requires that the Department of Jurisdiction (Contracting Agency) furnish the following information to the Bureau: the name and address of the contractor, the date the contract was let and the approximate dollar value of the contract. To facilitate compliance with this provision of the Labor Law, a copy of the Department's Notice of Contract Let form (PW -16) is provided with the original Prevailing Rate Schedule. The Department of Jurisdiction (Contracting Agency) is required to notify the Bureau of the completion or cancellation of any public work project. The Department's PW -200 form is provided for that purpose. HOURS No laborer, worker or mechanic in the employ of a contractor or subcontractor engaged in the performance of any public work project shall be permitted to work more than eight hours in any day or more than five days in any week, except in cases of extraordinary emergency. The contractor and the Department of Jurisdiction (Contracting Agency) may apply to the Bureau of Public Work for a dispensation permitting workers to work additional hours or days per week on a particular public work project. WAGES AND SUPPLEMENTS , The wages and supplements to be paid and/or provided to laborers, workers and mechanics employed on a public work project shall be not be less than those listed in the current Prevailing Rate Schedule for the locality where the work is performed. If a prime contractor on a public work project has not been provided with a Prevailing Rate Schedule, the contractor must notify the Department of Jurisdiction (Contracting Agency) who in turn must request an original Prevailing Rate Schedule from the: New York State Department of Labor Bureau of Public Work ' State Office Campus, Bldg. 12 Albany, NY 12240 Upon receiving the original schedule, the Department of Jurisdiction to (Contracting Agency) is required to provide complete copies all prime contractors who in turn must provide copies to each subcontractor and obtain an affidavit certifying such schedule was received. Page 1 1 Ll Pi 1 The Commissioner of Labor makes an annual determination of the prevailing rates. This determination is in effect from July 1 thru June 30 of the following year. The annual determination is available on the Department of Labor website (www.labor.state.n .us). The prime contractor is required by law to provide copies o a applicable county schedules to each subcontractor and to obtain from each and every subcontractor an affidavit certifying that such schedules were received. If the original schedule expired, the contractor may obtain a copy of the new annual determination from the Department's website. PAYROLLS AND PAYROLL RECORDS ' Every contractor and subcontractor must keep original payrolls or transcripts subscribed and affirmed as true under penalty of perjury. Payrolls must be maintained for at least three years from the project's date of completion. At a minimum, payrolls must show the following information for each person employed on a public work project: • Name • Classification(s) in which the worker was employed * Hourly wage rate(s) paid • Supplements paid or provided • Daily and weekly number of hours worked in each classification. ' Every contractor and subcontractor shall submit to the Department of Jurisdiction (Contracting Agency), within thirty (30) days after issuance of its first payroll and every thirty (30) days thereafter, a transcript of the original payrolls, subscribed and affirmed as true under penalty of perjury. ' The Department of Jurisdiction (Contracting Agency) shall receive and maintain such payrolls. In addition, the Commissioner of Labor may require contractors to furnish, within ten days of a request, payroll records sworn to as their validity ' and accuracy for public work and private work. Payroll records include, but are not limited to, time cards, work description sheets, proof that supplements were provided, cancelled payroll checks and payrolls. Failure to provide the requested information within the allotted ten days will result in the withholding of up to 25% of the contract, not to exceed one hundred ' thousand dollars. If the contractor or subcontractor does not maintain a place of business in New York State and the amount of the contract exceeds $25,000, payroll records and certifications must be kept on the project worksite. The prime contractor is responsible for any underpayments of prevailing wages ' or supplements by any subcontractor. All contractors or their subcontractors shall provide to their subcontractors a copy of the Prevailing Rate Schedule specified in the public work contract as well as any subsequently issued schedules. A failure to provide these schedules by a contractor or subcontractor is a violation of Article 8 of the Labor Law. See Section 220-a. All subcontractors engaged by a public work project contractor or its subcontractor, upon receipt of the original schedule and any subsequently issued schedules, shall provide to such contractor a verified statement attesting that the subcontractor has received the Prevailing Rate Schedule and will pay or provide the applicable rates of wages and supplements specified therein. See Section 220-a. ' DETERMINATION OF PREVAILING MAGE AND SUPPLEMENT RATE UPDATES APPLICABLE TO ALL UUUNTIES The wages and supplements contained in the annual determination become effective July 1st whether or not the new determination has been received by a given contractor. Care should be taken to review the rates for obvious errors. Any corrections should be brought to the Department's attention immediately. It is the responsibility of the public work contractor to use the proper rates. If there is a question on the proper classification to be used, please call the district office located nearest the project. Any errors in the annual ' determination will be corrected and posted to the Department's website on the first business day of each month. Contractors are responsible for paying these updated rates as well, retroactive to July 1st. When you review the schedule for a particular occupation, your attention ' should be directed to the dates above the column of rates. These are the dates for which a given set of rates is effective. To the extent possible, the I Page 2 Department posts rates in its possession that cover periods of time beyond the July 1st to June 30th time frame covered by a particular annual determination. Rates that extend beyond that instant time period are informational only and may be updated in future annual determinations that actually cover the then appropriate July 1st to June 30th time period. WITHHOLDING OF PAYMENTS When a complaint is filed with the Commissioner of Labor alleging the failure of a contractor or subcontractor to pay or provide the prevailing wages or supplements, or when the Commissioner of Labor believes that unpaid wages or supplements may be due, payments on the public work contract shall be withheld from the prime contractor in a sufficient amount to satisfy the alleged unpaid wages and supplements, including interest and civil penalty, pending a final determination. When the Bureau of Public Work finds that a contractor or subcontractor on a public work project failed to pay or provide the requisite prevailing wages or supplements, the Bureau is authorized by Sections 220-b and 235.2 of the Labor Law to so notify the financial officer of the Department of Jurisdiction (Contracting Agency) that awarded the public work contract. Such officer MUST then withhold or cause to be withheld from any payment due the prime contractor on account of such contract the amount indicated by the Bureau as sufficient to satisfy the unpaid wages and supplements, includins interest and any civil penalty that may be assessed by the Commissioner of Labor. The withholding continues until there is a final determination of the underpayment by the Commissioner of Labor or by the court in the event a legal proceeding is instituted for review of the determination of the Commissioner of Labor. The Department of Jurisdiction (Contracting Agency) shall comply with this order of the Commissioner of Labor or of the court with respect to the release of the funds so withheld. SUMMARY OF NOTICE POSTING REQUIREMENTS The current Prevailing Rate Schedule must be posted in a prominent and accessible place on the site of the public work project. The prevailing wage schedule must be encased in, or .constructed of, materials capable of withstanding adverse weather conditions and be titled "PREVAILING RATE OF WAGES" in letters no smaller than two (2) inches by two (2) inches. Every employer providing workers' compensation insurance and disability benefits must post notices of such coverage in the format prescribed by the Workers' Compensation Board in a conspicuous place on the jobsite. Every.employer subject to the New York State Human Rights Law must conspicuously post at its offices, places of employment, or employment training centers notices furnished by the State Division of Human Rights. Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite notices furnished by the New York State Department of Labor. APPRENTICES Employees cannot be paid apprentice rates unless they are individually registered in a program registered with the New York State Commissioner of Labor. The allowable ratio of apprentices to journeyworkers in any craft classification can be no greater than the statewide building trade ratios promulgated by the Department of Labor and included with the Prevailing Rate Schedule. An employee listed on a payroll as anapprentice who is not registered as above or is performing work outside the classification of work for which the apprentice is indentured, must be paid the prevailing journeyworker's wage rate for the classification of work the employee is actually performing. Article 8 of the New York State Labor Law requires that only apprentices individually registered with the New York State Department of Labor may be paid apprenticeship rates on a public work project. No other Federal or State Agency or office registers apprentices in New York State. Page 3 1 1 1 1 1 1 1 1 1 1 1 i i 1 1 1 1 1 1 LJ 11 J 1 L] Persons wishing to verify the apprentice registration of any person must do so in writing to the: New York State Department of Labor Office of Employability Development/Apprenticeship Training State Office Campus, Bldg. 12 Albany, NY 12240 Fax (518) 457-7154 All requests for verification must include the name and social security number of the person for whom the information is requested. The only conclusive proof of individual apprentice registration is written verification from the Albany Apprenticeship Training Central Office. Neither Federal nor State Apprenticeship.Training offices outside Albany can provide conclusive registration information. It should be noted that the existence of a registered apprenticeship program is not conclusive proof that any person is registered in that program. Furthermore, the existence or possession of wallet cards, identification cards or copies of state forms is not conclusive proof of the registration of any person as an apprentice. INTEREST AND PENALTIES In the event that an underpayment of wages and/or supplements is found: * Interest shall be assessed at the rate then in effect, as prescribed by the Superintendent of Banks pursuant to section 14-a of the Banking Law, per annum from the date of underpayment to the date restitution is made. • A Civil Penalty may also be assessed, not to exceed 25% of the total of wages, supplements and interest due. DEBARMENT Any contractor or subcontractor and/or its successor shall be ineligible to submit a bid on or be awarded any public work contract or subcontract with any state, municipal corporation or public body for a period of five years when: • Two willful determinations have been rendered against that contractor or subcontractor and/or its successor within any consecutive six-year period. • There is any willful determination that involves the falsification of payroll records or the kickback of wages or supplements. CRIMINAL SANCTIONS Willful violations of the Prevailing Wa a Law (Article 8 of the Labor Law) constitute a misdemeanor punishable by fine or imprisonment, or both. DISCRIMINATION No employee or applicant for employment may be discriminated against on account of age, race, creed, color, national origin, sex, disability or marital status. No contractor, subcontractor nor any person acting on its behalf, shall by reason of race, creed, color, disability, sex or national origin discriminate against any citizen of the State of New York who is qualified and available to perform the work to which the employment relates. See Section 220-e(a). No contractor, subcontractor nor any person acting on its behalf, shall in any manner, discriminate against or intimidate any employee on account of race, creed, color, disability, sex or national origin. See Section 220-e(b). The Human Rights Law also prohibits discrimination in employment because of age, marital status or religion. Page 4 the ' There may be deducted from the amount payable to the contractor under fifty dollars for each calendar day during which such contract a penalty of discriminatedo in violation of the provisions againstion cintimidated ofrson was conract. See the The contract may be cancelled or terminated by the State or municipality. All be forfeited for a second or any ' monies due or to become due thereunder may violation of the term sor conditio s of the anti-discrimination subsequent ections the Every employer subject to the New York State Human Rights Law must its offices, places of employment, or employment training conspicuously post at centers notices furnished by the State Division of Human Rights. WORKERS' COMPENSATION In accordance with Section 142 of the State Finance Law, the contractor shall life the contract for the benefit of such maintain coverage during the of employees as required by the provisions of the New York State Workers' , Compensation Law. A Contractor who is awarded a public work contract must provide proof of to being allowed to begin work. workers' compensation coverage prior The insurance policy must be issued by a company authorized to provide workers' Proof must be on form ' compensation coverage in New York State. of coverage C-105.2 (Certificate of Workers' Compensation Insurance) and must name this agency as a certificate holder. If New York State coverage is added to an existing out-of-state policy, it can to write workers' only be added to a policy from a company authorized in this state. The coverage must be listed under item 3A compensation coverage of the information page. that subcontractors doing work covered under , The contractor must maintain proof a workers' compensation policy for all this contract secured and maintained employees working in New York State. Every employer providing workers' compensation insurance and disability in the format prescribed by the benefits must post notices of such coverage Workers' Compensation Board in a conspicuous place on the Jobsite. , UNEMPLOYMENT INSURANCE Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite notices furnished by the New York State Department of Labor. C 11 1 1� PW -203 (6/01) Page 5 , n NEW YORK STATE DEPARTMENT OF LABOR Bureau of Public Work State Office Campus, Bldg. 12 ' Albany, NY 12240 I T/O FISHER'S ISLAND FERRY C & S ENGINEERS, INC. ' ATTN:CHRIS BRUBACH 499 COL. EILEEN COLLINS BLVD. SYRACUSE NY 13212 Ll Schedule Type Date 06/30/03 2003 Prevailing Rate Case No. 0304772 01 PROJECT ID #: 3-36-0028-09-02 APRON ANDACCESS TAXIWAY AT ELIZABETH FIELD SUFFOLK COUNTY AIRPORT AGY. OF JURIS. : TOWN NAT. OF PROJECT: HEAVY & HWY CONS -NEW & REPAIR Copies of the wage and supplement schedule for the Public Work project identified above are enclosed herewith. Sec. 220.3a of the Labor Law requires that certain information be furnished to the Commissioner of Labor. Accordingly, you MUST complete ONE of these requests for EACH prime contract let immediately upon notifying a successful bidder for this Public Work project. Photocopy as many blank forms as required to supply one for each contractor. Return this request to the address given above ❑ Project CANCELLED, POSTPONED or assigned to agency's own employees. If reactivated, new rates and supplements will be requested. ❑ CONTRACT AWARDED: (check one and indicate date of first legal instrument which bound agency to contract.) ❑ Letter of Intent ❑Contract Signed ❑Resolution Work to be done by this prime contractor: Type of Contract: CHECK APPLICABLE TYPE ❑ (01) General Construction ❑ (02) Heating/Ventilation ❑ ❑ (03) Electrical (04) Plumbing ❑ (05) Other Contractor Information: ALL INFORMATION MUST BE SUPPLIED Federal Employer Identification Number: Name: CONTRACTOR'S TELEPHONE #: Address: City: State: Zip: Amount of Contract Approximate Starting Date: ' Approximate Completion Date: Estimated Date Entire Project Will be Completed.- CONTRACTS ompleted:CONTRACTS NOT YET AWARDED ' Type of Contract (Check all applicable contract types) ❑ (01) General Construction (02) Heating/Ventilation ❑ (04) Plumbing (05) Other ❑ {03) Electrical Signature Date PW -16 (7-00) Page O1 ' Prevailing Rate Schedule New York State Department of Labor , ----------------------------------Case Number ---------------------------------- 0304772 SUFFOLK 2003 ------------------------------------------------------------------------------- Suffolk County General Construction Rates , Prevailing Wage Rates for 07/01/03 - 06/30/04 INFORMATION ABOUT PREVAILING RATE SCHEDULE This information is provided to assist you in the interpretation of particular ' requirements for each classification of worker contained in the attached Schedule of Prevailing Rates. CLASSIFICATION ' It is the duty of the Commissioner of Labor to make the proper classification of workers taking into account whether the work is heavy and highway, building, sewer and water, tunnel work, or residential, and to make a determination of wages and supplements to be paid or provided. It is the responsibility of the , public work contractor to use the proper rate. If there is a question on the proper classification to be used, please call the district office located nearest the project. District office locations and phone numbers are listed below. PAID HOLIDAYS Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not required to perform work. If an employee works on a day listed as a paid holiday, this remuneration is in addition to payment of the required , prevailing rate for the work actually performed. OVERTIME Overtime holiday pay is the premium pay that is required for work performed on ' specified holidays. It is only required where the employee actually performs work on such holidays. The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for these covered holidays can be found in the OVERTIME PAY section . listings for each classification. SUPPLEMENTAL BENEFITS Particular attention should be given to the supplemental benefit requirements. Although in most cases the payment or provision of supplements is for each ' hour worked, some classifications require the payment or provision of supplements for each hour paid (including paid holidays on which no work is performate ed) and/or nd/ orhoursrworked,supplements to be paid or provided at a premium EFFECTIVE DATES ' When you review the schedule for a particular occupation, your attention should be directed to the dates above the column of rates. These are the dates for which a given set of rates is effective. The rate listed is valid ' until the next effective rate change or until the new annual determination which takes effect on July 1 of each year. All contractors and subcontractors are required to pay the current prevailing rates of wages and supplements. If you have any questions please contact the Bureau of Public Work or visit the New York State Department of Labor website , (www.labor.state.ny.us) for current wage rate information. APPRENTICE TRAINING RATIOS - The following are the allowable ratios of registered Apprentices to Journey - workers. For example, the ratio 1:1,1:3 indicates the allowable initial ratio is one Apprentice to one Journeyworker. The Journeyworker must be in place on the project before an Apprentice is allowed. Then three additional Journeyworkers 1 Page 02 Prevailing Rate Schedule New York State Department of Labor ' -------------------------1111---Case Number----------------------------- -- ----- 0304772 SUFFOLK 2003 ------------------------------------------------------------------------------- are needed before a second Apprentice is allowed. The last ratio repeats indefinitely. Therefore, three more Journeyworkers must be present before a third Apprentice can be hired, and so on. ' Please call Apprentice Training Central Office at (518) 457-6820 if you have any questions. Title (Trade) Ratio Boilermaker 1:1,1:4 Mason 1:111:4 Carpenter 1:1,1:4 Electrical (Outside) Lineman 1:1,1:2 Electrician (Inside) 1:1,1:3 Elevator/Escalator Construction & Modernizer 1:1,1:2 Glazier 1:1,1:3 ' Insulation & Asbestos Worker 1:1,1:4 Iron Worker 1:1,1:6 Laborer 1:1,1:3 Op Engineer 1:1,1:5 Painter 1:1,1:3 Plumber & Steamfitter 1:1,1:3 Roofer 1:1,1:2 Sheet Metal Worker 1:1,1:3 Sprinkler Fitter 1:1,1:2 ' If you have any questions concerning the attached schedule or would like additional information, please contact the nearest BUREAU of PUBLIC WORK District Office or write to: 1 New York State Department of Labor Bureau of Public Work State Office Campus, Bldg. 12 ' Albany, NY 12240 District Office Locations: Telephone # FAX # Bureau of Public Work - Albany 518-457-2744 518-485-0240 Bureau of Public Work - Binghamton 607-721-8005 607-721-8004 Bureau of Public Work - Buffalo 716-847-7159 716-847-7650 ' Bureau of Public Work - Garden City 516-228-3915 516-794-3518 Bureau of Public Work New York City 212-352-6088 212-352-6580 Bureau of Public Work - Rochester 585-258-4505 585-258-4708 Bureau of Public Work - Syracuse 315-428-4056 315-428-4671 Bureau of Public work - Utica 315-793-2314 315-793-2514 ' Bureau of Public Work - White Plains 914-997-9507 914-997-9523 Bureau of Public Work - Central Office 518-457-5589 518-485-1870 NOTES Admin. _(7/01/2003) -------------------------------------/011200------------------ OVERTIME/HOLIDAY CODES OVERTIME ' Following is an explanation of the code(s) listed in the OVERTIME each classification in the section of contained attached schedule. Additional requirements may also be listed in the HOLIDAY section. ( A ) Time and one half of the hourly rate after 7 hours per day. ( AA) Time and one half of the hourly 7 half hours rate after and one per day. f B ) Time and one half of the hourly rate after 8 hours per day. Prevailing Rate Schedule New York State Department of Labor ----------------------------------Case Number---------------------------------- Page 03 ' 0304772 SUFFOLK 2003 ------------------------------------------------------------------------------- ( B1) Time and one half of the hourly rate for the 9th & 10th hours week days and the 1st 8 hours on Saturday.Double the hourly rate for all additional hours. ( C ) Double the hourly rate after 7 hours per day. ( Cl) Double the hourly rate after 7 and one half hours per day. ( D ) Double the hourly rate after 8 hours per day. ( Dl) Double the hourly rate after 9 hours per day. ( E ) Time and one half of the hourly rate on Saturday. ( E1) Time and one half 1st 4 hours on Saturday. Double the hourly rate all additional Saturday hours. ( E2) Saturday may be used as a make-up day at straight time when a day is lost during that week due to inclement weather. ( E3) Between November 1st and March 3rd Saturday may be used as a make-up day at straight time when a day is lost during that week due to inclement weather, provided a given employee has worked between 16 and 32 hours that week. ( E4) Saturday and Sunday may be used as a make-up day at straight time when a day is lost during that week due to inclement weather. ( F ) Time and one half of the hourly rate on Saturday and Sunday. ( G ) Time and one half of the hourly rate on Saturday and Holidays. ( H ) Time and one half of the hourly rate on Saturday, Sunday, and Holidays. ( I ) Time and one half of the hourly rate on Sunday. ( J ) Time and one half of the hourly rate on Sunday and Holidays. ( K ) Time and one half of the hourly rate on Holidays. ( L ) Double the hourly rate on Saturday. ( M ) Double the hourly rate on Saturday and Sunday. ( N ) Double the hourly rate on Saturday and Holidays. ( 0 ) Double the hourly rate on Saturday, Sunday, and Holidays. ( P ) Double the hourly rate on Sunday. ( Q ) Double the hourly rate on Sunday and Holidays. ( R ) Double the hourly rate on Holidays. ( S ) Two and one half times the hourly rate for Holidays, if worked. ( S1) Two and one half times the hourly rate the first 8 hours on Sunday or Holidays. One and one half times the hourly rate all additional hours. ( T ) Triple the hourly rate for Holidays, if worked. ( U ) Four times the hourly rate for Holidays, if worked. ( V ) Including benefits at SAME PREMIUM as shown for overtime. ( W ) Time and one half for benefits on all overtime hours. NOTE:BENEFITS are PER HOUR WORKED,for each hour worked, unless otherwise noted HOLIDAYS PAID Holidays: Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not required to perform work. If an employee works on a day listed as a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the work actually performed. OVERTIME Holiday Pay: Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employee actually performs work on such holidays. The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for these covered holidays can be found in the OVERTIME PAY section listings for each classification. Following is an explanation of the code(s) listed in the HOLIDAY section of each classification contained in the attached schedule. The Holidays as listed below are to be paid at the wage rates at which the employee is normally classified. ( 1 ) None. ( 2 ) Labor Day. 11 it 1 1 IL J Prevailing Rate Schedule Page 04 ' New -- York State Department of Labor --------------------------------Case Number---------------------------------- 0304772 SUFFOLK 2003 ( 3 ) Memorial Day and Labor Day. -(--4-)-Memorial-Day-and-July-4th . ( 5 ) Memorial Day, July 4th, and Labor Day. ( 6 ) New Year's Day, Thanksgiving Day, and Christmas Day. ( 7 ) Lincoln's Birthday, Washington's Birthday, and Veterans Day. ' ( 8 ) Good Friday. ( 9 ) Lincoln's Birthday. ( 10 ) Washington's Birthday. ( 11 ) Columbus Day. ( 12 ) Election Day. ( 13 ) Presidential Election Day. ( 14 ) 1/2 Day on Presidential Election Day. ( 15 ) Veterans Day. ( 16 ) Day after Thanksgiving Day. ( 17 ) July 4th. ( 18 ) 1/2 Day before Christmas Day. ( 19 ) 1/2 Day before New Years Day. ( 20 ) Thanksgiving Day. ( 21 ) New Year's Day. ( 22 ) Christmas Day. ( 23 ) Day before Christmas. ( 24 ) Day before New Year's Day. ( 25 ) Presidents' Day. ( 26 ) Martin Luther King, Jr. Day. 1 -------------------------------------------------------------------------------- Asbestos Worker NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs WAGES: (per hour) 7/01/03 1/05/04 Asbestos Worker ......... $38.28 Addit. $1.35 per hour ' OVERTIME: See ( C, 0, V ) on OVERTIME PAGE. ' HOLIDAYS: Paid: See ( 1 ) on HOLIDAY PAGE. Overtime: See ( 5*, 6, 11, 15, 16, 25, 26 ) on HOLIDAY PAGE. For Rem./Abatement: See ( 1 ) on HOLIDAY PAGE. X When working on Labor Day triple (3) time is paid. APPRENTICES:( 1 )year terms at the following percentage of Journeyman's rates. 1st 2nd 3rd 4th 40% 60% 707. 807. SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman ..............$ 21.74 Apprentices.............Same/, as wages of $ 21.74 WAGES (per hour) 12/01/02 Rem./Abatement onlyX...... $ 23.85 XOn mechanical systems that are not to be scrapped. other removal or abatement refer to Laborer Asbestos Abatement. Prevailing Rate Schedule Page 05 New York State Department of Labor ----------------------------------Case Number---------------------------------- 0304772 SUFFOLK 2003 ------------------------------------------------------------------------------- OVERTIME: Rem./Abatement: Time and One -Half after 8 hours per day and after 5 work days per week. HOLIDAYS: Paid: See ( 1 ) ON HOLIDAY PAGE. Overtime: See ( 5, 6, X ) on HOLIDAY PAGE. * Easter is paid at time and one-half if worked. APPRENTICES: 1000 hour terms at the following percentage of Journeyman's wage. 1st 2nd 3rd 4th 787 807. 837. 89% SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman Rem 8 Abatement .......... $ 6.35 9-12a -------------------------------------------------------------------------------- Boilermaker DUTCHESS COUNTY: Entire County NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs ORANGE COUNTY: Entire County PUTNAM COUNTY: Entire County ROCKLAND COUNTY: Entire County SUFFOLK COUNTY: Entire County SULLIVAN COUNTY: Entire County ULSTER COUNTY: Entire County WESTCHESTER COUNTY: Entire County WAGES: (per hour) 7-01-03- 9-01-03- 8-31-03 8-31-04 Boilermaker........... $ 37.50 $ 39.50 OVERTIME PAY: See ( B, E, Q ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 8, 16, 23, 24 ) on HOLIDAY PAGE. Overtime: See ( 4, 6, 11, 12, 15, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) year terms at the following percentage of journeyman's wage. 1st 2nd 3rd 4th 5th 6th 7th 8th 657 65% 70% 75% 80% 857 90% 957. SUPPLEMENTAL BENEFITS: (per hour worked) $ 4.65 + $ 4.65 + 48 % of 48 % of wage rate wage rate Prevailing Rate Schedule Page 06 ' New -- York State Department of Labor --------------------------------Case Number---------------------------------- 0304772 SUFFOLK 2003 4-5 Carpenter - Building and Heavy Highway NASSAU COUNTY: Entire County ' SUFFOLK COUNTY: Entire County WAGES: (per hour) 7-01-03 Thru 6-30-04 Building Carpenter. $ 32.92 Heavy/Highway: Carpenter ............. $ 32.92 ' OVERTIME PAY: See ( B,Q ) on OVERTIME PAGE. NOTE: ON NEW YORK STATE DEPARTMENT OF TRANSPORTATION AND OR, ANY GOVERNMENT MANDATED OFF SHIFT WORK THE FOLLOWING RATE(S) SHALL APPLY: ' Monday thru Friday 4:00pm to 12:OOam...... $ 36.31 HOLIDAYS: ' Paid: See ( 18,19 ) on HOLIDAY PAGE. Overtime: See ( 5,6,16,23,24,25 ) on HOLIDAY PAGE. n APPRENTICES ( 1 ) year terms at the following Percentage of Journeyman's Wage: ' Building Heavy/Highway 1st yr 40% 40% 2nd yr 55% 55% 3rd yr 657 657 ' 4th yr 75% 75% SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman $ 23.29 ' Appr 1st & 2nd terms 11.55 Appr 3rd & 4th terms 11.55 -------------------------------------------------------------(04)-Reg Concl 7 Carpenter - Dockbuilder ------------ ALBANY COUNTY: Entire County DUTCHESS COUNTY: Entire County NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs ORANGE COUNTY: Entire County PUTNAM COUNTY: Entire County ROCKLAND COUNTY: Entire County SCHENECTADY COUNTY: Entire County ' SUFFOLK COUNTY: Entire County WESTCHESTER COUNTY: Entire County RENSSELAER COUNTY: City of Troy ' WAGES: (per hour) 7/01/03 7/01/04 Addit. Piledriver ................ S 39.10 $ 3.44 1 n Page 07 Prevailing Rate Schedule New York State Department of Labor ----------------------------------Case Number ---------------------------------- 0304772 SUFFOLK 2003 ------------------------------------------------------------------------------- Dockbuilder............... 39.10 per hr. OVERTIME PAY: See ( B, E2., 0 ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 18, 19 ) on HOLIDAY PAGE. Paid: See ( 5, 6, 11, 13, 16, 18, 19, 25 ) for 1st & 2nd yr.Apprentices Overtime: See ( 5, 6, 11, 13, 16, 18, 19, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year terms at the following percentage of Journeyman's wage. 1st. 2nd. 3rd. 4th. 40% 50% 657. 807 SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman ............... $ 24.70 Apprentices .............. 16.95 9 - 1456 -------------------------------------------------------------------------------- Carpenter - Floor Coverer DUTCHESS COUNTY: Entire County NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs ORANGE COUNTY: Entire County PUTNAM COUNTY: Entire County ROCKLAND COUNTY: Entire County SUFFOLK COUNTY: Entire County WESTCHESTER COUNTY: Entire County WAGES: (per hour) 7/01/03 7/01/04 Carpet/Resilient Addit. Floor Coverer.............. $ 40.18 $2.82/hr. OVERTIME PAY: See ( B, E, Q ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 18, 19 ) on HOLIDAY PAGE. Paid: See ( 5, 6, 11, 13, 16, 18, 19, 25 ) for 1st & 2nd yr.Apprentices Overtime: See ( 5, 6, 11, 13, 16, 18, 19, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year terms at the following percentage of Journeyman's wage. 1st. 2nd. 3rd. 4th. 40% 50% 65% 801/ SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman ................ $ 24.70 Apprentices ............... 16.95 9 - 2287 1 1 1 1 1 1 1 1 1 i 1 11 1 Page 08 Prevailing Rate Schedule New York State Department of Labor ----------------------------------Case Number ---------------------------------- 0304772 SUFFOLK 2003 ------------------------------------------------------------------------------- ------------------------------------------------------- - - - --- - Carpenter - Marine Construction/Diver ALBANY COUNTY: Entire County DUTCHESS COUNTY: Entire County NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs ORANGE COUNTY: Entire County PUTNAM COUNTY: Entire County ROCKLAND COUNTY: Entire County WESTCHESTER COUNTY: Entire County SCHENECTADY COUNTY: Entire County SUFFOLK COUNTY: Entire County RENSSELEAR COUNTY: City of Troy WAGES: (per hour) 7/01/03 7/01/04 Marine Construction: Marine Diver ............. $ 47.70 Addit. 53.90/hr. " if Tender........ $ 35.65 Addit. $3.25/hr. OVERTIME PAY: See ( B, E, E2, Q ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 18, 19 ) on HOLIDAY PAGE. Paid: See ( 5, 6, 10, 11, 13, 16, 18, 19 ) for 1st & 2nd gr.Apprentices Overtime: See ( 5, 6, 10, 11, 13, 16, 18, 19 ) on HOLIDAY PAGE. APPRENTICES: (1) year terms at the following percentage of the journeyman's wage. 1st 2nd 3rd 4th 40% 507 657 80% SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman ................. $ 24.70 Apprentices ............... 16.95 9 - 1456 -------------------------------------------------------------------------------- Carpenter - Millwright NASSAU COUNTY: Entire County NEW YORK CITY: Entire County PUTNAM COUNTY: Entire County ROCKLAND COUNTY: Entire County SUFFOLK COUNTY: Entire County WESTCHESTER COUNTY: Entire County WAGES: (per hour) 7/01/03 7/01/04 Building: Addit. Millwright ................... $ 38.99 $2.93/hr. OVERTIME PAY: See ( B, E, E2, Q ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 18, 19 ) on HOLIDAY PAGE. Paid: See ( 5, 6, 11, 13, 16, 18, 19, 25 ) for 1st & 2nd yr.Apprentices Prevailing Rate Schedule Page 09 New York State Department of Labor ----------------------------------Case Number ---------------------------------- 0304772 SUFFOLK 2003 ------------------------------------------------------------------------------- Overtime: See ( 5, 6, 11, 13, 16, 18, 19, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year terms at the following percentage of Journeyman's wage. 1st. 2nd. 3rd. 4th. 55% 65% 75% 957. SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman ................. $ 28.58 Appr 1st term ............. 18.52 Appr 2nd term ............. 20.40 Appr 3rd term ............. 23.05 Appr 4th term ............. 26.02 9-740.1 Carpenter - Timberman NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County WESTCHESTER COUNTY: Entire County WAGES: (per hour) 7/01/03 7/01/04 Timberman .......... $ 35.87 Addit. $3.26/hr. OVERTIME: See ( B, E, E2, Q ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 18, 19 ) on HOLIDAY PAGE. Paid: See ( 5, 6, 11, 13, 16, 18, 19, 25 ) for 1st 8 2ndyr. Apprentices Overtime: See ( 5, 6, 11, 13, 16, 18, 19, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year terms at the following percentage of Journeyman's wage. 1st. 2nd. 3rd. 4th. 407 50% 657 80% SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman $ 24.70 Apprentices ................ 16.95 9 - 1536 Core Driller ORANGE COUNTY: South of but including the following Waterloo Mills, Slate Hill, New Hampton, Goshen, Blooming Grove, Mountainville, east to the Hudson River. PUTNAM COUNTY: South of but including the following, Cold Spring, Tompkins Corner, Mahopac, Croton Falls, east to Connecticut border. SUFFOLK COUNTY: West of Port Jefferson and Patchoque Road to Route 112 to the Atlantic Ocean. NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs ROCKLAND COUNTY: Entire County Prevailing Rate Schedule Page 10 New York State Department of Labor ----------------------------------Case Number---------------------------------- 0304772 SUFFOLK 2003 WESTCHESTER COUNTY: Entire County WAGES: (per hour) 7/01/03 10/17/03 10/17/04 Core Drilling: Driller ............... $ 25.73 Addit. $1.87/hr Addit. $1.96/hr Assistant............ 21.25 Addit. $1.63/hr Addit. $1.71/hr Note: Hazardous Waste Pay Differential: For Level C, an additional 10% above wage rate per hour For Level B, an additional 107. above wage rate per hour For Level A, an additional 10% above wage rate per hour Note: When required to work on water: an additional $ 0.50 per hour. OVERTIME PAY: See ( B, E, KX, P, R -X -x ) on OVERTIME PAGE. HOLIDAYS: 1 Paid: See ( 5, 6 ) on HOLIDAY PAGE. Overtime: * See ( 5, 6 ) on HOLIDAY PAGE. XX See ( 8, 10, 11, 13 ) on HOLIDAY PAGE. Assistant: One (1) year increments at the following percentage of Assistant wages. This is not an apprenticeship for Driller. 1st Year 2nd Year 3rd Year 4th Year 70% 80% 907 100% SUPPLEMENTAL BENEFITS: (per hour worked) Driller $ 10.36 Assistant 10.36 9-1536 -------------------------------------------------------------------------------- Electrician NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County WAGES: (per hour) 7-01-03 Thru 6-30-04 Electrician............ $ 41.00 Fire Alarm.. 41.00 HVAC Controls. 41.00 OVERTIME PAY: See ( B,E,Q,V** ) on Overtime Page. HOLIDAYS: Paid: See ( 1 ) on HOLIDAY PAGE. Overtime: See ( 5,6,12,16,25 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year terms at the following percentage of Journeyman's wage. 1st 2nd 3rd 4th 5th 6th 35% 40% 45% 50% 60% 707 SUPPLEMENTAL BENEFITS: (percents based on hourly wages/others per hour) Journeyman 43.5% + $ 5.39*x App 1st yr 15.0% + r PUMP & TANK WORK 7-01-03- 6-01-04- 5-30-04 5-31-05 Journeyman....... $ 33.85 $ 35.20 OVERTIME; See ( B, E, Q ) on OVERTIME PAGE. HOLIDAYS: Paid: ( 1 ) Overtime: ( 5, 6, 16, 25 ) on HOLIDAYS PAGE. APPRENTICES: One ( 1 ) year terms at the following percent of journeyman's rate. 1st 2nd 3rd 4th 5t 407 50% 607. 70% 857. SUPPLEMENTAL BENEFITS: per hour worked. 50.5% of hourly rate 4-25 Electrician - Lineman NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County For Utility Distribution & Transmission Line Construction. WAGES: (per hour) 7-01-03 Thru 4-03-04 Lineman / Splicer ............... $ 34.15 Material Man. .. ............. 29.71 Heavy Equip.Operator............ 27.32 Groundman ....................... 20.49 Flagman ......................... 15.37 OVERTIME PAY: See ( B,Q ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 5,6,8,16,23,25,26 ) on Holiday page. Overtime: See ( 1 ) on Overtime Page. Prevailing Rate Schedule Page 11 New York State Department of Labor ----------------------------------Case Number---------------------------------- 0304772 ------------------------------------ SUFFOLK2003 ----------------------------- ------- $ 2.89 -x -x App 2nd yr 24.57 + $ 3.78* -x App 3rd yr 43.57 + $ 5.39)EX App 4th yr 43.57 + $ 5.39-x* App 5th yr 43.5% + $ 5.39X --X App 6th yr 43.5% + $ 5.39 -x -x PUMP & TANK WORK 7-01-03- 6-01-04- 5-30-04 5-31-05 Journeyman....... $ 33.85 $ 35.20 OVERTIME; See ( B, E, Q ) on OVERTIME PAGE. HOLIDAYS: Paid: ( 1 ) Overtime: ( 5, 6, 16, 25 ) on HOLIDAYS PAGE. APPRENTICES: One ( 1 ) year terms at the following percent of journeyman's rate. 1st 2nd 3rd 4th 5t 407 50% 607. 70% 857. SUPPLEMENTAL BENEFITS: per hour worked. 50.5% of hourly rate 4-25 Electrician - Lineman NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County For Utility Distribution & Transmission Line Construction. WAGES: (per hour) 7-01-03 Thru 4-03-04 Lineman / Splicer ............... $ 34.15 Material Man. .. ............. 29.71 Heavy Equip.Operator............ 27.32 Groundman ....................... 20.49 Flagman ......................... 15.37 OVERTIME PAY: See ( B,Q ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 5,6,8,16,23,25,26 ) on Holiday page. Overtime: See ( 1 ) on Overtime Page. SUPPLEMENTAL BENEFITS: (percents based on gross wages -others per hour) 22.50% + $ 5.24 Page 12 Underground Natural Gasline Mechanic (2" Prevailing Rate Schedule New York State 4-03-04 Department of Labor ----------------------------------Case Number ---------------------------------- OVERTIME: See ( B, E, E2, P ) 0304772 HOLIDAYS:: SUFFOLK 2003 APPRENTICES: 1000 hour Periods at the following Percentage of Journeyman's Page, Wage. Supplemental Benefits: ( per hour worked ) 23.0% + lst. 2nd. 3rd. 4th. 5th. 6th. 7th. 4-1049 line 60% 657 707 75% 80% 857 907 SUPPLEMENTAL BENEFITS: (percents based on gross wages -others per hour) 1 22.50% + $ 5.24 Underground Natural Gasline Mechanic (2" or less): 7-01-03- 4-03-04 Journeyman U.G.Mechanic...... . $ 27.52 OVERTIME: See ( B, E, E2, P ) HOLIDAYS:: Paid: See ( 5, 6, 8, 9, 10, 11, 16 ) Overtime: See ( 1 ) on Overtime Page. on Holiday Page, Supplemental Benefits: ( per hour worked ) 23.0% + $ 4.00 4-1049 line -------------------------------------------------------------------------------- Electrician - Maintenance NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County "PLEASE NOTE" Applicable to electrical maintenance including, but not limited to traffic of existing signals & electrical systems street lighting. WAGES: (per hour) 7-01-03- 4-30-04 5-01-04- 4-30-05 Journeyman ........ $ 30.76 $ 32.30 i OVERTIME PAY: See ( B, H, ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 1 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 16, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year terms at the following 1st 2nd 3rd 4th 5th wage. 407 507 607 70% 80% SUPPLEMENTAL BENEFITS: (per hour worked) 35.5% of Wage + $ 2.60 35.5% of $ 2.71 Wage + 1 Prevailing Rate Schedule Page 13 New York State Department of Labor ----------------------------------Case Number---------------------------------- 0304772 SUFFOLK 2003 ------------------------------------------------------------------------------- 4-25m -------------------------------------------------------------------------------- Electrician - Teledata NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County EASE NOTE" This rate classification applies to all Voice Data Video work; excluding Fire Alarm and Energy Management (HVAC Controls), in those cases the regular Electrician rate applies. To ensure proper rate please call the Garden City District Office at (516) 228-3915. WAGES: (per hour) 7-01-03- 5-01-04- (Telephone and Integrated 4-30-04 6-30-05 Tela -Data Systems) Journeyman ............. $ 29.69 $ 30.69 OVERTIME PAY: See ( B, E, Q ) on OVERTIME PAGE. HOLIDAYS: Paid: See (1) on HOLIDAY PAGE. Overtime: See (5,6,11,12,16,25)) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman 47.5% + 47.5% + $ 1.09 $ 1.41 4-25 1 ---------------------- Electrician - Tree Trimmer NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County WAGES: (per hour) 7-01-03 Thru 6-30-04 (TREE TRIMMER) Line Clearance Specialist.......... $ 20.44 OVERTIME: See ( B, E, P, T ) on OVERTIME PAGE. I HOLIDAYS: Paid: See ( 5, 6, 8, 9, 10, 11, 16, ) on HOLIDAY PAGE. Overtime: See ( 1 ) on OVERTIME PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) 12.5% + $ 4.37 4-1049 --------------------------------------- ------------------------------- Elevator - Constructor ROCKLAND COUNTY: Entire County except for the Township of Stony Point L"' 1 U-] i Page 14 Prevailing Rate Schedule New York State ----------------------------------Case Number ---------------Department --- of --- Labor ----- 0304772 SUFFOLK 2003 ----------------------------------------------------------------------------- WESTCHESTER COUNTY: Entire County except for the Townships of Bedford, Lewisboro, Cortland, Mt. Somers and Yorktown. Kisco, North Salem, Pound Ridge,-- NASSAU COUNTY: Entire County NEW YORK COUNTY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County WAGES: (per hour) 7/01/03 1/01/04 3/17/04 Elevator Constructor .............. $ 39.96 $ 39.265 $ 41.10 " Modern. & service............ $ 32.12 $ 31.43 $ 32.95 OVERTIME PAY: CONSTRUCTOR. See ( C, 0 ) on OVERTIME PAGE, OVERTIME PAY: MODERN./SERV.See ( B, H ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 5, 6, 9, 11, 15, 16, 25 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 9, 11, 15, 16, 25 ) on HOLIDAY PAGE. Apprentice: (1) year terms at the following percentage of 1st 2nd 3rd 4th 5th Journeyman's wage. 457 557 657. 75% 75% SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman and Apprentices: Construction ................... $ 18.510 Appr. lst year ................ 13.043 Appr. 2nd year ................ 14.188 Appr. 3rd year ................ 15.145 Appr. 4th & 5th year .......... 16.102 Modern./Service................ 17.491 $ 19.203 13.775 14.911 15.860 16.808 $ 18.184 $ 19.697 14.018 15.200 16.194 17.188 $ 18.563 Appr. 1st year ................ 12.960 Appr. 2nd year ................ 13.626 Appr. 3rd year ................ 14.482 Appr. 4th & 5th year .......... 15.337 13.692 14.350 15.196 16.043 13.940 14.641 15.528 16.416 -----------------------------------------------------------------9-1--------- Glazier DUTC---HESS COUNTY: Entire county NASSAU COUNTY: Entire county NEW YORK CITY: Entire 5 boroughs ORANGE COUNTY: Entire county PUTNAM COUNTY: Entire county ROCKLAND COUNTY: Entire county SUFFOLK COUNTY: Entire county SULLIVAN COUNTY: Entire county ULSTER COUNTY: Entire county WESTCHESTER COUNTY: Entire county WAGES: (per hour) 07/01/03 5/01/04 Glazier .................. $ 32.75 $ 33.60 1 U-] i Page 15 Prevailing Rate Schedule Department of Labor New York State --------------------------- ----------------------------------Case Number------- 0304772 2003 SUFFOLK _ OVERTIME PAY See ( C -X, DX 0 ) on OVERTIME PAGE -X Denotes if an optional 8th hour is required same will be at the If 9th hour is worked then both hours or more regular rate of pay. ( 8th and 9th or more ) will be at the double time rate of pay. HOLIDAYS: Paid: See ( 1 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 16, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year terms at the following percentage of Journeyman's wage. lst 2nd 3rd 4th 407. 50% 60% 80% SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman ............. $ 21.67 $ 2695 6.85 . Appr 1st term .......... 14.04 15.04 Appr 2nd term .......... 13.42 15.06 19.81 Appr 3rd term .......... Appr 4th term .......... 18.57 37 9-1281 (DC9 NYC) _---------------------- Ironworker - Derrickman/Rigger County NASSAU COUNTY: Entire NEW YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County COUNTY: Entire County WESTCHESTER 07/01/03 1/01/04 WAGES: (per hour) Derrickman/Rigger.......... $ 37.13 Adddit. $1.37 per hour OVERTIME PAY: See ( A)E, Dl, E", Q, V ) on OVERTIME PAGE. XTime and one-half shall be paid for all work in excess of seven (7) to of two hours on any regular hours at the end of a work day a maximum work day (the eighth (8th) and ninth (9) hours of work) and double time thereafter. shall be paid for all work shall be paid for all work on Saturday up to seven -X)ETime and one-half (7) hours and double time shall be paid for all work thereafter. HOLIDAYS: Paid:See 1 ) on HOLIDAY PAGE. 10 ) HOLIDAY PAGE. Overtime: See ( 5, 6, 8, on APPRENTICES: ( 1/2 ) year terms at the following percentage of journeyman's wage. 1st 2nd 3rd 4th 5th 6th 70% 80% 90% 90% 50% 60% SUPPLEMENTAL BENEFITS: (per hour worked) $ 27.70 1 1 1 1 [I i r t 11 Prevailing Rate Schedule Page 16 New York State Department of Labor - -------- -------------------------Case Number---------------------------------- 0304772 SUFFOLK 2003 ----------- -------------------------------------------------- --------------------9_197 Ironworker - Ornamental NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County WESTCHESTER COUNTY: Entire County WAGES: (per hour) 7/01/03 1/01/04 Ornamental .................$ 36.85 Additional Chain Link Fence........... 36.85 $1.70 Guide Rail Installation.... 36.85 per hour OVERTIME PAY: See ( AX, D1, E)EX, Q, V ) on OVERTIME PAGE. XTime and one-half shall be paid for all work in excess of seven (7) hours at the end of a work day to a maximum of two hours on any regular work day (the eighth (8th) and ninth (9th) hours of work) and double time shall be paid for all work thereafter. *-XTime and one-half shall be paid for all work on Saturday up to seven (7) hours and double time shall be paid for all work thereafter. HOLIDAYS: Paid: See ( 1 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 8 ) on HOLIDAY PAGE. APPRENTICE (1/2 ) year terms at the following percentage of Journeyman's wage. 1st. 2nd. 3rd. 4th. 5th. 6th. 60% 65% 70% 80% 85% 95% SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman ..............$ 27.40 Appr 1st term ........... 21.78 Appr 2nd term ........... 22.48 Appr 3rd term ........... 23.19 Appr 4th term ........... 24.59 Appr 5th term ........... 25.29 Appr 6th term ........... 26.70 9-580 -------------------------------------------------------------------------------- Ironworker - Reinforcing ROCKLAND COUNTY: Southern Section NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County WESTCHESTER COUNTY: Entire Count WAGES: (per hour) 7/O1M 7/01/04 Reinforcing & Addit. Metal Lathing .............$ 32.05 $ 3.10/hr. OVERTIME PAY: See ( A*, E*, Q, V ) on OVERTIME PAGE. X All overtime in excess of ten ( 10 ) hours shall be paid at double wage. Page 17 Prevailing Rate Schedule New York State Department of Labor -----------------------------------Case Number--------------- ---------------- 0304772 SUFFOLK 2003 ------------------------------------------------------------- HOLIDAYS: Paid: See ( 1 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 8, 10, 11, 13, 18, 19 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year terms at the following wage rates. 1st 2nd 3rd 4th $21.55 $24.85 $28.65 $32.45 SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman ............$ 30.63 Apprentices: 1st term .............. 17.13 2nd term .............. 18.63 3rd term .............. 19.63 4th term .............. 20.63 ---------------9-46------- ------------------------------------------------------ Ironworker - Structural NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County WESTCHESTER COUNTY: Entire County WAGES: (per hour) 7/01/03 1/01/04 Structural ................$ 37.40 Additional Riggers.,.,,.............. 37.40 $1.90 Machinery vers.......... 37.40 per hour if it Erectors........ 37.40 OVERTIME PAY: See (B)E, E*X, Q, V ) on OVERTIME PAGE. X Time and one-half shall be paid for all work in excess of (8) eight hours at the end of a work day to a maximum of two hours on any regular work day (the ninth (9th) and tenth (10th) hours of work) and double time shall be paid for all work thereafter. *X Time and one-half shall be paid for all work on Saturday up to eight (8) hours and double time shall be paid for all work thereafter. HOLIDAYS: Paid: See ( 1 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 8, 18, 19 ) on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) year terms at the following wage. lst. 2nd. 3rd. 4th. 5th. 6th. $ 18.80 19.40 19.40 20.00 20.00 20.00 SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman ...............$ 35.73 Apprentices ............. 25.78 9-40/361 -------------------------------------------------------------------------------- Laborer - Building NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County WAGES: (per hour) 7-01-03 Thru 12-31-03 P I 11 Prevailing Rate Schedule Page 18 New York State Department of Labor ----------------------------------Case Number---------------------------------- 0304772 SUFFOLK 2003 Building -Laborer: $ ---------------------- $-25.00 ---------------------------------------------- X(For Abatement Rate See Below) OVERTIME PAY: See ( A, E, E2, Q ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 1 ) on HOLIDAY PAGE. Overtime: See ( 5,6,7,11,12 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) $ 17.74 IOVERTIME PAY: See ( B, E, Q ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 2, 20 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 11, 13 ) on HOLIDAY PAGE. APPRENTICES: 1000 hour terms at the following percentage of journeyman's wage. 1st 2nd 3rd 4th 50% 60% 75% 90% �1 APPRENTICES: Regular Hour Terms ( Not available for Abatement Work) TERMS WAGES/HR SUPPLEMENTS/HR 1 hr. to 1000 hrs. .......... $ 15.00 $ 6.00 1001 hrs. to 2000 hrs. 17.50 7.00 2001 hrs. to 3000 hrs. 20.00 7.00 3001 hrs. to 4000 hrs. 22.50 7.00 ABATEMENT ONLY 07-01-03- 11-30-03 Abatement Work Only: $ 25.00 Supplemental Benefits: $ 4.00 ( per hour worked ) -------------------------------------------------------- 4 66 Laborer - Excavation --------------------- NASSAU COUNTY: Entire County NEW YORK CITY: Entire County SUFFOLK COUNTY: Entire County WAGES: (per hour) 7/01/03 7/01/04 7/01/05 Laborer/Excavation: Basic... Flagman........................ Pipelayer... 31.29 31.29 31.29 32.44 32.44 32.44 33.59 33.59 33.59 Tree Work, Landscape........... 31.29 32.44 33.59 IOVERTIME PAY: See ( B, E, Q ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 2, 20 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 11, 13 ) on HOLIDAY PAGE. APPRENTICES: 1000 hour terms at the following percentage of journeyman's wage. 1st 2nd 3rd 4th 50% 60% 75% 90% �1 Prevailing Rate Schedule Page 19 New York State Department of Labor ----------------------------------Case Number---------------------------------- 0304772 SUFFOLK 2003 ------------------------------------------------------------------------------- SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman & Apprentices: $ 16.43 17.56 18.69 -------------------------------------------------------------------------------- 9-731Ex Laborer - Free Air NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County GROUP A: Blasters. GROUP B: Tunnel workers X * (including Miners, Drill Runners, Iron Men, Maintenance Men, Conveyor Men, Safety Miners, Riggers, Block Layers, Cement Finishers, Rod Men, Caulkers, Powder Carriers, Miners' Helpers, Chuck Tenders, Track Men, Nippers, Brake Men,Derail Men, Form Men, Bottom BellTop Bell or Signal men, Form Workers, Movers, Concrete Workers, Shaft Men, funnel Laborers and Caulkers' Helpers). GROUP C: Powder Watchmen, Top Laborers and Changehouse Attendants. WAGES: (per hour) 7/01/03 7/01/04 Laborer (Tunnel) -FREE AIR: addit. Group A ...................... $ 33.427 $3.257/hr. Group B ...................... $ 31.977 $3.117/hr. Group C ...................... $ 31.298 $2.883/hr. Small Bore Micro Tunnel Machines 80% of rates above For Repairs on Existing Water Tunnels 90% of rates above For Repairs of Sewer & Drainage Tunnels 85% of rates above For Repair & Maintenance of all Subway & 80% of rates above Vehicular Tunnels OVERTIME PAY: For Laborer (Free Air) See ( D, M, R* ) on OVERTIME PAGE. For Repair Categories See ( B, F, R* ) on OVERTIME PAGE. & Micro Tunneling X Straight time first 8 hours, double time after 8 hours. HOLIDAYS: Paid: See ( 5, 6, 9, 11, 12, 15, 25 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 9, 11, 12, 15, 25 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS GROUP A GROUP B 38.39% of straight time hourly rate + $17.585 per hour paid + .28 per hour worked + 3.00 per day + .16 per hour on Overtime Hours. 38.39% of straight time hourly rate + $16.825 per hour paid + .28 per hour worked + 3.00 per day + .16 per hour on Overtime Hours. Prevailing Rate Schedule Page 20 New York State Department of Labor ----------------------------------Case Number ---------------------------------- 0304772 SUFFOLK 2003 -GROUP-C 38.39X-of-straight--time-hourly-rate + $15.546per hour paid + .28 per hour worked + 3.00 per day + 16 per hour on Overtime Hours. Small Bore Micro Tunnel Machines 80Y of rates above For Repairs on Existing Water Tunnels 907 of rates above For Repairs of Sewer & Drainage Tunnels 857 of rates above For Repair & Maintenance of all Subway & 807 of rates above Vehicular Tunnels ----------9_1477-1/Free Laborer - Heavy Highway NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County Laborer (Heavy/Highway): GROUP # 1: Asphalt Rakers and Formsetters. GROUP # 2: Asphalt Shovelers, Roller Boys and Tampers. GROUP # 3: Basic Laborer, Power Tool, Trackmen, Landscape, Pipelayer, Jackhammer and Concrete. WAGES: (per hour) 7-01-03- 6-01-04- Laborer: 5-31-04 5-31-05 GROUP # 1 ............. $ 28.54 ADD $ 0.46/Hr. GROUP # 2 ............. 27.79 ADD $ 0.44/Hr. GROUP # 3 ............. 25.54 ADD $ 0.36/Hr. NOTE: PREMIUM PAY 20% on straight time hours for NEW YORK STATE D.O.T and other GOVERNMENTAL MANDATED off -shift work. APPRENTICES: ( 1 ) year terms at the following Percentages of Journeymans Wage. 1st year.......... 80% 2nd year. .90% OVERTIME PAY: See ( B, E2, F ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 1 ) on HOLIDAY PAGE. Overtime: See ( 1 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) $ 16.12 (After forty hours paid) $ 9.67 -------------4-1298 Laborer---Tunnel-Compressed-Air -------- Compressed Air NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs 1 1 1 Prevailing Rate Schedule Page 21 New York State Department of Labor ----------------------------------Case Number --------------- ------------------- 0304772 SUFFOLK 2003 ------------------------------------------------------------------------------- SUFFOLK COUNTY: Entire County GROUP 1: Blasters, Mucking and Machine Operators. GROUP 2: Tunnel Workers* X (including Miners, Drill Runners,Iron Men, Maintenance Men, Inside Muck Lock Tender, Pumpmen, Electricians, Cement Finishers, Rod Men, Caulkers, Carpenters, Hydraulic Men, Shield Drivers, Monorail Operators, Motor Men, Conveyor Men, Safety Miners, Powder Carriers, Pan Men, Riggers, Miner's Helpers, Chuck Tenders, Track Men, Nippers, Brake Men, Form Workers, Concrete Workers, Tunnel Laborers, Caulker's Helpers), Hose Men, Grout Men, Gravel Men, Derail Men and Cable Men. GROUP 3: Top Nipper GROUP 4: Outside Man Lock Tender, Outside Muck Lock Tender, Shaft Men,Gauge Tender and Signal Men. GROUP 5: Powder Watchmen, Top Laborers and Changehouse Attendants. WAGES: (per hour) 7/01/03 7/01/04 Laborer(Compressed Air): addit. GROUP 1 .....................5 34.955 3.46/hr GROUP 2 ..................... 33.807 3.295/hr GROUP 3 ..................... 33.18 3.234/hr GROUP 4 ..................... 35.153 3.176/hr GROUP 5 ..................... 27.92 2.88/hr OVERTIME PAY: See ( D, M, RX ) on OVERTIME PAGE. NOTE: Time and one-half to be paid for all overtime repair -maintenance work on existing equipment and facilities. X Straight time first 8 hours, double time after 8 hours. HOLIDAYS: Paid: See ( 5, 6, 9, 11, 12, 15, 25 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 9, 11, 12, 15, 25 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS GROUP 1 38.39% of hourly rate + $ 18.41 per hour paid + .28 per hour worked + 3.00 per day+ .16 per Overtime Hour . GROUP 2 38.39% of hourly rate + $17.78 per hour paid + .28 per hour worked + 3.00 per day+ .16 per Overtime Hour GROUP 3 38.39% of hourly rate + $17.455 per hour paid + .28 per hour worked + 3.00 per day + .16 per overtime hour GOURP 4 38.39% of hourly rate + $ 17.141 per hour paid + .28 per hour worked + 3.00 per day + Page 22 Prevailing Rate Schedule ' New York State Department of Labor ----------------------------------Case Number ---------------------------------- 0304772 SUFFOLK 2003 16 per overtime hour GROUP 5 38.39% of hourly rate + 1 $17.783 per hour paid + .28 per hour worked + 3.00 per day + .16 per overtime hour 9-147Tn1/Comp Air Mason - Building Bricklayer NASSAU -COUNTY: --Entire County NEW YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County WAGES: (per hour) 7/01/03 7/01/04 Building: Bricklayer .................$ 37.16 Addit. $2.00/hr OVERTIME PAY: See ( A, E, E2, Q ) on OVERTIME PAGE, HOLIDAYS: Paid: See ( 1 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 750 hour ) terms at the following percentage of Journeyman's wage. 1st 2nd 3rd 4th 5TH (500 Hrs) 6TH (500 Hrs) 50% 60% 70% 80% 90% 95% SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman: $ 17.21 Apprentice: 9.68 9 -lark -------------------------------------------------------------------------------- Mason - Building Mosaic and Terrazzo Worker NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County WESTCHESTER COUNTY: Entire County WAGES: (per hour) 1 Building: 7/01/03 Mosaic Terrazzo Worker .......... $ 37.13 Assistant ....... $ 35.82 OVERTIME PAY: See ( A, E,p, VX ) on OVERTIME PAGE. x $ 5.65 added to supplements per hour worked. HOLIDAYS: Paid: See ( 1 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 8, 11, 15, 16, 25 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) $ 17.55 OVERTIME PAY: See ( A, 0 ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 1 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 8, 10, 11, 15, 16 ) on HOLIDAY PAGE. APPRENTICES: ( 750 hr)terms at the following percentage of journeyman's wage. 1st 2nd 3rd 4th 5th 6th 50% 557. 65% 75% 85% 95% SUPPLEMENTAL BENEFITS: (per hour worked) $ 17.77 $ 17.77 $ 17.77 $ 18.43 9-7/52 Mason - Cement NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County WAGES: (per hour) 7/01/03 Cement Mason ............ $ 38.00 OVERTIME PAY: See ( C, 0, V ) on OVERTIME PAGE. HOLIDAYS: PAID: See ( 1 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 8, 11, 13, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) year terms at the following percentage of Journeyman's wages and fringes. 1st 2nd 3rd 4th 5th 6th 507 60% 707 80% 90% 95% SUPPLEMENTAL BENEFITS: (per hour worked) Page 23 Prevailing Rate Schedule New York State Department of Labor ----------------------------------Case Number---------------------------------- 0304772 SUFFOLK 2003 -------------------------------------------------------------------------------- 9-7/3 Mason - Building Tile Setters NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs ORANGE COUNTY: Entire County PUTNAM COUNTY: Entire County ROCKLAND COUNTY: Entire County SUFFOLK COUNTY: Entire County WESTCHESTER COUNTY: Entire County WAGES: (per hour) 7/01/03 12/01/03 6/01/04 12/01/04 Building Tile Sett•ers........ $ 35.46 $ 37.21 $ 38.85 $ 39.85 OVERTIME PAY: See ( A, 0 ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 1 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 8, 10, 11, 15, 16 ) on HOLIDAY PAGE. APPRENTICES: ( 750 hr)terms at the following percentage of journeyman's wage. 1st 2nd 3rd 4th 5th 6th 50% 557. 65% 75% 85% 95% SUPPLEMENTAL BENEFITS: (per hour worked) $ 17.77 $ 17.77 $ 17.77 $ 18.43 9-7/52 Mason - Cement NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County WAGES: (per hour) 7/01/03 Cement Mason ............ $ 38.00 OVERTIME PAY: See ( C, 0, V ) on OVERTIME PAGE. HOLIDAYS: PAID: See ( 1 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 8, 11, 13, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) year terms at the following percentage of Journeyman's wages and fringes. 1st 2nd 3rd 4th 5th 6th 507 60% 707 80% 90% 95% SUPPLEMENTAL BENEFITS: (per hour worked) i APPRENTICES: ( 1/2 ) year terms at the following wage. 1st 2nd 3rd 4th 5th 6th percentage of Journeyman's 7th 8th 50% 557 607 Page 24 90% 95% 1 Prevailing Rate Schedule (per hour worked) New York State Department of Labor Journeyman ................$ 16.33 Cleaner/Maintenance ......... 4.45 ----------------------------------Case Number--------------- ----------- Appr.......................... 5.80 + wage percentage of $ ------------------------------------------- 6.09 0304772 Mason - Marble Cutters and Setters SUFFOLK 2003 ---------------- --------------------------------------------------------- $ Joouurneeymayman; 17.85 WAGES: (per hour) Apprentices: 1st term 11.98 2nd term 13.18 3rd term 14.39 0, V ) on OVERTIME PAGE attached. 4th term 15.59 5th term 16.80 6th term 17.49 9-780 -------------------------------------------------------------------------------- Mason - Marble NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County WESTCHESTER COUNTY: Entire County WAGES: (per hour) 7/01/03 Building: Marble/ Sawyer, Rubber 8 Polisher. ............$ 27.30 Marble Restoration Finishers .................... 16.45 OVERTIME PAY: e ( E IME Se A E V ) on OVERTIME PAGE. Q, HOLIDAYS: Paid: Journeymen receive 1/2 days pay for Labor Day. Cleaner, Maintenance and IST three terms of Apprentices See ( 5 6, 11 15 ) on HOLIDAY PAGE. All others See ( 1 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 11, 15 ) on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) year terms at the following wage. 1st 2nd 3rd 4th 5th 6th percentage of Journeyman's 7th 8th 50% 557 607 65% 70% 80% 90% 95% 1 SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman ................$ 16.33 Cleaner/Maintenance ......... 4.45 Appr.......................... 5.80 + wage percentage of $ ------------------------------------------- 6.09 Mason - Marble Cutters and Setters ---9_7/24 NEW YORK CITY: Entire 5 Boroughs EXCEPT for projects that fall within a fifty -mile radius of Columbus Circle in New York City. WESTCHESTER COUNTY: Entire county WAGES: (per hour) 7/OI/03 Building: Marble Cutters 8 Setters ....................$ 34.86 OVERTIME PAY: See ( B, 0, V ) on OVERTIME PAGE attached. i 1 Prevailing Rate Schedule Page 25 New York State Department of Labor ----------------------------------Case Number--------------- 0304772 SUFFOLK 2003 ------------------------------------------------------------------------------- HOLIDAY: Paid: Journeymen receive 1/2 days pay for Labor Day. Apprentices 1St three terms See ( 5, 6, 8, 11, 15 ) on HOLIDAY PAGE, Plus any day following a Thursday or Sunday Holiday. )(All others See ( 1 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 8, 11, 15, ) on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) year terms at the following percentage of journeyman's wage. 1st 2nd 3rd 4th 5th 6th 50% 557 65% 707 807 95% SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman ................$ 20.65 Appr 5.90 + wage percentage of $ 9.75 Mason - Marble Rigger NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County WESTCHESTER COUNTY: Entire County WAGES: (per hour) 7/01/03 Marble -Riggers, Crane & Derrickman........ $ 29.52 OVERTIME PAY: See ( C, 0, V ) on OVERTIME PAGE. HOLIDAY: Paid: 1/2 Day for Labor Day. Overtime: See ( 5, 6, 8, 11, 15, 25 ) on OVERTIME PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) $ 20.27 9-7/4 9-7/20 Mason - Paver NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County x Shall include but not limited to: fired clay brick pavers, pre -cast con- crete slabs (london walks), pressed concrete pavers, cobble stone, all types of flagging, asphalt concrete pavers- asphaltic cement sand and stone aggregate, unit safety surface. WAGES: (per hour) 7/01/2003 Journeyman. ........ ... .....$ 24.12 Apprentice ( one year term )...... 20.27 1 F, 1 1 Prevailing Rate Schedule Page 26 New York State Department of Labor - -------- -------------------------Case Number---------------------------------- 0304772 SUFFOLK 2003 ------------------------------------------------------------------------------- OVERTIME PAY: See ( B, E, Q ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 1 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 25 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman ........................ $ 10.76 Appr.............................. 6.08 9-1 Paver -------------------------------------------------------------------------------- Mason - Pointer/Caulker/Cleaner NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County WAGES (per hour) 7/01/03 Pointer, Cleaner,& Caulker (Mason) ........... $ 34.46 OVERTIME PAY: See ( B, H, E2 ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 1 ) on HOLIDAY PAGE. Overtime: See ( 5, 6 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year terms at the following wage rates. 1st 2nd 3rd 4th $16.20 19.65 24.25 29.60 SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman .............$ 14.39 Appr 1st term .......... 2.50 Appr 2nd term .......... 4.50 Appr 3rd term .......... 6.50 Appr 4th term .......... 6.50 Mason - Stone Setters NASSAU COUNTY: Entire County NEW YORK CITY: Entire County SUFFOLK COUNTY: Entire County WAGES: (per hour) 7/01/03 7/01/04 Stone Setter ........... $ 39.02 addit. $3.56/hr. Stone Tender........... 31.18 addit. $2.00/hr. OVERTIME PAY: See ( CX,E**,Q ) on OVERTIME PAGE. * On weekdays the eighth (8th) and ninth (9th) hours are time and one-half all work thereafter is paid at double the hourly rate. 9-1PCC Page 27 Prevailing Rate Schedule Department of Labor New York State ----------------------------------Case Number------------------------ ---------- 0304772 2003 SUFFOLK -------------------------------------- ----------- -X-x The first seven (7) hours on Saturday is paid at time and one-half all work thereafter is paid at double the hourly rate. HOLIDAYS: Paid: See See ( 5, 65))onnHOLLIDAYYPAPAGE. E. APPRENTICES: ( 750 hour ) terms at the following percentage of journeyman's wage. 1st. 2nd. 3rd. 4th. 5th. 50% 60% 707 807. 90% 6th. 1007. SUPPLEMENTAL BENEFITS: (per hour paid) Stone Setter ............ Stone Tender............ $ 25.43 10.95 1st year apprentice..... 15.06 9-1Stn Mason - Tile Finisher NASSAU COUNTY: --------------------------------------------------- Entire County NEW YORK CITY: Entire 5 Boroughs ORANGE COUNTY: PUTNAM COUNTY: ROCKLAND COUNTY: Entire County Entire County Entire County SUFFOLK COUNTY: Entire County WESTCHESTTEER COUNTY: Entire County 7/01/03 12/01/03 6/01/04 12/01/04 Building: $ 33.29 , Tile Finisher .............$ 30.12 $ 31.12 $ 32.19 OVERTIME PAY: See ( A, E, Q ) ON OVERTIME PAGE. HOLIDAYS: Paid: See ( 1 ) Overtime: See ( 5, on HOLIDAY PAGE. 6, 8, 10, 11, 15, 16 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) S 14.50 $ 15.00 S 15.00 $ 15.00 9-7/88 -------------------------------------- Metal Polisher ALBANY COUNTY: Entire County Entire County ONEIDA COUNTY: ONONDAGA COUNTY: Entire Entire County County ALLEGANY COUNTY: BROOME COUNTY: Entire County ONTARIO COUNTY: ORANGE COUNTY: Entire Entire County County CATTARAUGUS COUNTY: CAYUGA COUNTY: CHAUTAUQUA COUNTY: Entire County Entire County Entire County ORLEANS COUNTY: OTSEGO COUNTY: Entire Entire County County Entire County CHEMUNG COUNTY. CHENANGO COUNTY: Entire County RENSSELAERNCOUNTY: Entire County CLINTON COUNTY: COLUMBIA COUNTY: Entire County Entire County ROCKLAND COUNTY: Entire County Page 28 Prevailing Rate Schedule New York State Department of Labor ----------------------------------Case Number---------------------------------- 0304772 SUFFOLK 2003 CORTLAND COUNTY: Entire County SARATOGA COUNTY: Entire County DELAWARE COUNTY: Entire County SCHENECTADY COUNTY: Entire County DUTCHESS COUNTY: Entire County SCHOHARIE COUNTY: Entire County ERIE COUNTY: Entire County SCHUYLER COUNTY: Entire County ESSEX COUNTY: Entire County SENECA COUNTY: Entire County FRANKLIN COUNTY: Entire County STEUBEN COUNTY: Entire County FULTON COUNTY: Entire County ST. LAWRENCE COUNTY: Entire County GENESEE COUNTY: Entire County SUFFOLK COUNTY: Entire County GREENE COUNTY: Entire County SULLIVAN COUNTY: Entire County HAMILTON COUNTY: Entire County TIOGA COUNTY: Entire County 1 HERKIMER COUNTY: Entire County TOMPKINS COUNTY: Entire County JEFFERSON COUNTY: Entire County ULSTER COUNTY: Entire County LEWIS COUNTY: Entire County WARREN COUNTY: Entire County LIVINGSTON COUNTY: Entire County WASHINGTON COUNTY: Entire County MADISON COUNTY: Entire County WAYNE COUNTY: Entire County MONROE COUNTY: Entire County WESTCHESTER COUNTY: Entire County MONTGOMERY COUNTY: Entire County WYOMING COUNTY: Entire County NASSAU COUNTY: Entire County YATES COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs NIAGARA COUNTY: Entire County WAGES: (per hour) 7/01/03 6/01/04 Metal Polisher......5 21.13 21.98 All workers shall be paid a premium in an amount equal to twenty ( 20% ) per cent of their basic straight time rate of pay for all time worked on hanging scaffolds and on standing scaffolds ground, such premium to be paid on while working more than 28 feet top of their straight time or overtime, off the whichever is applicable. ' OVERTIME PAY: See ( B, E, Q ) on OVERTIME PAGE. HOLIDAY: Paid: See (5,6,9,11,15,16,25) on HOLIDAY PAGE. Overtime: See (5,6,9,11,15,16,25) on HOLIDAY PAGE APPRENTICES: 55% of Basic Polisher Rate 00 SUPPLEMENTAL BENEFITS: (% of Total Wages) Journeymen & Apprentice 55% of Wages ----------------------------------------------------------------- - 8A/28A Operating Engineer - Building NASSAU COUNTY: Entire County -9 ------------- SUFFOLK COUNTY: Entire County BUILDING CATEGORIES: CLASS " AA "CRANES: Crane, Truck Crane, Derrick, Dragline, Dredge, Crawler Crane, Tower Crane & Pile Driver. CLASS "A": Asphalt Spreader, Backhoe Picker (over 50 tons), Concrete Crawler, Boiler, Boring Pump, Gradall, Grader, Machine, Hoist, Cherry Loading Machine (10 yds. Stone Setting/Structural or more) Milling Machine, 'truck Power Winch- Steel & Mounted, Powerhouse Road Paver, Scoop-Carryall-Scraper in Tandem, Shovel, Sideboom Tractor, Prevailing Rate Schedule Page 29 New York State Department of Labor ----------------------------------Case Number --------------- 0304772 SUFFOLK 2003 ------------------------------------------------------------------------------- Stone Spreader (self-propelled), Tank Work, Tower Crane Engineer. CLASS IIBII: Backhoe, Boom Truck, Bulldozer, Boring Machine/Auger, Cherry Picker (under 50 Tons), Conveyor -Multi, Dinkey Locomotive, Fork Lift, Hoist (2 Drum), Loading Machine & Front Loader, Mulch Machine (Machine Fed), Power Winches (Not Included in Class "All), Asphalt Roller, Hydraulic Pump with Boring Machine, Scoop, Carryall, Scaper, Maintenance Man on Tower Crane, Trenching Machine, Vermeer Cutter, Work Boat. CLASS IICII: Curb Machine, Maintenance Engineer (Small Equip. & Well Point) Field Mechanic, Milling Machine (Small), Pulvi Mixer, Pumps (ail), Roller (dirt), Ridge Cutter, Vac -All, Shotblaster, Striping Machine, Interior Hoist, Concrete Finish Machine, Concrete Spreader, Conveyer, Curing Machine, Hoist (one drum). CLASS IID": Concrete Breaker, Concrete Saw/Cutter, Fork Life or Walk Behind (power operated), Generator, Hydra Hammer, Compactors (mechanical or hand operated), Pin Puller, Portable Heaters, Power Booms, Power Buggies, Pump (double action diaphragm). CLASS "Ell: Batching Plant, Generator, Grinder, Mixer, Mulching Machine, Oiler, Pump (gypsum), Pump (single action diaphragm) Stump Chipper, Track Tamper, Tractor caterpiller or wheel;, Vibrator, Deckhand on Workboat. WAGES: (per hour) 7-01-03 Thru 5-31-04 Class +IAA►' .. ..... $ 40.03 Cranes: Boom lenWth over 100 feet add $ 0.50 per hour II ►r 150 rr it $ 0.75 rr rr rr rr +► 250 er ►► $ 1.00 ►r If ►► " rr 350 ►r rr $ 1.50 rr it Class "All ... $ 37.783E *Add 53.50 for Hazardous Waste Work Class 'IBI' $ 35.813E 3EAdd $2.50 for*Hazardous Waste Work Class 'ICI' ... $ 34.513E *Add $1.50 for Hazardous Waste Work Class I'D" ................ $ 31.87 Class IIE'I................ 30.55 OVERTIME PAY: See ( D, 0 ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 5, 6, 8, 9, 15, 25 ) on HOLIDAY PAGE. "NOTE": Employee must be employed day before and day after a holiday to receive holiday pay. Overtime: See ( 5, 6, 8, 9, 15, 25 ) on OVERTIME PAGE. APPRENTICE ( 1 ) year terms at the following rates; 1st yr ................... $ 19.01 2nd yr ................... 19.78 3rd yr ................... 20.39 SUPPLEMENTAL BENEFITS: (per hour worked) F_j 111 1 1 u 1 1 Prevailing Rate Schedule Page 30 New York State Department of Labor ----------------------------------Case Number ---------------------------------- 0304772 SUFFOLK 2003 ------------------------------------------------------------------------------- ALL CLASSES .............. $ 23.29 Note: OVERTIME AMOUNT..... 20.60 APPRENTICES .............. $ 14.64 Note: OVERTIME AMOUNT..... 5.60 4-138 -------------------------------------------------------------------------------- Operating Engineer - Heavy Highway NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County HEAVY/HIGHWAY CATEGORIES: CLASS "AA" CRANES: Crane, Truck Crane, Derrick, Dragline, Dredge, Crawler Crane, Tower Crane, Pile Driver. CLASS "A": Asphalt Spreader, Backhoe Crawler, Boiler Cherrypicker (over 50 tons), Concrete Pump, Grader, Gradall, Hoist Loading Machine 10 yds. or more), Milling Machine, Power Winch -stone Setting/Structural Steel or Truck Mounted, Powerhouse, Road Paver, Scoop-Carryall-Scaper in Tandem, Shovel, Sideboom Tractor, Stone Spreader (self propelled), Tank Work, Track Alignment Machine. CLASS 11811: Backhoe, Boom Truck, Bulldozer, Boring Machine/Auger,.Cherry Picker (under 50 tons), Conveyor -Multi, Dinky Locomotive, Fork Lift, Hoist (2 drum), Loading Machine & Front Loader, Mulch Machine (machine fed) Power Winches (all others not included in CLASS A), Asphalt Roller, Hydraulic Pump with Boring Machine, Scoop, Carryall, Scaper, Maintenance Man on Tower Crane, Trenching Machine, Vermeer Cutter, Work Boat. CLASS "C": Curb Machine, Maintenance Engineer (Small Equip. & Well Point), Field Mechanic, Milling Machine (Small), Pulvi-Mixer, Pumps, Roller (Dirt), Vac -All, Welding/Burning Comppressor (Structural Steel & 2 or more Batteries), Concrete �inish Machine, Concrete Spreader, Conveyor, Curing MachineFireman, Hoist (One Drum), Ridge Cutter, Striping Machine, Weiding Machine (Structural Steel & Pile Work). CLASS "D": Compressor (Pile,Crane Stone Setting), Concrete Saw Cutter/ Breaker, Work Lift (Wafk Behind,Power Operated), Generator (Pile Work),Hydra Hammer, Hand Operated Compactor, Pin Puller, Portable Heater, Powered Broom/Buggy/Grinder, Pump (Single Action -1 to 3 Inches/Gypsum/Double Action Diaphragm), Hand Trenching Machine, Welding Machine. CLASS "E": Batching Plant, Generator, Grinder, Mixer, Mulching Machine, Oiler, Pump (Centrifugal up to 3 In.) Root Cutter, Stump Chipper, Oiler on Tower Crane, Track tamper, Tractor, Vibrator, Deckhand on Work Boat. WAGES (per hour) 7-01-03 Thru 5-31-04 Class "AA"........ ..... $ 41.08 Cranes: Boom Lenwth over 100 feet add $ 0.50 per hour TT 11 150 " " $ 0.75 TT TT IT TI " 250 $ 1.00 " IT Tr TT +T 350 " " $ 1.50 '+ 1t Class "A" .. .... ... $ 38.83)E XAdd $3.50 for Hazardous Waste Work. Prevailing Rate Schedule Page 31 New York State Department of Labor ----------------------------------Case Number----------------------------- 0304772 SUFFOLK 2003 ------------------------------------------------------------------------------- Class "B"... .. 5 36.21)( )EAdd $2.50 for Hazardous Waste work. Class "C"... .. $ 34.89)E )EAdd $1.50 for Hazardous Waste Work Class "D" ................ 5 32.27 Class "E" ................ 30.95 "NOTE": PREMIUM PAY 20% on straight time hours for NEW YORK STATE- D.O.T. and other GOVERNMENTAL MANDATED off -shift work. OVERTIME PAY: See ( D, 0 ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 5, 6, 8, 9, 15, 25 ) on HOLIDAY PAGE. NOTE": Employee must be employed day before and day after a holiday to receive holiday pay. Overtime: See ( 5, 6, 8, 9, 15, 25 ) on OVERTIME PAGE. APPRENTICE ( 1 ) year terms at the following rates; 1st yr .................. $ 19.01 2nd yr .................. 19.78 3rd yr .................. 20.39 SUPPLEMENTAL BENEFITS: (per hour worked) ALL CLASSES....... $ 23.29 Note: OVERTIME AMOUNT... 20.60 APPRENTICES......... ... $ 14.64 Note: OVERTIME AMOUNT... 5.60 -------------------------------------------------------------------------------- 4-138 Operating Engineer - Marine Construction ALBANY COUNTY: Entire County ONEIDA COUNTY: Entire County ALLEGANY COUNTY: Entire County ONONDAGA COUNTY: Entire County BROOME COUNTY: Entire County ONTARIO COUNTY: Entire County CATTARAUGUS COUNTY: Entire County ORANGE COUNTY: Entire County CAYUGA COUNTY: Entire County ORLEANS COUNTY: Entire County CHAUTAUQUA COUNTY: Entire County OSWEGO COUNTY: Entire County CHEMUNG COUNTY: Entire County OTSEGO COUNTY: Entire County CHENANGO COUNTY: Entire County PUTNAM COUNTY: Entire County CLINTON COUNTY: Entire County RENSSELAER COUNTY: Entire County COLUMBIA COUNTY: Entire County ROCKLAND COUNTY: Entire County CORTLAND COUNTY: Entire County SARATOGA COUNTY: Entire County DELAWARE COUNTY: Entire County SCHENECTADY COUNTY: Entire County DUTCHESS COUNTY: Entire County SCHOHARIE COUNTY: Entire County ERIE COUNTY: Entire County SCHUYLER COUNTY: Entire County ESSEX COUNTY: Entire County SENECA COUNTY: Entire County FRANKLIN COUNTY: Entire County STEUBEN COUNTY: Entire County FULTON COUNTY: Entire County ST. LAWRENCE COUNTY: Entire County GENESEE COUNTY: Entire County SUFFOLK COUNTY: Entire County GREENE COUNTY: Entire County SULLIVAN COUNTY: Entire County HAMILTON COUNTY: Entire County TIOGA COUNTY: Entire County HERKIMER COUNTY: Entire County TOMPKINS COUNTY: Entire County JEFFERSON COUNTY: Entire County ULSTER COUNTY: Entire County LEWIS COUNTY: Entire County WARREN COUNTY: Entire County LIVINGSTON COUNTY: Entire County WASHINGTON COUNTY: Entire County MADISON COUNTY: Entire County WAYNE COUNTY: Entire County MONROE COUNTY: Entire County WESTCHESTER COUNTY: Entire County MONTOMERY COUNTY: Entire County WYOMING COUNTY: Entire County NASSAU COUNTY: Entire County YATES COUNTY: Entire County J 1 Ij i i 1 11 1 [I 1 1 1-7-J, CLASS C: Maintenance Eng .................$ 23.59 Mate. .... .... ............... 21.99 Drag Barge Operator ............ 21.99 Welder. ...................... 23.22 t. Boat Cap .................. 22.15 Chief of Party .................. 21.99 CLASS D: Oiler ...........................$ 18.59 Scowman ......................... 17.88 Rodman. ..17.88 Tug Deckhand.................... 18.13 Deckhand ........................ 18.13 7-01-03 Thru 9-30-03 HYDRAULIC DREDGES CLASS A: Leverman ........................$ 27.56 CLASS B: Leverman II ....................$ 23.04 Engineer .... 24.17 Derrick Operator ................ 24.17 Chief Mate ...................... 23.82 Chief Welder .................... 24.48 Electrician ..................... 23.43 Fill Placer .................... 23.82 Asst.Fill Placer ................ 21.80 Boat master ..................... 23.23 CLASS C: Maintenance Eng .................$ 23.59 Mate . ..... .... ............... 21.99 Drag Barge Operator ............. 21.99 Welder Dredge. ... ............ 23.21 Spider Barge Operator .......... 23.01 Boat Capt.. 22.15 Chief of Party .................. 21.99 CLASS D: Oiler ...........................$ 18.59 Shoreman ........................ 17.90 Rodman. ....................... 17.90 Deckhand ................... 17.90 Tug Deckhand.................... 18.13 OVERTIME: See ( B, F, R ) on OVERTIME PAGE. HOLIDAY: Page 32 Prevailing Rate Schedule New York State of Labor ----------------------------------Case Number---------- -----Department 0304772 SUFFOLK 2003 NEW YORK CITY: NIAGARA Entire County COUNTY: Entire County WAGES: (per hour) 7-01-03 Thru 9-30-03 DIPPER 8 CLAMSHELL DREDGES CLASS A: Operator ........................$ 28.07 CLASS B: Operator II. .S 23.04 Engineer 24.72 --.........•--....... Boat Master ..................... 23.24 1 [I 1 1 1-7-J, CLASS C: Maintenance Eng .................$ 23.59 Mate. .... .... ............... 21.99 Drag Barge Operator ............ 21.99 Welder. ...................... 23.22 t. Boat Cap .................. 22.15 Chief of Party .................. 21.99 CLASS D: Oiler ...........................$ 18.59 Scowman ......................... 17.88 Rodman. ..17.88 Tug Deckhand.................... 18.13 Deckhand ........................ 18.13 7-01-03 Thru 9-30-03 HYDRAULIC DREDGES CLASS A: Leverman ........................$ 27.56 CLASS B: Leverman II ....................$ 23.04 Engineer .... 24.17 Derrick Operator ................ 24.17 Chief Mate ...................... 23.82 Chief Welder .................... 24.48 Electrician ..................... 23.43 Fill Placer .................... 23.82 Asst.Fill Placer ................ 21.80 Boat master ..................... 23.23 CLASS C: Maintenance Eng .................$ 23.59 Mate . ..... .... ............... 21.99 Drag Barge Operator ............. 21.99 Welder Dredge. ... ............ 23.21 Spider Barge Operator .......... 23.01 Boat Capt.. 22.15 Chief of Party .................. 21.99 CLASS D: Oiler ...........................$ 18.59 Shoreman ........................ 17.90 Rodman. ....................... 17.90 Deckhand ................... 17.90 Tug Deckhand.................... 18.13 OVERTIME: See ( B, F, R ) on OVERTIME PAGE. HOLIDAY: Page 33 ' Prevailing Rate Schedule g New York State Department of Labor ----------------------------------Case Number---------------------------------- 0304772 SUFFOLK 2003 Paid: See ( 5, 6, 8, 15, 26 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 8, 15, 26 ) on OVERTIME PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) "The following SUPPLEMENTAL BENEFITS apply to ALL categories" Hazardous Waste Differential Level A ................. $ 3.00 per hr over rate Level B ................. 2.00 It 11 11 1 Level C ................. 1.00 4-138well -------------------------------------------------------------------------------- 1 1 7-01-03 Thru 9-30-04 All Class A 8 B ...............5 6.45 plus 7% of wage (overtime hours add) ............5 1.25 , All Class C ....................5 5.85 plus 7% (overtime hours add) ............5 of wage 0.95 All Class D ...................5 5.25 plus 7% of wage , (overtime hours add) ...........5 0.65 ------------------------------------------------------------------- Operating Engineer - Well NASSAU -----4_25a ------ Driller COUNTY: Entire County SUFFOLK COUNTY: Entire County WAGES: (per hour) 7-01-03- 8-01-03- 7-31-03 6-30-03 Well Driller:......... .. $ 24.88 $ 25.63 Well Driller Assisstant:. 22.00 22.66 OVERTIME PAY: See ( B, E, G, P ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 5, 6, 16, 23 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 16, 23 ) on OVERTIME PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) Well Driller:........ .. "PLEASE NOTE" S 11.43 S 11.51 For All Overtime Hours Well Driller Assistant:_ 11.15 11.21 Add $ 2.50/hr Hazardous Waste Differential Level A ................. $ 3.00 per hr over rate Level B ................. 2.00 It 11 11 1 Level C ................. 1.00 4-138well -------------------------------------------------------------------------------- 1 1 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 1 1 1 i Page 34 Prevailing Rate Schedule New York State Department of Labor ----------------------------------Case Number ---------------------------------- 0304772 OPERATING ENGINEER - Trenchless Pipeline Rehabilitation 7-01-03 Thru 5-31-04 Lead Tec TV Crew ............. $ 35.51 Wet Out Tec .................. $ 34.20 Technician ................... $ 32.89 Boiler Operator .............. $ 33.54 Yard rate .................... $ 28.96 Yard Mechanic ................ $ 33.54 NOTE: PREMIUM PAY 20% on straight time hours for NEW YORK STATE D.O.T. and other GOVERNMENTAL MANDATED off -shift work. OVERTIME PAY: See ( D, 0 ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 5, 6, 8, 9, 15, 25 ) on HOLIDAY PAGE.** SUFFOLK 2003 -------------------------------------------------------------------------------- Operating Engineer -Trenchless Pipeline Rehabilitation ALBANY COUNTY: Entire County ONEIDA COUNTY: Entire County ALLEGANY COUNTY: Entire County ONONDAGA COUNTY: Entire County BROOME COUNTY: Entire County ONTARIO COUNTY: Entire County CATTARAUGUS COUNTY: Entire County ORANGE COUNTY: Entire County CAYUGA COUNTY: Entire County ORLEANS COUNTY: Entire County CHAUTAUQUA COUNTY: Entire County OSWEGO COUNTY: Entire County CHEMUNG COUNTY: Entire County OTSEGO COUNTY: Entire County CHENANGO COUNTY: Entire County PUTNAM COUNTY: Entire County CLINTON COUNTY: Entire County RENSSELAER COUNTY: Entire County COLUMBIA COUNTY: Entire County ROCKLAND COUNTY: Entire County CORTLAND COUNTY: Entire County SARATOGA COUNTY: Entire County DELAWARE COUNTY: Entire County SCHENECTADY COUNTY: Entire County DUTCHESS COUNTY: Entire County SCHOHARIE COUNTY: Entire County ERIE COUNTY: Entire County SCHUYLER COUNTY: Entire County ESSEX COUNTY: Entire County SENECA COUNTY: Entire County FRANKLIN COUNTY: Entire County STEUBEN COUNTY: Entire County FULTON COUNTY: Entire County ST. LAWRENCE COUNTY: Entire County GENESEE COUNTY: Entire County SUFFOLK COUNTY: Entire County GREENE COUNTY: Entire County SULLIVAN COUNTY: Entire County HAMILTON COUNTY: Entire County TIOGA COUNTY: Entire County HERKIMER COUNTY: Entire County TOMPKINS COUNTY: Entire County JEFFERSON COUNTY: Entire County ULSTER COUNTY: Entire County LEWIS COUNTY: Entire County WARREN COUNTY: Entire County LIVINGSTON COUNTY: Entire County WASHINGTON COUNTY: Entire County MADISON COUNTY: Entire County WAYNE COUNTY: Entire County MONROE COUNTY: Entire County WESTCHESTER COUNTY: Entire County MONTOMERY COUNTY: Entire County WYOMING COUNTY: Entire County NASSAU COUNTY: Entire County YATES COUNTY: Entire County NEW YORK CITY: Entire County NIAGARA COUNTY: Entire County On Contracts for Inspection Only: These rates Do Not APPLY. IMPORTANT NOTE: Rates apply to pipeline repair utilizing a Cured -In -Place Pipe (CIPP) lining system. For all other pipeline repair work, the traditional classification and corresponding wage rates apply. OPERATING ENGINEER - Trenchless Pipeline Rehabilitation 7-01-03 Thru 5-31-04 Lead Tec TV Crew ............. $ 35.51 Wet Out Tec .................. $ 34.20 Technician ................... $ 32.89 Boiler Operator .............. $ 33.54 Yard rate .................... $ 28.96 Yard Mechanic ................ $ 33.54 NOTE: PREMIUM PAY 20% on straight time hours for NEW YORK STATE D.O.T. and other GOVERNMENTAL MANDATED off -shift work. OVERTIME PAY: See ( D, 0 ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 5, 6, 8, 9, 15, 25 ) on HOLIDAY PAGE.** Page 35 Prevailing Rate Schedule New York State Department of Labor ----------------------------------Case Number ---------------------------------- 0304772 SUFFOLK 2003 ------------------------------------------------------------------------------- a* must work day before & day after or receive 2 hrs per intermittent day Overtime: See ( 5, 6, 8, 9, 15, 25 ) on OVERTIME PAGE.* -X APPRENTICE ( 1 ) year terms at the following rates; 1st yr .................... $ 19.01 2nd yr .................... 19.78 3rd yr .................... 20.39 SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman......... $ 23.29 Note: OVERTIME Journeyman. 20.60 Apprentice ............... 14.64 Note: OVERTIME Apprentice 5.60 4-138 -------------------------------------------------------------------------------- Painter-Bridge/Structural Steel NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County WAGES: (per hour) 7-01-03 Thru 4-30-04 X*Bridge.. ........... S 38.75 Structural Steel........... 38.75 Power Tool/ink Compressor.. 43.75 AxFor Bridge Painting Contracts, ALL WORKERS on and off the bridge Rate; the must (including Flagmen) are to be paid Painter's contract be ONLY for Bridge Painting. OVERTIME PAY: See ( A,O,) on OVERTIME PAGE. HOLIDAY: Paid: See (1 ) on HOLIDAY PAGE. Overtime: See (, 5,6 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year terms at the following rates. 1st 2nd 3rd Bridge....... 40% 60% Steel........ 407 60% 80% 80% Tool......... 40% 60% 80% SUPPLEMENTAL BENEFITS: (per hour worked) 48%+ Journeyman........... $ 4.00/hr Appr 1st year........ 48%/hr Appr 2nd year........ $ 4400/hr Appr 3rd year........ $ 4400/hr 4-DC9/NS ---------------------------------------------------------------- Painter - Brush/Spray NASSAU COUNTY: Entire County , NEW YORK CITY: Entire 5 Boroughs PUTNAM COUNTY: Entire County SUFFOLK COUNTY: Entire County 11 1 Page 36 Prevailing Rate Schedule New York State Department of Labor ----------------------------------Case Number ---------------------------------- 0304772 SUFFOLK 2003 1 --------(per----------------------------------------------------------------------- WESTCHESTER COUNTY: Entire County WAGES: hour) 7/01/03 5/01/04 ' Brush .....................$ 31.25 Spray 8 Scaffold.......... 34.25 $ 32.25 35.25 Fire Escape......... 34.25 35.25 Decorator ................. 34.25 35.25 Paperhanger ............... 33.70 34.45 OVERTIME PAY: See ( A, H ) on OVERTIME PAGE HOLIDAYS: Paid: See ( 1 ) on HOLIDAY PAGE Overtime: See ( 5, 6, 16, 25 ) on HOLIDAY PAGE APPRENTICES: Indentured after 5/31/93 ( 1 ) percentage of journeyman's wage. 1st 2nd 3rd year terms 4th at the following 7/01/03...... $11.30 15.63 18.75 25.00 5/01/04...... 11.30 16.13 19.35 25.80 SUPPLEMENTAL BENEFITS: ( per hour worked ) Paperhanger ..............$ 20.03 $ 20.78 All others ..............$ 16.17 $ 16.67 Apprentices: 1st Year. .$ 5.90 5.90 2nd Year ................ 8.26 8.51 3rd Year ................ 10.68 10.98 4th Year ................ 15.05 -------------------------------------------------------------------------------- 15.45 9-NYDC9 Painter - Drywall Taper NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County WAGES: (per hour) 7/01/03 ' Drywall Taper .............$ 30.25 OVERTIME PAY: See ( A, H ) on OVERTIME PAGE HOLIDAYS: Paid: See ( 1 ) on HOLIDAY PAGE Overtime: See ( 4, 5, 6, 25 ) on HOLIDAY PAGE APPRENTICES: Indentured after 5/31/93 ( 1 ) percentage of journeyman's wage. 1st 2nd 3rd 4th year terms at the following $11.30 15.13 18.15 24.20 SUPPLEMENTAL BENEFITS: ( per hour worked ) 1 Page 37 Prevailing Rate Schedule New York State Department of Labor ----------------------------------Case Number--------------- --------------- 0304772 ------------------------------------------------------------------------------- SUFFOLK 2003 Journeyman ..............$ 15.42 Apprentices: 1st Year ................$ 5.65 2nd Year ................ 7.76 3rd Year ................ 10.13 4th Year ................ 14.40 9-NYDCT9 -------------------------------------------------------------------------------- Painter - Highway Striping ALBANY COUNTY: Entire County CLINTON COUNTY: Entire County COLUMBIA COUNTY: Entire County DUTCHESS COUNTY: Entire County ESSEX COUNTY: Entire County FRANKLIN COUNTY: Entire County FULTON COUNTY: Entire County GREENE COUNTY: Entire County HAMILTON COUNTY: Entire County MONTGOMERY COUNTY: Entire County NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs ORANGE COUNTY: Entire County PUTNAM COUNTY: Entire County RENSSELAER COUNTY: Entire County ROCKLAND COUNTY: Entire County SARATOGA COUNTY: Entire County SCHENECTADY COUNTY: Entire County SCHOHARIE COUNTY: Entire County SUFFOLK COUNTY: Entire County SULLIVAN COUNTY: Entire County ULSTER COUNTY: Entire County WARREN COUNTY: Entire County WASHINGTON COUNTY: Entire County WESTCHESTER COUNTY: Entire County WAGES: (per hour) 7/01/02 Painter (Striping -Highway): Striping -Machine Operator ........... $ 22.57 17.99 Assistant .................... Linerman .......................... 27.09 OVERTIME PAY: See ( B, E, P, S ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 5, 8, 11, 12, 15, 16, 17, 20 )ON HOLIDAY PAGE. Overtime: See ( 5, 8, 11, 12, 15, 16, 17, 20, 21, 22 ) ON HOLIDAY PAGE. APPRENTICES: (1) year terms at the following wage. 1st 2nd 3rd 4th 5th $12.00 $12.00 $13.00 $14.00 $15.00 SUPPLEMENTAL BENEFITS: (per hour paid) 26% of wage $ .50 I� Page 38 Prevailing Rate Schedule New York State Department of Labor ----------------------------------Case Number--------------- ------------- - 0304772 SUFFOLK 2003 ----------------- 9-8a/28a (230) Plasterers - Plasterer NASSAU COUNTY: Entire County NEW YORK CITY: Only Brooklyn and Queens Counties ' SUFFOLK COUNTY: Entire County ALBANY COUNTY: Entire County COLUMBIA COUNTY: Entire County DELAWARE COUNTY: Entire County DUTCHESS COUNTY: Entire County GREENE COUNTY: Entire County ORANGE COUNTY: Entire County PUTNAM COUNTY: Entire County RENSSELAER COUNTY: Entire County ROCKLAND COUNTY: Entire County SULLIVAN COUNTY: Entire County ULSTER COUNTY: Entire County WESTCHESTER COUNTY: Entire County WAGES: (per hour) 7/01/03 8/06/03 2/04/04 Building: Plasterer/Traditional..............$ 32.45 Addit. Addit. $0.79/hr. $0.79/hr. OVERTIME PAY: See ( E2, H, 0 ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 1 ) on HOLIDAY PAGE Overtime: See ( 5, 6, 8, 11, 13, 25, 26 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year terms at the following wage rates. First year: 1st 6 months 2nd 6 months 40% 45% Second year: 1st 6 months 2nd 6 months 55% 60% Third year: 1st 6 months 2nd 6 months 70% 75% SUPPLEMENTAL BENEFITS: ( per hour worked ) Journeyman .....................$ 15.93 Appr. 1st term ................... 6.92 Appr. 2nd term 7.71 ' Appr. 3rd term ................... 9.27 •••.•.. Appr. 4th term .. ••. .. 10.06 Appr. 5th term ................... 11.62 Appr. 6th term ................... 12.41 --------------------------------------------------------- 9_530 ------------------ Plumber NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County WAGES: (per hour) 7-01-03 Thru 6-30-04 Plumber......... $ 38.28 OVERTIME PAY: See ( A, 0 ) on OVERTIME PAGE. HOLIDAY: Paid: See ( 1 ) on HOLIDAY PAGE. I� Prevailing Rate Schedule Page 39 New York State Department of Labor ----------------------------------Case Number---------------------------- 0304772 SUFFOLK 2003 Overtime: See ( 5, 6, 15, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year terms at the following rates. 1st year...... $ 14.83 2nd year...... 18.88 3rd year...... 24.80 4th year...... 26.70 5th year...... 28.76 SUPPLEMENTAL BENEFITS: (per hour worked)E) Journeyman $ 19.31 Appr lst term 11.16 Appr 2nd term 13.03 Appr 3rd term 13.46 Appr 4th term 14.32 Appr 5th term 14.77 (-XSunday and Holiday Benefits paid at Double Time rate.) PUMP 8 TANK WORK WAGES (per hour) 7-01-03- 6-30-04 Journeyman....... .. $ 31.60 Overtime: ( B, E, Q ) on Overtime Page. Holidays: Paid ( 1 ) Overtime ( 5, 6, 9, 10, 16 ) on Holiday Page. Apprentices: One year terms at the following rates; App: 1st yr....... $ 12.22 App: 2nd yr....... 15.64 App: 3rd yr....... 18.95 App- 4th yr....... 22.21 Mechanic:......... 27.57 Serviceman:....... 18.95 Supplemental Benefits (per hour worked) Journeyman........ $ 15.61 App. 1st yr....... 6.66 App. 2nd yr....... 7.97 App. 3rd yr....... 9.38 App 4th yr....... 10.84 Mechanic:......... 12.56 Serviceman:....... 9.38 4-200 Roofer NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County WAGES: (per hour) 7-01-03 Thru 9-30-03 Roofer/Waterproofer.............. $ 30.00 OVERTIME PAY - New Roof: See ( B,E Q ) on OVERTIME PAGE. OVERTIME PAY - Re -roof: See ( B,E,t2,Q ) on OVERTIME PAGE. Lj L� [I 1 Il 1 Prevailing Rate Schedule Page 40 New York State Department of Labor ----------------------------------Case Number---------------------------------- 0304772 SUFFOLK 2003 ------------------------------------------------------------------------------- HOLIDAYS: Paid: See ( 1 ) on HOLIDAY PAGE. Overtime: See ( 5,6,13,16,25 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year terms at the following percentage of journeyman's wage. 1st 2nd 3rd 4th 40% 50% 707 80% SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman S 19.62 Appr 2nd Apprentices: 1st Appr 2.00 term Appr 4th term Appr 5th term 3rd 6th 10.77 Appr 7th 4th Appr 15.51 term -------------------------------------------------------------------------------- 4-154 Sheetmetal Worker NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County WAGES: (per hour) 7-01-03- 8-01-03- 2-01-04- 7-31-03 1-31-04 7-31-04 Sheetmetal Worker ........... $ 37.71 Additional Additional $ 1.65/hr $ 1.65/hr For Temporary Operation or Maintenance of Fans:......... 80% of Sheetmetal Rate OVERTIME PAY: See ( C, 0,) on OVERTIME PAGE ( D, 0,) on Fan Maintenance HOLIDAYS: Paid: See ( 1 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 11, 12, 15, 25, 26 ) on holiday page. APPRENTICES: ( 1/2 ) year terms at the following percent of journeyman rate 1st 2nd 3rd 4th 5th 6th 7th 8th 30% 357 407. 45% 50% 557. 60% 707 SUPPLEMENTAL BENEFITS: Journeyman Appr 1st term Appr 2nd term Appr 3rd term Appr 4th term Appr 5th term Appr 6th term Appr 7th term Appr 8th term (per hour worked) $ 22.69 8.88 9.99 11.04 12.13 13.15 14.08 15.52 18.24 (per overtime hour worked) $ 37.35 14.23 16.13 17.91 19.26 21.48 23.03 25.59 28.20 ------------------------------------------------------------------------ 4-28 Sheetmetal Worker - Sign Erector NASSAU COUNTY: Entire County Prevailing Rate Schedule Page 41 New York State Department of Labor ----------------------------------Case Number ---------------------------------- 0304772 SUFFOLK 2003 ------------------------------------ ------------------------------------ NEW YORK CITY: Entire 5 Boroughs ROCKLAND COUNTY: Entire County SUFFOLK COUNTY: Entire County WESTCHESTER COUNTY: Entire County WAGES: (per hour) 7/01/03 Sign Erector ................$ 33.90 *NOTE: Overhead highway signs and structurally supported signs (See Iron Worker Classification) OVERTIME PAY: See ( A, H ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 5, 6, 10, 11, 12, 16 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 10, 11, 12, 16 ) on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) year terms at the following percentage of journeyman's wage. 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 35% 40% 457 50% 55% 60% 65% 70% 75% 807 SUPPLEMENTAL BENEFITS: Journeyman ...............$ 22.43 App 1st term .............. 5.22 App 2nd term ............. 5.88 App 3rd term ............. 6.54 App 4th term ............. 7.21 App 5th term ............. 9.87 App 6th term ............. 10.54 App 7th term ............. 13.19 App 8th term ............. 14.06 App 9th term ............. 16.52 App 10th term ............ 17.18 9-137 -------------------------------------------------------------------------------- Steamfitter - Refrigeration NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County WAGES: (per hour) 7/01/03 Steamfitter...............$ 29.30 Refrigeration, A/C, Oil Burner and Stoker Service and Installations, limited on Refrigeration to combined compressors up to five (5) horsepower, and on A/C Heating and Air Cooling to combined compressors up to ten (10) horsepower. I Prevailing Rate Schedule Page 42 ' New - York State Department of Labor ---------------------------------Case Number---------------------------------- 0304772 SUFFOLK 2003 OVERTIME PAY: See ( B, E, Q -X, S;*- ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 2, 6, 9, 10, 11, 15, 17, 26, Memorial Day ) on HOLIDAY PAGE. Overtime: *((211, , * 0, 126Memorial Day ) APPRENTICES: ( 1 ) year terms at the following wage. 1st 6 mo 2nd 6 mo 2nd yr 3rd yr 4th yr $7.93 12.78 15.38 17.91 21.60 ' SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman ................ $ 7.36 ' Appr 1st 6 months ........ 5.88 Appr 2nd 6 months 5.88 Appr 2nd yr.term 6.15 Appr 3rd yr.term ......... 6.46 Appr 4th yr.term ......... 6.88 - 638B --- ---- --- Steamfitter - Sprinklerfitter NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County WAGES: (per hour) 7/01/03 12/31/03 ' 0 Steam Fitters................. $2.0 ............$ 40.32 52.00 Sprinkler FitterX............. 38.32 per hr. For Work on Temporary Heat*X addit. 8 Air Conditioning ........... $ 31.12 $2.00/hr. OVERTIME PAY: See ( C)E, D**, 0, V ) on OVERTIME PAGE. Applicable to HVAC and mechanical contracts with a dollar value not to exceed Seven Million Five Hundred Thousand Dollars ( $7,500,000.00 ) and to fire protection/sprinkler contracts with a dollar value not to exceed Seven Hundred Fifty Thousand Dollars ( $750,000.00 ). Hours of labor shall be eight hours ( 8') per day. HOLIDAYS: Paid: See ( 1 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 11, 15, 16, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year terms at the following percentage of Journeyman's wage. 1st. 2nd. 3rd. 4th. 5th. 407 50% 657. 807 85% SUPPLEMENTAL BENEFITS: (per hour paid) Prevailing Rate Schedule Page 43 New York State Department of Labor ----------------------------------Case Number----------------------------- 0304772 SUFFOLK 2003 ------------------------------------------------------------------------------- Journeyman................. $ 25.75 + .32 per hour worked For Work on Temporary...... $ 20.57 Heat & Air conditioning + .32 per hour worked Apprentices ............... term percentage of $ 25.75 plus .32 per hour worked 9-638A Survey Crew - Building NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County WAGES: (per hour) 7/01/03 Survey Rates -Building: Party Chief . ............$ 38.79 Instrument Man........... 30.87 Rodman ................... 21.16 OVERTIME PAY: See ( A, Ex, Q, V ) ON OVERTIME PAGE. XDoubletime paid on the 8th hour on Saturday. HOLIDAYS: Paid: See ( 5, 6, 8, 11, 12, 15, 25 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 8, 11, 12, 25 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman ................$ 15.40 9-15Db -------------------------------------------------------------------------------- Survey Crew - Heavy Highway DUTCHESS COUNTY: Entire County NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs PUTNAM COUNTY: Entire County SUFFOLK COUNTY: Entire County WESTCHESTER COUNTY: Entire County WAGES: (per hour) 7/01/03 Survey Rates-Heavy/Highway: Party Chief ...............$ 38.55. Instrument Man ............. 28.38 Rodman.. ................... 24.67 OVERTIME PAY: See ( B, E*, Q, V ) ON OVERTIME PAGE. XDoubletime paid on the 9th hour on Saturday. HOLIDAYS: Paid: See ( 5, 6, 7, 11, 12 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 7, 11, 12 ) on HOLIDAY PAGE. i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Prevailing Rate Schedule Page 44 New York State Department of Labor ----------------------------------Case Number ---------------------------------- 0304772 SUFFOLK 2003 SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman .................$ 15.40 9-15Dh Survey Crew Consulting DUTCHESS COUNTY: Only the portion south of the north city line in Poughkeepsie. NASSAU COUNTY: Entire county NEW YORK CITY: Entire 5 boroughs PUTNAM COUNTY: Entire county SUFFOLK COUNTY: Entire county WESTCHESTER COUNTY: Entire county Feasibility and preliminary design surveying, line and grade surveying for inspection or supervision of construction when performed under a Consulting Engineer agreement. WAGES: (per hour) OVERTIME PAY: See ( B, EX, Q, V ) ON OVERTIME PAGE. XDoubletime paid on the 9th hour on Saturday. HOLIDAYS: Paid: See ( 5, 6, 7, 11, 16 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 7, 11, 16 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman .................$ 10.95 9-15dconsult Teamster - Building & Heavy Highway NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County WAGES: (per hour) 7-01-03- 6-30-04 Truck Driver - Bldg. & Heavy/Highway; Asphalt Delivery ......... $ 29.355 Concrete Delivery ...............................$ 28.57 "PLEASE NOTE" Drivers of three -axle tractors and trailers, $6.00 per day extra. Drivers of heavy equipment and tag -along trailers, $10.00 per day extra. Drivers of boom trucks, $8.00 per day extra. OVERTIME PAY: See ( B, E, Q, R, T ) on OVERTIME PAGE. 7/01/03 Survey Rates: Party Chief ...............$ 26.81 Instrument Man............ 22.48 Rodman .................... 19.73 OVERTIME PAY: See ( B, EX, Q, V ) ON OVERTIME PAGE. XDoubletime paid on the 9th hour on Saturday. HOLIDAYS: Paid: See ( 5, 6, 7, 11, 16 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 7, 11, 16 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman .................$ 10.95 9-15dconsult Teamster - Building & Heavy Highway NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County WAGES: (per hour) 7-01-03- 6-30-04 Truck Driver - Bldg. & Heavy/Highway; Asphalt Delivery ......... $ 29.355 Concrete Delivery ...............................$ 28.57 "PLEASE NOTE" Drivers of three -axle tractors and trailers, $6.00 per day extra. Drivers of heavy equipment and tag -along trailers, $10.00 per day extra. Drivers of boom trucks, $8.00 per day extra. OVERTIME PAY: See ( B, E, Q, R, T ) on OVERTIME PAGE. Truck Driver, Chauffeur 4 e Page 5 , Prevailing Rate Schedule New York State Department of Labor -- --------------------------------Case Number---------------------------------- , 0304772 SUFFOLK 2003 HOLIDAYS: Paid: See ( 5 6, 11, 12, 15, 25 )* on HOLIDAY PAGE. Overtime: See ( lf, 12, 15, 25 ) OVERTIME PAGE L, S, S1,) on (code R). See ( 5, 6,13 ) on OVERTIME PAGE ( code T ) X(must work two days in holiday week) SUPPLEMENTAL BENEFITS: (per hour worked) , Bldg.& Heavy/Highway; Asphalt Delivery ....... $ 22.80 Concrete Delivery ............................$ 22.65 8, 11, 12, 26 ) on Holiday Page. , - 4 282ns -------------------------------------------------------------------------------- must work Teamster - Demolition NASSAU COUNTY: Entire County (per hour NEW YORK CITY• Entire 5 Boroughs , SUFFOLK COUNTY: Entire County $ WAGES: (per hour) 7-01-03 Thru 6-30-04 Truck Driver, Chauffeur , or Loader/Operator Trailers. ................. $ 23.05 Straight Jobs ................ 22.75 OVERTIME PAY: See ( B, L, S, S1,) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 5, 6, 7, 8, 11, 12, 26 ) on Holiday Page. "NOTE": Employee must work two days in Holiday week SUPPLEMENTAL BENEFITS: (per hour worked) , $ 16.73 ---4_282.Demo ' --------------------------- --- ----------------------- ----------- Welder STATEWIDE: Applies to all counites. WAGES (per hour) 7/01/2003 , Welder......... (To be paid the rate of the mechanic performing the work) -------------------------------------------------------------------------------- 1 §ATE OF NEW YORK BUREAU OF PUBLIC WORK DEPARTMENT OF LABOR iA STATE OFFICE BUILDING CAMPUS a: >LBANY, NY 12240 ��t CafWF ' REQUEST FOR WAGE AND SUPPLEMENT INFORMATION AS REQUIRED BY ARTICLES 8 AND 9 OF THE LABOR LAW ax (518) 485-1870 or mail this form for new schedules or for determination for additional occupations. Please type all information Requested Below SUBMITTED BY: D CONTRACTING AGENCY ❑ PUBLIC WORK DISTRICT OFFICE DATE CHECK ONE) ❑ ARCHITECT OR ENGINEERING FIRM A PUBLIC WORK CONTRACT TO BE LET BY: (Enter Data Pertaining to Contracting Agency) 1. Name and complete address (E3check if new or change) I� L phone: ( ) ail: Fax: ( ) 2. ❑ N.Y. State Units (see item 5) ❑ 01 DOT ❑ 02 OGS ❑ 03 DORMITORY AUTHORITY ❑ 04 STATE UNIVERSITY CONSTRUCTION FUND ❑ 05 MENTAL HYGIENE FACILITIES CORP. ❑ 06 OTHER N.Y. STATE UNIT ❑ 07 City O 08 Local School District ❑ 09 Special Local District, i.e., Fire, Sewer, Water District ❑ 10 Village ❑ 11 Town ❑ 12 County ❑ 13 Other Non-N.Y. State (Describe) 3. SEND REPLY TO (❑ check if new or change) 4. SERVICE REQUIRED. Check appropriate box and provide project Name and complete address information. ❑ New Schedule of Wages and Supplements. APPROXIMATE BID DATE '[3 Additional Occupation and/or Redetermination 7phone: ( ) Fax: ( ) PRC NUMBER ISSUED PREVIOUSLY FOR OFFICE USE ONLY I THIS PROJECT E -Mail: PROJECT PARTICULARS 5. Project Title: Description of Work: Contract Identifcation Number_ Nt For NYS units, the OSC Contract No. 6. Location of Project ice Contrail 9.E Name and Title of Requester ity Designations PW -39 (02-03) OFFICE USE ONLY , Locality : Location on Site Route No/Street Address Village or City Town County 7 Nature of Project -Check One ❑ 1. New Building ❑ 2. Addition to Existing Structure ❑ 3. Heavy and Highway Construction (New and Repair) D 4. New Sewer or Waterline '❑ 5. Other New Construction (Explain) D 6. Other Reconstruction, Maintenance, Repair or Alteration D 7. Demolition D 8. Building Serv 8. OCCUPATION FOR PROJECT ❑ Guards, Watchmen ❑ Janitors, port ❑ Construction (Building, Heavy Highway/Sewer/Water) ❑ Tunnel ❑ Residential D Landscape Maintenance G Elevator maintenance ❑ Exterminators, Fumigators Signature Designations SEE OTHER SIDE FOR LAWS RELATING TO PUBLIC WORK CONTRACTS ers, cleaners Moving furniture and equipment ❑ Trash and refuse removal ❑ Window cleaners ❑ Other (Describe) STATE OF NEW YORK DEPARTMENT OF LABOR 1 REQUIREMENTS OF ARTICLE S (Section 220-223) AND ARTICLE 9 (Section 230 - 239) OF THE NEW YORK STATE LABOR LAW PREVAILING RATE SCHEDULE: The Labor Law requires public work contractors and subcontractors to pay laborers, workers , or mechanics employed in the performance of a public work contract not less than the prevailing rate of wage and to provide supplements (fringe benefits) in accordance with the prevailing practices in the locality where the work is performed. , The Department of Jurisdiction awarding a public work contract MUST obtain a prevailing rate schedule from the Bureau of Public Work of the New York State Department of Labor ' listing the hourly rates for the trades and occupations of the workers to be employed on the public work project. This schedule may be obtained by completing and forwarding the Request for Wage and Supplement Information on the reverse side hereof. The prevailing rate , schedule MUST be included in the specifications for the contract to be awarded and is deemed part of the public work contract. Upon the signing of the contract, the Department of Jurisdiction MUST advise the Bureau of Public Work on a form supplied by the Bureau as to the name of the contractor to whom the contract was awarded, the date and the amount of the ' contract. A "Department of Jurisdiction" includes a state department agency, board or commission; a , county, city, town or village; a school district, board of education or board of cooperative educational services; a sewer, water, fire, improvement and other district corporations, a public benefit corporation; and a public authority awarding a public work contract. ' WITHHOLDING OF PAYMENTS FROM CONTRACTORS: When the Bureau of Public Work finds that a contractor or subcontractor on a public work ' project failed to pay or provide the requisite prevz. =ging wages or supplements, the Bureau is authorized by Sections 220-b and 235.2 of the Laba_ Law to so notify the financial officer of the Department of Jurisdiction that awarded the public work contract. Such officer MUST then withhold or cause to be withheld from any payment due the prime contractor on account of such contract the amount indicated by the Bureau of Public Work as sufficient to satisfy the unpaid wages and supplements, including interest and any ' civil penalty that may be assessed by the Commissioner of Labor. The Department of Jurisdiction shall comply with an order of the Commissioner of Labor or of the Court with respect to the release of the funds so withheld. , [I I I - Notice to ALL Contracting Agencies — Your attention is directed to the following Amendment to Article 8, Section 220 (3-a) of the NYS Labor Law: 1......................................................................... ' Assembly Bill Number 1839, entitled: "AN ACT to amend the Labor Law, in relation to signs posted at public ' works projects" APPROVED: This bill amends Section 220 (3-a) of the Labor Law to set forth specific ' requirements for signs at public work locations listing all prevailing wages specified in the contract. The bill mandates that such signs "be written in ' plain English and titled, in lettering no smaller than two inches in height and two inches in width,"' with the phrase -Prevailing Rate of Wages.- The bill further requires that the sign by weatherproof. The bill takes effect on ' March 6, 2000. Signed into law on September 7, 1999. 00028 8 0 8 02 goo 0000,0000 880280 ommoo a an am a man a ago am* a a goom a a 9000 memo no am now Ensuring that workers receive the appropriate wage when working on public work projects is a core mission for the Department of Labor ("Department''). ' This bill will assist the Department in carrying out this mission by educating workers on public work projects as to the applicable wage and ' supplements for each project. ' On the reverse, please find the complete text of the Bill, which contains various other aspects of the law, which affect contracting agencies, contractors and subcontractors working on public work projects. STATE OF NEW YORK DEPARTMENT OF LABOR Bureau of Public Work STATE OFFICE BUILDING CAMPUS ALBANY, N.Y. 12240 I I - Notice to ALL Contracting Agencies — Your attention is directed to the following Amendment to Article 8, Section 220 (3-a) of the NYS Labor Law: 1......................................................................... ' Assembly Bill Number 1839, entitled: "AN ACT to amend the Labor Law, in relation to signs posted at public ' works projects" APPROVED: This bill amends Section 220 (3-a) of the Labor Law to set forth specific ' requirements for signs at public work locations listing all prevailing wages specified in the contract. The bill mandates that such signs "be written in ' plain English and titled, in lettering no smaller than two inches in height and two inches in width,"' with the phrase -Prevailing Rate of Wages.- The bill further requires that the sign by weatherproof. The bill takes effect on ' March 6, 2000. Signed into law on September 7, 1999. 00028 8 0 8 02 goo 0000,0000 880280 ommoo a an am a man a ago am* a a goom a a 9000 memo no am now Ensuring that workers receive the appropriate wage when working on public work projects is a core mission for the Department of Labor ("Department''). ' This bill will assist the Department in carrying out this mission by educating workers on public work projects as to the applicable wage and ' supplements for each project. ' On the reverse, please find the complete text of the Bill, which contains various other aspects of the law, which affect contracting agencies, contractors and subcontractors working on public work projects. Text of New York State Bill A01839 STATE OF NEW YORK THE PEOPLE OF THE STATE OF NEW YORK REPRESENTED IN SENATE AND ASSEMBLY, DO ENACT AS FOLLOWS: 1 Section 1 Paragraph a of subdivision 3-a of section 110 of the labor 2 law as amended by chapter 565 of the law as of (997, is amended to read 3 as follows: 4 a. It shall be the duty of the department of jurisdiction as defined 5 in this section to ascertain from the pians and specifications for clas- 6 sitication of workmen. mechanics and laborers to be employed on such 7 proiec:. Such department shall file with the fiscal officer, as defined 8 in this section, the classification of workmen, mechanics and laborers 9 to be employed upon such public works project, together with a statement 10 of the work to be performed by each such classification. From such I I statement it shall be the duty of the fiscal officer to make a proper 12 classification of such workmen, mechanics and laborers taking into 13 account whether the work is heavy and highway, building, sewer and 1.3 water. tunnel work or residential and to make a determination of the 15 schedules of wages and supplements to be paid or provided. as the case 16 may be, therefore. The contractor and every sub -contractor on public 17 works contracts shall post in a prominent and accessible place on the 18 site (of the work) :'HERE THE WORK IS PERFORMED a legible statement of 19 all wage rates and supplements as specified in the contract to be paid 20 or provided, as the case may be, for the various classes of mechanics, 21 workingmen, or laborers employed on the work SUCH POSTED STATEMENT SHALL 2-1 BE WkI TEN IN PLAIN ENGLISH AND TITLED, IN LETTERING NO SMALLER 23 THAN TWO INCHES IN HEIGHT AND TWO INCHES IN WIDTH, WITH THE PHRASE 24 `PREVAILING RATE OF WAGES' SUCH POSTED STATEMENT SHALL BE CONSTRUCTED EXPLANATION: Matter in ITALICS (underscored) is new. Matter in brackets Q is old law to be omitted LBD04:89-01-9 Page 2 I OF NLATERIALS CAPABLE OF WITHSTANDING ADVERSE WEATHER CONDIITIONS 2 The contractor and every sub -contractor shall keep original payrolls or 3 transcr'pts thereof, subscribed and affirmed by him as true under the 4 penalties of perjury, showing the hours and days worked by each workman, 5 laborer or mechanic, the occupation at which he worked, the hourly wage 6 rate paid and the supplements paid or provided, on the site of the work 7 where the contractor or sub -contractor maintains no regular place of 8 business in New York state and where the amount of the contract is in 9 excess of twenty- five thousand dollars. All other contractors of sub -contractors 10 shall produce within five days on the site of the work upon formal order of 11 the commissioner or his designed representative such original payrolls or 12 transcripts thereof, subscribed and affirmed by him as true under the penalties 13 of perjury, as may be deemed necessary to adequately enforce the provisions 14 of this article. Every contractor and sub -contractor shall submit to the 15 department of jurisdiction within thirty days after issuance of its first payroll 16 and every thirty days thereafter. A transcript of the original payroll record 17 as provided by this article, subscribed and affirmed as true under the penalties 18 of perjury. The department of jurisdiction. as herein referred to shall be the 19 department of the state. board or officer in the sere, or municipal corporation or 20 commission or board appointed pursuant to law, whose duty it is to prepare 21 or direct the preparation of the plans and specifications for a public work project r STATE OF NEW YORK DEPARTMENT OF LABOR ' Bureau of Public Work Room 130, Building 12 Harriman State Office Building Campus rAlbany, New York 12240 r IMPORTANT NOTICE REGARDING PREVAILING RATE UPDATES r ' The Department of Labor's Bureau of Public Work is no longer providing individually printed copies of the updated prevailing wage schedule. Instead, the schedule is available to you on our web site: www.labor.state.ny.us. All the other requirements concerning the schedule remain in place. Contracting agencies are still required to request a schedule from the Bureau prior to issuing a bid for a public work ' project and the schedule must be annexed to the bid document. In addition, the Bureau must be notified who. the contract has been awarded to. ' Contractors are still required to post the schedule on the jobsite and provide copies of the schedule to all their contractors. The requirement that contractors obtain affidavits from the subcontractors that such schedules have been provided is also in effect. rIn the event that you do not have web access or are unable to access the Department's website, please fax a written request for a printed copy of the schedule to the Central Office of the Bureau of Public Work at (518) 485-1870. This change allows the Department to provide this important information on a timelier basis and make the information contained in it more widely available. If you have any questions about this change, please contact the Bureau of Public Work at (518) 457-5589. 1 06/01/03 1 1 rTelephone ( 518) 457-5589 nysdoi@labor.state.ny.us Fax (518)485-187(i DEPARTMENT OF LABOR - BUREAU OF PUBLIC WORK Under Article 8 of the NYS Labor Law, when two final determinations have been rendered against a contractor, sub- contractor and/or its successor wihtin any consecutive six-year period determining that such contractor, sub -contractor and/or its successor has WILLFULLY failed to pay the prevaling wage and/or supplements, or when one final determination involves falsification of payroll records or the kickback of wages and/or supplements, said contractor, sub -contractor and/or its successor shall be debarred and ineligible to submit a bid on or be awarded any public work ' contract/sub-contract with the state, any municipal corporation or public body for a period of five years from the date of debarment NOTE: Where the Fiscal Officer is denoted "NYC', the information has been provided by the New York City Comptroller's Office, the agency issuing the determination. ' LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code ' A & R Patemo Construction Inc 287 Rockaway Turnpike Lawrence NY 11559 Barred Until Fiscal Officer Notes: 10/30/2005 NYC Falsified payrolls ' Company Name Address city State Zip Code A & R Roofing Inc P O Box 80 - Spring St Southfields NY 10975 ' Barred Until Fiscal Officer Notes: 08/30/2004 DOL ' Company Name Address City State Zip Code A & T General Construction Inc 3 Alan Shephard Place Yonkers NY 10705 'Barred Until Fiscal Officer Notes: 01/31/2006 DOL Falsified payrolls ill Company Name Address City State Zip Code A G Plumbing Inc 54 Knickerbocker Avenue Brooklyn NY 11237 Barred Until Fiscal Officer Notes: 07/222006 NYC Multiple willful violations Company Name Address City State Zip Code A R DiGima 1331 Belle Avenue Utica NY 13501 Barred Until Fiscal Officer Notes: Successor to LBS of Frankfort Inc and/or Clean Air Asbestos Removal Inc Company Name AA General Contractors Inc 'Barred Until 12/17/2003 Address City 1765 Mt. Read Blvd Rochester Fiscal Officer Notes: DOL Multiple willful violations -see Dominick Antonucci IThursday, June 26, 2003 State Zip Code NY 14606 Page 1 of 27 j LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Above All Contracting Inc 215-04 104th Avenue Queens NY 11429 Barred Until Fiscal Officer Notes: 09/21/2003 NYC Falsified payrolls Company Name Address City State Zip Code Aegan General Contracting Inc 57-16 I57th Street Flushing NY 11355 Barred Until Fiscal Officer Notes: 03/11/2008 Settlement agreement with A.G.'s Office - falsified payrolls - Also Aegean Marble Co., Aegean Marble Contracting Co., and George Begakis individually Company Name Aegean Marble Co. Barred Until Fiscal Officer 03/11/2008 Address City Notes: See Aegean General Contracting Inc State Zip Code Company Name Address City State Trp Code Aegean Marble Contracting Co. Barred Until Fiscal Officer Notes: 03/11/2008 See Aegean General Contracting Inc Company Name Address City State Trp Code AIA Environmental Corp 20-29 38th Street Astoria NY 11105 Barred Until Fiscal Officer Notes: 03/16/2004 DOL Substantially owned -affiliated entity or successor or subsidiary of Asbestos Industries of America (AIA) Company Name Address City State Zip Code Albany Pipe Insulators Inc P O Box 332 - Foundry Rd Voorheesville NY 12186 Barred Until Fiscal Officer Notes: 02/18/2008 DOL Company Name Address City State Zip Code Allstate Paper Co Inc P O Box 376 Selkirk NY 12158 Barred Until Fiscal Officer Notes: 10/26/2003 DOL Successor to Wheels Places -N -Things Company Name Address City State Trp Code , American General Construction Corp 54 Knickerbocker Avenue Brooklyn NY 11237 Barred Until Fiscal Officer Notes: 07/22/2006 NYC Multiple willful violations , Thursday, June 26, 2003 Page 2 of 27 , t 11 j LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code AP Painting & Improvement Inc 575 Hempstead Turnpike West Hempstead NY 11552 Barred Until Fiscal Officer Notes: 04/09/2007 DOL Falsified payrolls Company Name Address City State Zip Code APC Painting Barred Until Fiscal Officer Notes: 05/13/2007 See Apollo Construction Services Corp Company Name Address City State Zip Code Apollo Construction Services Corp 157 Tibbets Road Yonkers NY 10705 Barred Until Fiscal Officer Notes: 05/13/2007 DOL dba Apolo Painting Corp. - multiple willful violations 'Company Name Address City State Zip Code Asbestos Industries of America 20-29 38th Street Astoria NY 11105 Barred Until Fiscal Officer Notes: ' 03/16/2004 DOL Multiple willful violations Company Name ' Asbestos Systems Inc Barred Until Fiscal Officer 05/20/2007 DOL Address City State Zip Code 1771 Foote Avenue Jamestown NY 14701 Notes: Gregory McCoy T/A GM Enterprises dba Asbestos Systems Inc Company Name Address City State Zip Code B H International Corporation 59-15 55th Street Maspeth NY 11378 Barred Until Fiscal Officer Notes: 08/31/2003 NYC Multiple willful violations IThursday, June 26, 2003 Page 3 of 27 Company Name Address City State Zip Code 'Apolo Painting Company Barred Until Fiscal Officer Notes: 05/13/2007 aka APC Painting - see Apollo Construction Services Corp ' Company Name Address City State Zip Code Apolo Painting Corp 'Barred Until Fiscal Officer Notes: 05/13/2007 See Apollo Construction Services Corp. 'Company Name Address City State Zip Code Asbestos Industries of America 20-29 38th Street Astoria NY 11105 Barred Until Fiscal Officer Notes: ' 03/16/2004 DOL Multiple willful violations Company Name ' Asbestos Systems Inc Barred Until Fiscal Officer 05/20/2007 DOL Address City State Zip Code 1771 Foote Avenue Jamestown NY 14701 Notes: Gregory McCoy T/A GM Enterprises dba Asbestos Systems Inc Company Name Address City State Zip Code B H International Corporation 59-15 55th Street Maspeth NY 11378 Barred Until Fiscal Officer Notes: 08/31/2003 NYC Multiple willful violations IThursday, June 26, 2003 Page 3 of 27 1] LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT-', Address City , Company Name Address City State Zip Code Betty Holl Inc B H Refrigeration Inc 818 Ehnwood Avenue Buffalo NY 14213 ' Barred Until Fiscal Officer Notes: 07/23/2004 DOL Multiple willfuls - falsified payrolls Notes: ' State Zip Company Name Address City Code B&R Roofing Inc Company Name Barred Until Fiscal Officer Notes: , 08/09/2004 See Frank Valerio General Contracting Betty Jones' Services Company Name Address City State Zip Code ' Betty Holl Inc Barred Until Fiscal Officer Notes: see B H Refrigeration as its successor Company Name Address City State Zip Code Betty Jones' Services P O Box 58 Utica NY 13503 ' Barred Until Fiscal Officer Notes: 12/31/2006 DOL dba D&B J's Services and Betty Jones as President and Individually , Company Name Address C" city State Zi P Code Betty Jones (as President and Individually Barred Until Fiscal Officer Notes: ' 12/31/2006 See Betty Jones' Services Company Name Add n s City State Zip Code ' BH Mechanical Services Barred Until Fiscal Officer Notes: Aka B H Refrigeration Inc ' Company Name Address City State Zip Code Big Tree Garden Center ' Barred Until Fiscal Officer Notes: See Military Auto Service Inc ' Company Name Address City State Zip Code Bistrian Materials Inc 175 Springs Fireplace Rd East Hampton NY 11937 Barred Until Fiscal Officer Notes: , 06/06/2005 DOL See Patrick Bistrian Jr. , Inc. (substantially owned -affiliated entity or successor) Thursday, June 26, 2003 Page 4 of 27 ' j LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Address City State Zip Code Company Name Address City State Zip Code Address Braunmade Construction LLC 20-29 38th Street Astoria NY 11105 Notes: Barred Until Fiscal Officer Notes: 310 McGuiness Blvd Greenpoint 03/16/2004 DOL Multiple violations -a substantially -owned affiliated entity and/or successor of AIA Barred Until Fiscal Officer Environmental Corp - Company Name Address City State Zip Code DOL Butler Fence Company 536 State Fair Blvd Syracuse NY 13204 Zip Code Barred Until Fiscal Officer Notes: Cavalier Constr Corp c/o Clayman & Rosenbe Address 04/25/2005 DOL State Zip Code Company Name Address City State Zip Code Causeway Construction Corp Company Name College Point Address City State Zip Code Notes: C B E Contracting Corp 310 McGuiness Blvd Greenpoint NY 11222 Barred Until Fiscal Officer Notes: 10/21/2007 DOL Falsified payrolls City State Zip Code Company Name Cavalier Constr Corp c/o Clayman & Rosenbe Address City State Zip Code Calvin S Robinson Electrical Inc 2117 Egret Drive Clearwater FL 33764 Barred Until Fiscal Officer Notes: 04/12/2007 DOL Falsified payrolls Thursday, June 26, 2003 Company Name Address City State Zip Code Capital Safety Inc. 380 Lakeview Clifton NJ 07011 Barred Until Fiscal Officer Notes: 08/06/2004 DOL Falsified records and kickback of wages - debarment extended after additional violation Company Name Address City State Zip Code Carey & Murray Inc P O Box 92036 Rochester NY 14692 Barred Until Fiscal Officer Notes: 01/18/2005 DOL Multiple willfuls Company Name Address City State Zip Code Causeway Construction Corp 110-30 15th Avenue College Point NY 11356 Barred Until Fiscal Officer Notes: 09/27/2007 NYC Multiple willful violations. Company Name Address City State Zip Code Cavalier Constr Corp c/o Clayman & Rosenbe 305 Madison Avenue New York NY 10165 Barred Until Fiscal Officer Notes: 02/19/2008 NYC Falsified records - plea agreement Thursday, June 26, 2003 Page 5 of 27 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Centurian Management of New York Inc P O Box 961 Port Jefferson Sta NY 11776 Barred Until Fiscal Officer Notes: 05/03/2006 DOL Aka Centurian Protection of New York State -falsified records - debarment period extended Company Name Address Centurian Protection of New York City State Zip Code Barred Until Fiscal Officer Notes: See Centurian Management of New York State Inc - debarred until 05/03/2006 Company Name Address City State Zip Code Charles Saliba Barred Until Fiscal Officer Notes: 07/25/2005 See Monarch Construction Corporation (owner) Company Name Address City State Zip Code Christine D Foster & Donna Foster RR #1 Box 67 Bouckville NY 13310 Barred Until Fiscal Officer Notes: 09/01/2003 DOL Dba D & C Trucking - falsified records Company Name Address City State Zip Code Ciancio Mechanical Inc 321 Crescent Street Jamestown NY 14701 Barred Until Fiscal Officer Notes: 12/03/2004 DOL Multiple willfuls Company Name Address City State Zip Code Citi Cleaning Corp Barred Until Fiscal Officer Notes: See Bravo Demolition Contracting Corp Company Name Address City State Zip Code Classic Electric Inc 29-01 21st Avenue Astoria NY 11105 Barred Until Fiscal Officer Notes: 11/27/2005 NYC Multiple violations Company Name Address City State Zip Code Clean Air Asbestos Removal Inc c/o S.Finer258 Genesee St Utica NY 13502 Barred Until Fiscal Officer Notes: 08/05/2003 DOL Falsified records Thursday, June 26, 2003 Page 6 of 27 Company Name Address City State Zip Code Commtech Communications Inc 649 Warwick Road North Tonowanda NY 14120 Barred Until Fiscal Officer Notes: 11/22/2007 DOL See also Commtech Electrical Construction Corp and Michael R Palmer - multiple violations LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT j Address City State Zip Code State COMM/NET Solutions Inc Company Name Clinton Construction Corp Address City State Zip Code 6 Hewlett Drive East Williston NY 11596 649 Warwick Road Barred Until Fiscal Officer Notes: 14120 04/13/2004 NYC Multiple willfuls - falsified records Successsor to Integrated Communications Infiastructure Systems Inc Company Name Company Name Colonial Painting Co Address City State Zip Code See also Commtech Communications and Michael R Palmer- multiple violations Barred Until Fiscal Officer Notes: 11791 See S.I.M.G. Painting Co Inc Company Name Address City State Zip Code Commtech Communications Inc 649 Warwick Road North Tonowanda NY 14120 Barred Until Fiscal Officer Notes: 11/22/2007 DOL See also Commtech Electrical Construction Corp and Michael R Palmer - multiple violations Company Name Address City State Zip Code State COMM/NET Solutions Inc Commtech Electrical Construction 649 Warwick Road Barred Until Fiscal Officer Notes: 14120 Barred Until Fiscal Officer Successsor to Integrated Communications Infiastructure Systems Inc Company Name Address City State Zip Code See also Commtech Communications and Michael R Palmer- multiple violations Commercial Building Maintenance Corp 40 Oak Drive Syosset NY 11791 Barred Until Fiscal Officer Notes: 01/23/2008 Plea agreement with D.A.'s Office - willful violation and falsification of payroll records State Zip Code Converse Construction Corp 1597 Route 112 Company Name NY 11776 Barred Until Fiscal Officer Address city State Zip Code Commercial Painting Co 4872 West Seneca Turnpike Syracuse NY 13215 Falsified payrolls Barred Until Fiscal Officer Notes: 05/012008 DOL James Stanton dba Commercial Painting Co - falsified payroll records Company Name Address City State Zip Code Commtech Communications Inc 649 Warwick Road North Tonowanda NY 14120 Barred Until Fiscal Officer Notes: 11/22/2007 DOL See also Commtech Electrical Construction Corp and Michael R Palmer - multiple violations IThursday, June 26, 2003 1 Page 7 of 27 Company Name Address City, State Zip Code Commtech Electrical Construction 649 Warwick Road North Tonawanda NY 14120 Barred Until Fiscal Officer Notes: 11/22/2007 DOL See also Commtech Communications and Michael R Palmer- multiple violations Company Name Address City State Zip Code Converse Construction Corp 1597 Route 112 Port Jefferson Sta NY 11776 Barred Until Fiscal Officer Notes: 03/21/2007 DOL Falsified payrolls IThursday, June 26, 2003 1 Page 7 of 27 1 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Address City State Zip Code D&B J's Services Barred Until Fiscal Officer Notes: Company Name Address City State Zip Code CounryWide Electric Corp 795 Portland Avenue Rochester NY 14621 795 Portland Avenue Rochester NY 14621 Barred Until Fiscal Officer Notes: 04/19/2005 DOL V.PJSec. of JoBeth Inc; Pres.&V.P. of CounryWide Electric Corp. - stipulated to debarment 04/19/2005 DOL Succ./ Substantially owned -Affiliated entity to JoBeth Inc. -stipulated to debarment Company Name Address C' dY State Zip Code CrossBay Contracting Corp 242 Nevins Street Brooklyn NY 11217 Barred Until Fiscal Officer Notes: 04/18/2005 NYC Falsified payrolls -multiple willfuls - debarment period extended Company Name Address City State Zip Code D & C Trucking Barred Until Fiscal Officer Notes: See Christine D Foster & Donna Foster Company Name Address City State Zip Code D & D Mason Contractors Inc 158 11 96th Street Howard Beach NY 11414 Barred Until Fiscal Officer Notes: 05/16/2006 NYC Falsified payrolls - plea agreement Company Name Address City State Zip Code D&B J's Services Barred Until Fiscal Officer Notes: 12/31/2006 See Betty Jones' Services Inc. Company Name Address City State Zip Code David Ogden 795 Portland Avenue Rochester NY 14621 Barred Until Fiscal Officer Notes: 04/19/2005 DOL V.PJSec. of JoBeth Inc; Pres.&V.P. of CounryWide Electric Corp. - stipulated to debarment Company Name Address City State Zip Code Debcon Construction Corporation 77 Weyman Avenue New Rochelle NY 10805 Barred Until Fiscal Officer Notes: 06/11/2006 DOL Multiple willfuls - Debcon Construction Corporation and Deborah Rago in -falsified payrolls - debarment period extended Company Name Address City State Zip Code Deborah Rago, individually Barred Until Fiscal Officer Notes: 06/11/2006 See Debcon Construction Corp. Thursday, June 26, 2003 Page 8 of 27 Pon L L 1 1 1 Y 1 Company Name Address City State Zip Code Dominick Antonucci 1765 Mt. Read Blvd Rochester NY 14606 Barred Until Fiscal Officer Notes: 12/17/2003 DOL Multiple willful violations - see AA General Contractors Inc LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT j Address City State Zip Code Drywall Systems Unlimited Inc 182 West Main Street Middletown NY 10940 Company Name Address City State Zip Code Notes: Dellapenna Associates Inc 86 Olive Street Johnson City NY 13790 Barred Until Fiscal Officer Notes: Address City State Zip Code 02/18/2008 DOL Substantially owned -affiliated entity and/or successor of Dellapenna Brothers Inc - debarment Earthworks Consulting Corp 20-29 38th Street period extended after additional violations Notes: 11105 10/16/2006 See Stephen Potter Notes: Company Name Address City State Zip Code 03/16/2004 DOL Dellapenna Brothers Inc 86 Olive Street Johnson City NY 13790 �r Barred Until Fiscal Officer Notes: 02/18/2008 DOL multiple willfuls - debarment period extended after additional violations Company Name Address City State Zip Code Dominick Antonucci 1765 Mt. Read Blvd Rochester NY 14606 Barred Until Fiscal Officer Notes: 12/17/2003 DOL Multiple willful violations - see AA General Contractors Inc Thursday, June 26, 2003 1 Page 9 of 27 Company Name Address City State Zip Code Drywall Systems Unlimited Inc 182 West Main Street Middletown NY 10940 Company Name Barred Until Fiscal Officer Notes: 10/02/2007 DOL Address Company Name Address City State Zip Code Zip Code Drywall Wizard Earthworks Consulting Corp 20-29 38th Street Barred Until Fiscal Officer Notes: 11105 10/16/2006 See Stephen Potter Thursday, June 26, 2003 1 Page 9 of 27 Company Name Address City State Zip Code Earthworks Consulting Corp 20-29 38th Street Astoria NY 11105 Barred Until Fiscal Officer Notes: 03/16/2004 DOL Multiple violations - a substantially owned -affiliated entity and/or successor to AIA Environmental Corp. Zip Code Company Name Address City State East Coast Detention Equipment Systems Inc 2909 Bridge Plaza N Long Island City NY 11101 Barred Until Fiscal Officer 06/23/2004 DOL Notes: Falsified records Zip Code Company Name Address City State Eco Environmental Corporation 629 5th Avenue Pelham NY 10803 Barred Until Fiscal Officer Notes: 11/19/2003 DOL Falsified payrolls Thursday, June 26, 2003 1 Page 9 of 27 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Emes Heating & Plumbing & Heating Contr 5 Emes Lane Monsey NY 10952 Barred Until Fiscal Officer Notes: DOL and Julius and Gita Behrend, as individuals. Parties entered into a voluntary agreement to be permanently debarred. Company Name Address City State Zip Code Empire Demolition Development Co Inc 1096 Niagara St Buffalo NY 14213 Barred Until Fiscal Officer Notes: 03/24/2005 DOL Multiple willfuls Zip Code Company Name Address City State Empire State Renovation Corp 15 Division Place Brooklyn NY 11222 Barred Until Fiscal Officer Notes: 05/22/2007 NYC Falsified payrolls - plea agreement Company Name Address City State Zip Code Eric Lutz Construction Corp 493-14 Johnson Avenue Bohemia NY 11716 Barred Until Fiscal Officer Notes: 12/27/2004 DOL Falsified records Company Name Espo Construction Inc Barred Until Fiscal Officer 01/1912005 NYC Address City State Zip Code 3302 Country Club Rd Bronx NY 10465 Notes: Falsified records Company Name Address City State Zip Code Extreme Building Services Corp 20-29 38th Street Astoria NY 11105 Barred Until Fiscal Officer Notes: 03/16/2004 DOL Multiple violations - a substantially owned -affiliated entyty and/or successor of AIA Environmental Corp Company Name Address City Foundation Construction Consultants Inc 294 20th Street Brooklyn Barred Until Fiscal Officer Notes: 05/202008 NYC Multiple willfuls and falsification of payroll records State Zip Code NY 11215 Company Name Address City State Zip Code Frank J. Labriola Barred Until Fiscal Officer Notes: See State of the Art Construction Co Inc Thursday, June 26, 2003 Page 10 of 27 1 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Frank Valerio General Contracting Corp 89 West Route 59 Central Nyack NY 10960 Barred Until Fiscal Officer Notes: 08/09/2004 DOL AKA B&R Roofing Inc - debarment period extended Company Name Address City State Zip Code Gem Building & Equipment Inc 2332 Route 9W Saugerties NY 12477 Barred Until Fiscal Officer Notes: 06/28/2007 DOL Company Name Address City State Zip Code General Restoration Co Inc 551 Fifth Ave Suite 222 New York NY 10176 Barred Until Fiscal Officer Notes: 08/04/2004 DOL Voluntary debarment Company Name Address City Notes: As an individual - see Aegean General Contracting Inc. Address City State Zip Code Address City P O Box 8808 Baltimore Gem Installations Inc Zip Code 21224 P O Box 422 Little Meadows PA 18830 Barred Until Fiscal Officer Notes: 04/06/2005 DOL Multiple willfuls Company Name Company Name Address City State Zip Code Zip Code George J Leva Sr. Address City State Barred Until Fiscal Officer Gemma Construction Company Inc R.A.Libret 1325 Franklin Garden City NY 11530 As an individual dba Ontario Flooring Company. Debarment period extended after additional Barred Until Fiscal Officer Notes: Thursday, June 26, 2003 12129/2004 NYC Falsified records Company Name Address City State Zip Code General Restoration Co Inc 551 Fifth Ave Suite 222 New York NY 10176 Barred Until Fiscal Officer Notes: 08/04/2004 DOL Voluntary debarment Company Name George Begakis Barred Until Fiscal Officer 03/11/2008 Address City Notes: As an individual - see Aegean General Contracting Inc. State Zip Code Company Name George Forakis Address City P O Box 8808 Baltimore State MD Zip Code 21224 Barred Until Fiscal Officer Notes: 03/07/2007 DOL Falsified payrolls - Paint City Contractors Inc and George Forakis individually Company Name Address City State Zip Code George J Leva Sr. Barred Until Fiscal Officer Notes: 02/06/2008 As an individual dba Ontario Flooring Company. Debarment period extended after additional violation Thursday, June 26, 2003 Page 11 of 27 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT i Company Name Address City State Zip Code George Lucey,Manual Tobio(see note) 150 Kings Street Brooklyn NY 11231 Barred Until Fiscal Officer Notes: NYC Manuel P Tobio and Lake Constr and Development Corp (individually and as a whole) grand larceny,falsified records,debarred permanently Company Name Address City State Zip Code Georgian Bay Contracting Inc 4635 Chestnut Road Amherst NY 14228 Barred Until Fiscal Officer Notes: 01/12/2005 DOL Multiple willfuls Company Name Address City State Trp Code GM Enterprises State Barred Until Fiscal Officer Notes: 05/20/2007 See Asbestos Systems Inc NY 14221 Company Name Address City State Zip Code GNP Contracting Corp 153 Woodruff Avenue Scarsdale NY 10583 Barred Until Fiscal Officer Notes: 11/04/2003 DOL Falsified records Company Name Address City State Zip Code Gogos & Weber Contracting Inc 241 Sprucewood Terrace Williamsville NY 14221 Barred Until Fiscal Officer Notes: 12/30/2004 DOL Multiple willfuls Company Name Address city State Zip Code Gregory McCoy Barred Until Fiscal Officer Notes: 05/20/2007 As an individual. See GM Enterprises dba Asbestos Systems Inc Company Name Address City State Zip Code Gulley Terrazzo Tile & Flooring Co P O Box 11304 Rochester NY 14611 Barred Until Fiscal Officer Notes: 04/06/2005 DOL See Tobie R Gulley Company Name Address City State Zip Code Harter Construction Services Inc P 0 Box 57 Hilton NY 14468 Bared Until Fiscal Officer Notes: 10/18/2004 DOL Falsified records Thursday, June 26, 2003 Page 12 of 27 Company Name Address City State Zip Code Hi Tech Insulation P O Box 12861 Rochester NY 14612 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Fiscal Officer Notes: State 12/09/2007 DOL Company Name 265-12 Hillside Avenue Floral Park Address City State Zip Code 11004 HDA Construction Barred Until 942 Havemeyer Avenue Bronx NY 10473 Notes: Barred Until Fiscal Officer Notes: 04/30/2007 12/10/2007 DOL Falsified records Notes: See Hom Exterior Corp Company Name Address City State Zip Code Hector Colon 3643 Bruckner Blvd Bronx NY 10464 Barred Until Fiscal Officer Notes: 04/17/2007 DOL Conducting business as M & H Climate and Energy Management Ltd. Falsified payrolls Company Name Address City State Zip Code Hi Tech Insulation P O Box 12861 Rochester NY 14612 Company Name Address City State Zip Code Hom Exterior Restoration Barred Until Fiscal Officer Notes: See Horn Exterior Corp Barred Until Fiscal Officer Notes: State 12/09/2007 DOL Kevin C. Marlowe dba Hi Tech Insulation - multiple violations Company Name Address City State Zip Code Hom Exterior Restoration Barred Until Fiscal Officer Notes: See Horn Exterior Corp Company Name Address City State Zip Code Address City State Zip Code Hi -Amp Electrical Construction Corp 265-12 Hillside Avenue Floral Park NY 11004 See Hom Exterior Corp Barred Until Fiscal Officer Notes: Company Name Address City State Zip Code 04/30/2007 DOL and Ivan Torres individually. Falsified payrolls Barred Until Fiscal Officer Notes: See Hom Exterior Corp Company Name Addnes City State Zip Code Hom Exterior Corp 32-45 Queens Boulevard Long Island City NY 11101 I 1A Barred Until Fiscal Officer Notes: 14 05!13/2004 NYC Dba Horn Exterior Restoration,akaRom Maintenance Corp (and) Hom Roofing Corp. - multiple willfuls Company Name Address City State Zip Code Hom Exterior Restoration Barred Until Fiscal Officer Notes: See Horn Exterior Corp IThursday, June 26, 2003 1 Page 13 of 27 Company Name Address City State Zip Code Horn Maintenance Corp Barred Until Fiscal Officer Notes: See Hom Exterior Corp Company Name Address City State Zip Code Horn Roofing Corp Barred Until Fiscal Officer Notes: See Hom Exterior Corp IThursday, June 26, 2003 1 Page 13 of 27 1 Company Name Address City State Zip Code I C Construction Company Inc LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Notes: Company Name Address City State Zip Code Hydroblast Inc Company Name P O Box 851 Portland ME 04104 Barred Until Fiscal Officer Notes: NY 14468 Barred Until Fiscal Officer 08/19/2003 DOL Multiple willfuls 06/24/2004 DOL And successor COMM/Net Solutions Inc Company Name Address City State Zip Code I & P Concrete Inc P O Box 342 Pine Bush NY 12566 Barred Until Fiscal Officer Notes: 11/30/2004 DOL Company Name Address City State Zip Code I C Construction Company Inc 120 South Broadway Red Hook NY 12571 Barred Until Fiscal Officer Notes: 07/30/2006 DOL Multiple willfuls, Company Name Address City State Zip Code Integrated Communications Infiacstructures 688 Wilder Road Hilton NY 14468 Barred Until Fiscal Officer Notes: 06/24/2004 DOL And successor COMM/Net Solutions Inc Company Name Address City State Zip Code Intercounty Roofing Systems Inc 20 Jerusalem Avenue Hicksville NY 11801 Barred Until Fiscal Officer Notes: 05/09/2006 DOL Falsified payrolls Company Name Address City State Zip Code International Environmental Resources Barred Until Fiscal Officer Notes: 08/09/2007 See International Environmental Services Inc Company Name Address City State Zip Code International Environmental Services Inc 2 Stafford Courd Cranston RI 02920 Barred Until Fiscal Officer Notes: 08/09/2007 DOL dba International Environmental Resources - Falsified payrolls Company Name Address City State Zip Code Ismael Cisneros Barred Until Fiscal Officer Notes: 04/14/2008 As an individual - See Izi Plumbing & Heating Ltd Thursday, June 26, 2003 Page 14 of 27 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Ivan Torres 265-12 Hillside Avenue Floral Park NY 11004 Barred Until Fiscal Officer Notes: 04/30/2007 DOL Individually and Hi -Amp Electrical Construction Corp. Falsified payrolls 1 Company Name Address City State Zip Code IVS Construction Company Inc c/o M&P 245 Main St White Plains NY 10601 Barred Until Fiscal Officer Notes: 11/19/2004 NYC Falsified records 1 Company Name Address City State Zip Code Izi Plumbing & Heating Ltd 291 Metropolitan Avenue Brooklyn NY 11211 State Barred Until Fiscal Officer Notes: JNS Heating Service Inc 1320-1 Lincoln Avenue Holbrook 04/14/2008 DOL and Ismael Cisneros, Individually - falsified payrolls Barred Until Fiscal Officer Notes: Company Name Address City State Zip Code J Mangone Contracting Inc 53 13th Avenue Mineola NY 11501 Barred Until Fiscal Officer Notes: 11/07/2006 DOL Falsified payrolls and kickbacks of wages and supplements Address city State Zip Code JoBeth Inc Barred Until Company 795 Portland Avenue Notes: Rochester NY 14621 Name Address City State Zip Code James Spalina Construction Inc 25 Southfield Drive Webster NY 14580 Barred Until Fiscal Officer Notes: Thursday, June 26, 2003 Page 15 of 27 07/29/2003 DOL Multiple willfuls Zip Code Company Name Address City State JBC Industries of Parish Inc P O Box 728 - CR 44 Mexico NY 13114 1 Barred Until 07/24/2007 Fiscal Officer DOL Notes: Multiple willful violations Company Name Address City State Zip Code JNS Heating Service Inc 1320-1 Lincoln Avenue Holbrook NY 11741 Barred Until Fiscal Officer Notes: 02/03/2008 DOL Qualifying Felony Conviction (Labor Law Section 220-b.3.b(2) ii Company Name Address city State Zip Code JoBeth Inc Barred Until Fiscal Officer 795 Portland Avenue Notes: Rochester NY 14621 04/19/2005 DOL Stipulated to debarment Thursday, June 26, 2003 Page 15 of 27 1 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT i Company Name Address City State Zip Code Julius and Gita Behrend 5 Emes Lane Monsey NY 10952 Barred Until Fiscal Officer Notes: See Emes Heating & Plumbing Contractor, Inc. Company Name Address City State Zip Code K & K Restoration Corp 752 Cypress Drive Franklin Square NY 11010 Barred Until Fiscal Officer Notes: 04/14/2005 NYC Falsified records Company Name Address City State Zip Code KBH Construction Co Inc 90 River Rd - P O Box 30 Scottsville NY 14546 Barred Until Fiscal Officer Notes: 05/21/2004 DOL Multiple willfuls Company Name Address City State Zip Code Keith Grimes Inc Fairlawn Dr - P O Box 964 Montauk NY 11954 Barred Until Fiscal Officer Notes: 03/21/2006 DOL Falsified records Company Name Address City State Zip Code Kevin C Marlowe Barred Until Fiscal Officer Notes: See Hi Tech Insulation Company Name Address City State Zip Code Klarberg Inc P O Box 187 East Amherst NY 14051 Barred Until Fiscal Officer Notes: 02/12/2004 DOL 5 willful violations Company Name Address City State Zip Code Kornas Construction Corporation 162 85th Street Brooklyn NY 11209 Barred Until Fiscal Officer Notes: 01/09/2006 NYC Falsified payrolls Company Name Address City State Zip Code L Harbert Inc 1871 Walton Avenue Bronx NY 10453 Barred Until Fiscal Officer Notes: 06/14/2004 NYC Falsified records Thursday, June 26, 2003 Page 16 of 27 1 L I Company Name Mac Stringer Painting Barred Until Fiscal Officer 12/18/2006 DOL IThursday, June 26, 2003 1 Address 250 Lake Avenue Notes: Falsification of records City Rochester State NY Page 17 of 27 Zip Code 14608 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Address Address City State Zip Code Company Name Address City State Zip Code 87 Newman Avenue Lake Construction and Development Corp NY 10532 Notes: Barred Until Fiscal Officer Notes: Notes: 08/03/2003 NYC See George Lucey 01/12/2005 DOL Falsified records Company Name Address City State Zip Code Company Name Louis A Stilloe Roofing & Siding Inc P O Box 68 Southview Sta Binghamton NY 13903 Zip Code Barred Until Fiscal Officer Notes: P O Box 206 9449 Button Road 08/30/2004 DOL Falsified records 13039 I Company Name Mac Stringer Painting Barred Until Fiscal Officer 12/18/2006 DOL IThursday, June 26, 2003 1 Address 250 Lake Avenue Notes: Falsification of records City Rochester State NY Page 17 of 27 Zip Code 14608 Company Name Address Address City State Zip Code M & M Electrical Contracting Inc Louis Scopelliti Inc College Point 87 Newman Avenue Hawthorne NY 10532 Notes: Barred Until Fiscal Officer Notes: 08/03/2003 NYC Multiple willfuls 01/12/2005 DOL Falsified records Company Name Company Name Address City State Zip Code LRM Finishing Co Inc. P O Box 206 9449 Button Road Cicero NY 13039 Barred Until Fiscal Officer Barred Until Fiscal Officer Notes: 11/01/2004 DOL Multiple willfuls 06/10/2004 DOL Multiple willfuls Address City Company Name State Zip Code M & H Climate and Energy Management Ltd Barred Until Fiscal Officer Notes: 04/17/2007 See Hector Colon I Company Name Mac Stringer Painting Barred Until Fiscal Officer 12/18/2006 DOL IThursday, June 26, 2003 1 Address 250 Lake Avenue Notes: Falsification of records City Rochester State NY Page 17 of 27 Zip Code 14608 Company Name Address City State Zip Code M & M Electrical Contracting Inc 122-19 15th Avenue College Point NY 11356 Barred Until Fiscal Officer Notes: 08/03/2003 NYC Multiple willfuls Company Name Address City State Zip Code M Falgiano Construction Co Inc P O Box 206 Cheektowaga NY 14225 Barred Until Fiscal Officer Notes: 11/01/2004 DOL Multiple willfuls I Company Name Mac Stringer Painting Barred Until Fiscal Officer 12/18/2006 DOL IThursday, June 26, 2003 1 Address 250 Lake Avenue Notes: Falsification of records City Rochester State NY Page 17 of 27 Zip Code 14608 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Mainland Renovations Inc 685 Hempstead Tpke Franklin Square NY 11010 Barred Until Fiscal Officer Notes: 12/09/2004 DOL Falsified records Company Name Address City State Zip Code Management Services Barred Until Fiscal Officer Notes: See Wayne Lancaster Company Name Address City State Zip Code Manuel P. Tobio Barred Until Fiscal Officer Notes: See George Lucey Company Name Address City State Zip Code Manuel Tobio Barred Until Fiscal Officer Notes: See George Lucey Company Name Address City State Zip Code Marianne Ogden 795 Portland Avenue Rochester NY 14621 Barred Until Fiscal Officer Notes: 04/19/2005 DOL Multiple willfuls - President and Treasurer of Jobeth - stipulated to debarment Company Name Address City State Zip Code Mas -Ann Mechanical Inc 35 Regency Oaks Blvd Rochester NY 14624 Barred Until Fiscal Officer Notes: 07/12/2007 DOL Company Name Address City State Zip Code Mashack Flooring Supply Inc. P O Box 824 Bronx NY 10472 Barred Until Fiscal Officer Notes: 09/14/2004 DOL Falsified records Company Name Address City State Zip Code Merchants I & S Corp Inc 7732 Victor Mendon Road Victor NY 14564 Barred Until Fiscal Officer Notes: 11/22/2007 DOL Debarment extended after additional violation Thursday, June 26, 2003 Page 18 of 27 F1 f] f 1 Company Name Address City State Zip Code Michael R Palmer Barred Until Fiscal Officer Notes: 11/22/2007 As an individual - See Commtech Communications Inc and Commtech Electrical Construction Corp Company Name Address City State Zip Code Milestone Waterproofing Inc 845 Broad Avenue Suite 5 Ridgefield NJ 01657 Barred Until Fiscal Officer Notes: 11/01/2004 DOL Falsified records Company Name Address City State Zip Code Military Auto Service Inc 6953 Ridge Road Lockport NY 14094 Barred Until Fiscal Officer Notes: 10/082003 DOL Dba Big Tree Garden Center - falsified payrolls Company Name Address City State Zip Code Monarch Construction Corporation 1057 Jackson Avenue Long Island City NY 11101 Barred Until Fiscal Officer Notes: 08/08/2006 NYC Falsified payrolls - debarment period extended Company Name Address City State Zip Code Muhammad A Beig 142 East Market Street Long Beach NY 11561 Barred Until Fiscal Officer Notes: 1021/2007 DOL As an individual - falsified payrolls Company Name Address City State Zip Code NAB Management Associates Inc 57 Hillside Avenue New Rochelle NY 11209 Barred Until Fiscal Officer Notes: 01/19/2005 NYC Falsified records Thursday, June 26, 2003 r Page 19 of 27 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT N Company Name Address dres City State Zip Code Michael Falgiano Jr. Barred Until Fiscal Officer Notes: Principal officer -partner and/or shareholder - See M Falgiano Construction Co Inc. Company Name Address City State Zip Code Michael Falgiano Sr Barred Until Fiscal Officer Notes: Principal officer -partner and/or shareholder - see M Falgiano Construction Co Inc Company Name Address City State Zip Code Michael R Palmer Barred Until Fiscal Officer Notes: 11/22/2007 As an individual - See Commtech Communications Inc and Commtech Electrical Construction Corp Company Name Address City State Zip Code Milestone Waterproofing Inc 845 Broad Avenue Suite 5 Ridgefield NJ 01657 Barred Until Fiscal Officer Notes: 11/01/2004 DOL Falsified records Company Name Address City State Zip Code Military Auto Service Inc 6953 Ridge Road Lockport NY 14094 Barred Until Fiscal Officer Notes: 10/082003 DOL Dba Big Tree Garden Center - falsified payrolls Company Name Address City State Zip Code Monarch Construction Corporation 1057 Jackson Avenue Long Island City NY 11101 Barred Until Fiscal Officer Notes: 08/08/2006 NYC Falsified payrolls - debarment period extended Company Name Address City State Zip Code Muhammad A Beig 142 East Market Street Long Beach NY 11561 Barred Until Fiscal Officer Notes: 1021/2007 DOL As an individual - falsified payrolls Company Name Address City State Zip Code NAB Management Associates Inc 57 Hillside Avenue New Rochelle NY 11209 Barred Until Fiscal Officer Notes: 01/19/2005 NYC Falsified records Thursday, June 26, 2003 r Page 19 of 27 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code National Building & Restoration Corp 1010 Tiden Avenue Utica NY 13501 Barred Until Fiscal Officer Notes: 09/04/2003 DOL Falsified payrolls Company Name Address City State Zip Code Navarro Special Cleaning Services Inc 85-12 Sixty -Seventh Ave Queens NY 11374 Barred Until Fiscal Officer Notes: 04/16/2006 NYC Falsified payrolls Company Name Address City State Zip Code Neptune Construction Co Barred Until Fiscal Officer Notes: See Wayne Vitale Inc Company Name Address City State Zip Code Northeast Regional Communications Inc 232 Main Street Vestal NY 13850 Barred Until Fiscal Officer Notes: 03/24/2005 DOL Also P O Box 573 Appalachin NY 13732 - multiple wilif ils Company Name Address City State Zip Code Northeastern Painting 25 Hopper Street Utica NY 13501 Barred Until Fiscal Officer Notes: 07/15/2003 DOL Multiple willfiils Company Name Address City State Zip Code Olib Construction Company Inc 120 South Broadway Red Hook NY 12571 Barred Until Fiscal Officer Notes: 11/14/2006 DOL Company Name Address City State Zip Code Olympic Associates Inc 2843 U.S. Route 11 Lafayette NY 13084 Barred Until Fiscal Officer Notes: 01/08/2007 DOL Multiple willful violations Company Name Address City State Zip Code Omura & Slattery General Contracting Inc 303 Clinton Avenue Kingston NY 12402 Barred Until Fiscal Officer Notes: 03/05/2004 DOL Aka Omura General Contractors, Inc. - multiple willful violations Thursday, June 26, 2003 Page 20 of 27 i! i r 1 1 i t Company Name Address City State Zip Code P & H Supply Company Inc 241-A Harrison Avenue Harrison NY 10528 Barred Until Fiscal Officer Notes: 12/11/2007 DOL Multiple willful violations Company Name Address City State Zap Code Paint City Contractors Inc P O Box 8808 Baltimore MD 21224 Barred Until Fiscal Officer Notes: 03/072007 DOL Falsified payrolls Company Name Address City State, Zip Code Patrick Bistrian Jr Inc 175 Springs Fireplace Rd East Hampton NY 11937 Barred Until Fiscal Officer Notes: 06/062005 DOL Falsified records Company Name Address City State Zip Code Patrick Hurling Barred Until Fiscal Officer Notes: See Patrick Wright Company Name Address City State Zip Code Patrick Wright and Patrick Hurling 505 B Lincoln Road Riverhead NY 11901 Barred Until Fiscal Officer Notes: 12/022004 DOL Aka Professional Roofing, aka Pat's Roofing and aka Professional Construction - falsified records Company Name Pat's Roofing Barred Until Fiscal Officer IThursday, June 26, 2003 Address City Notes: See Patrick Wright State Page 21 of 27 Zip Code LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Omura General Contractors Inc Address City State Zip Code Barred Until Fiscal Officer Notes: See Omura & Slattery General Contracting Inc Company Name Ontario Flooring Company Address City State Zip Code 296 Rogers Parkway Rochester NY 14617 Barred Until Fiscal Officer Notes: 02/06/2008 DOL See George J Leva Sr. Debarment period extended after additional violation i r 1 1 i t Company Name Address City State Zip Code P & H Supply Company Inc 241-A Harrison Avenue Harrison NY 10528 Barred Until Fiscal Officer Notes: 12/11/2007 DOL Multiple willful violations Company Name Address City State Zap Code Paint City Contractors Inc P O Box 8808 Baltimore MD 21224 Barred Until Fiscal Officer Notes: 03/072007 DOL Falsified payrolls Company Name Address City State, Zip Code Patrick Bistrian Jr Inc 175 Springs Fireplace Rd East Hampton NY 11937 Barred Until Fiscal Officer Notes: 06/062005 DOL Falsified records Company Name Address City State Zip Code Patrick Hurling Barred Until Fiscal Officer Notes: See Patrick Wright Company Name Address City State Zip Code Patrick Wright and Patrick Hurling 505 B Lincoln Road Riverhead NY 11901 Barred Until Fiscal Officer Notes: 12/022004 DOL Aka Professional Roofing, aka Pat's Roofing and aka Professional Construction - falsified records Company Name Pat's Roofing Barred Until Fiscal Officer IThursday, June 26, 2003 Address City Notes: See Patrick Wright State Page 21 of 27 Zip Code 1 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT. Company Name Address City Address City State Zip Code Barred Until Fiscal Officer Paul M Maintenance Inc 7 Gatewood Drive Hauppague NY 11788 Address City Barred Until Fiscal Officer Notes: NY 14075 Barred Until Fiscal Officer Notes: 07/02/2007 DOL Falsified payrolls Company Name Address City State Zip Code Pipejackers Inc 15 East Bartlett Road Middle Island NY 11953 Company Name Barred Until Address City State Zip Code Pete Forakis 06/26/2007 P O Box 8808 Baltimore MD 21224 Barred Until Fiscal Officer Notes: 03/07/2007 DOL Multiple willfuls - Paint City Contractors Inc and Panagiotis Forakis dba Pete Forakis Company Name Address City Address City State Zip Code Barred Until Fiscal Officer Pilos Contracting Corp 271 58th Street Brooklyn NY 11220 Address City Barred Until Fiscal Officer Notes: NY 14075 Barred Until Fiscal Officer Notes: 08/10/2005 DOL one willful with NYC and one willful with DOL Company Name Address City State Zip Code Pipejackers Inc 15 East Bartlett Road Middle Island NY 11953 Barred Until Fiscal Officer Notes: 06/26/2007 DOL J Company Name Address City State Zip Code Professional Construction Barred Until Fiscal Officer Notes: See Patrick Wright Company Name Address City State Zip Code Professional Fence Co of WNY Inc 6479 Willow Drive North Boston NY 14075 Barred Until Fiscal Officer Notes: 07/08/2005 DOL multiple willfuls Company Name Address City State Zip Code Professional Roofing Barred Until Fiscal Officer Notes: See Patrick Wright Company Name Address City State Zip Code Rainbow Mechanical Systems Inc 42-49 Colden St - Suite 3 Flushing NY 11355 Barred Until Fiscal Officer Notes: 01/28/2007 NYC Plea agreement Thursday, Jun, e 26 2003 Page 22 of 27 1 r 1 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Rapid Demolition Co Inc 2550 West 13th Street Brooklyn NY 11223 Barred Until Fiscal Officer Notes: 11/18/2007 NYC And successors Zip Code Company Name Address City State RB Morgan Associates 50 Morgan Avenue Brooklyn NY 11237 Barred Until Fiscal Officer Notes: 11/012004 DOL Falsified records Company Name Address City State Zip Code RGM Construction Corp 5601 Nurge Avenue Maspeth NY 11378 Barred Until Fiscal Officer Notes: 11/27/2004 DOL Falsified records Company Name Address City State Zip Code RIP Marine Systems Inc 1332-04 11th Avenue College Point NY 11356 Barred Until Fiscal Officer Notes: 08/23/2004 NYC Falsified payrolls Company Name Address City State Zip Code S & B Construction & Contracting Ltd 78 Wohseepee Road Brightwaters NY 11718 Barred Until Fiscal Officer Notes: 04/15/2007 DOL Company Name Address City State Zip Code S I M G Painting Co Inc 1364 Buffalo Road Rochester NY 14624 Barred Until Fiscal Officer Notes: 01/08/2004 DOL Dba Colonial Painting Co Company Name Address City State Zip Code Savoya Construction Corp 13-15 37th Avenue Long Island City NY 11101 Barred Until Fiscal Officer Notes: 0921/2006 DOL a Joint Venture with United Painting and Contracting Inc. - falsified payrolls - debarment period extended Company Name Address City State Zip Code Scott Bendersky 78Wohseepee Road Brightwaters NY 11718 Barred Until Fiscal Officer Notes: 04/15/2007 DOL Individually and as Officer and/or Shareholder of S & B Construction and Contracting Ltd IThursday, June 26, 2003 1 Page 23 of 27 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Sonny's Drywall Inc 1538 Mann Avenue Hillside NJ 07205 Barred Until Fiscal Officer Notes: 09/07/2004 NYC Falsified records Company Name Address City State Zap Code Spider Construction and Waterproofing Inc 806 53rd Street Brooklyn NY 11220 Barred Until Fiscal Officer Notes: 11/19/2006 NYC Falsified payroll records Company Name Address City State Zip Code State Environmental Services Inc 1801 Stillwell Avenue Brooklyn NY 11223 Barred Until Fiscal Officer Notes: 02/25/2008 NYC Plea agreement Company Name Address City State Zip Code State of the Art Construction 140 Marine Street Farmingdale NY 11735 Barred Until Fiscal Officer Notes: 10/06/2005 DOL Multiple willful violations Company Name Address City State Zip Code Stephen Potter 112 Summerville Drive Rochester NY 14617 Barred Until Fiscal Officer Notes: 10/16/2006 DOL dba Drywall Wizard Company Name Address City State Zip Code Superior Jamestown Corporation 55 Jones -Gifford Avenue Jamestown NY 14701 Barred Until Fiscal Officer Notes: 03/17/2008 NYC Falsified payroll records Company Name Address City State Zip Code Supreme Electrical Contracting Inc 5306 Church Avenue Brooklyn NY 11203 Barred Until Fiscal Officer Notes: 06/11/2004 NYC Falsified records Company Name Address City State Zip Code T J Wilson Electric Inc 263 Waverly Avenue Mamaroneck NY 10543 Barred Until Fiscal Officer Notes: 02/10/2007 NYC Falsified payrolls Thursday, June 26, 2003 Page 24 of 27 1 ii Company Name Address City State Zip Code Triple M Realty Corp. 20-29 38th Street Astoria NY 11105 Barred Until Fiscal Officer Notes: 03/16/2004 DOL Multiple violations - a substantially owned -affiliated entity and/or successor to AIA Environmental Corp LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Address City State Zip Code Company Name Address Ci State Add city Zi p Code P O Box 11304 Tele -Data -Com Solutions Inc 597 Tracey Creek Road Vestal NY 13850 Fiscal Officer Barred Until Fiscal Officer Notes: Notes: 03/24/2005 DOL alter ego of Northeast Regional Communications Inc 3 willfuls - debarment period extended 04/062005 DOL Dba Gulley Terrazzo Tile & Flooring Co. - multiple willfuls Company Name Company Name Address City State Zip Code TGR Corporation 22 Troy Lane Lincoln Park NJ 07035 13601 Barred Until Fiscal Officer Notes: Fiscal Officer Notes: 07/31/2006 DOL Multiple violations Address City Company Name Address City State Zip Code Tower Building Maintenance & Management Lt 347 Kingsland Avenue Thomas K Falgiano NY 11222 Barred Until Fiscal Officer Notes: Notes: Principal officer -partner and/or shareholder - see M Falgiano Construction Co Inc Company Name Address City State Zip Code Triple M Realty Corp. 20-29 38th Street Astoria NY 11105 Barred Until Fiscal Officer Notes: 03/16/2004 DOL Multiple violations - a substantially owned -affiliated entity and/or successor to AIA Environmental Corp Company Name Address City State Zip Code Turso Construction Inc Tobie R Gulley 4 Nursery Lane Rye P O Box 11304 Rochester NY 14611 Fiscal Officer Bared Until Fiscal Officer Notes: 11/252003 DOL 3 willfuls - debarment period extended 04/062005 DOL Dba Gulley Terrazzo Tile & Flooring Co. - multiple willfuls Company Name Address City State Zip Code Uhlein Property Services and Contracting 209 Paddock Street Watertown NY 13601 Barred Until Fiscal Officer Notes: Company Name Address City State Zip Code Tower Building Maintenance & Management Lt 347 Kingsland Avenue Brooklyn NY 11222 Barred Until Fiscal Officer Notes: 11/24/2003 DOL Multiple willfuls Company Name Address City State Zip Code Triple M Realty Corp. 20-29 38th Street Astoria NY 11105 Barred Until Fiscal Officer Notes: 03/16/2004 DOL Multiple violations - a substantially owned -affiliated entity and/or successor to AIA Environmental Corp ' Thursday, June 26, 2003 Page 25 of 27 Company Name Address City State Zip Code Turso Construction Inc 4 Nursery Lane Rye NY 10580 Barred Until Fiscal Officer Notes: 11/252003 DOL 3 willfuls - debarment period extended Company Name Address City State Zip Code Uhlein Property Services and Contracting 209 Paddock Street Watertown NY 13601 Barred Until Fiscal Officer Notes: 08/102005 DOL John C. Uhlein III dba Uhlein Property Services and Contracting - consent by stipulation ' Thursday, June 26, 2003 Page 25 of 27 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Union Wrecking Corp 20-29 38th Street Astoria NY 11105 Barred Until Fiscal Officer Notes: 03/16/2004 DOL Multiple violations - a substantially owned -affiliated entity and/or successor of AIA Environmental Corp Company Name Address City State Zip Code United Painting and Contracting Inc 13-15 37th Avenue Long Island City NY 11101 Barred Until Fiscal Officer Notes: 09/21/2006 DOL a Joint Venture with Savoya Construction Corp. - falsified payrolls - debarment period extended Company Name Address City State Zip Code VICO Mechanicals Systems Inc c/o S.Zeitlin 50 Court St Brooklyn NY 11201. Barred Until Fiscal Officer Notes: 01/28/2007 NYC Plea agreement Company Name Address City State Trp Code W Property Resources Inc 123 West 126th Street New York NY 10027 Barred Until Fiscal Officer Notes: 08/162006 NYC Multiple willfuls Company Name Wale Construction Corp Barred Until Fiscal Officer 08/122004 NYC Address City clo S M 4309 White Plains Bronx Notes: Falsified records State Zip Code NY 10466 Company Name Address City State Zip Code Wayne Lancaster, Individually 5350 McLaughlin Hill Rd Beaver Dams NY 14812 Barred Until Fiscal Officer Notes: 06/302004 DOL Dba Management Services - falsified records 1 t LJ 1 t 7 Company Name Address City State Zip Code Wayne Vitale Inc P O Box 325 Port Jefferson NY 11777 Barred Until Fiscal Officer Notes: 11/082005 DOL Dba Neptune Construction Co Company Name Address City State Zip Code West Electric Inc P O Box 83 Blossvale NY 13308 Barred Until Fiscal Officer Notes: 07/19/2006 DOL Multiple willful violations Thursday, June 26, 2003 Page 26 of 27 1 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Westchester Iron Works Corporation 65 Plain Avenue New Rochelle NY 10801 Barred Until Fiscal Officer Notes: 03/02/2006 NYC Voluntary debarment Company Name Address City State Zip Code Wheels Places W Things Inc P O Box 311 Selkirk NY 12158 Barred Until Fiscal Officer Notes: 1026/2003 DOL Falsified payrolls Company Name Address City State Zip Code Yaboo Fence Company 10 High Street West Nyack NY 10994 Barred Until Fiscal Officer Notes: 06/092004 DOL 1 1 IThursday, June 26, 2003 1 Page 27 of 27 Company Name Address City State Zip Code William M Stringer Barred Until Fiscal Officer Notes: t12/18/2006 See Mac Stringer Painting Company Name Address City State Zip Code Tank Builders Inc 646 North Broad Street Grove City PA 16127 MWilson Barred Until Fiscal Officer Notes: 05/082006 DOL Falsified records Address City Company Name State Zip Code WPNT Construction Inc Rte 144 Selkirk NY 12158 Barred Until Fiscal Officer Notes: Successor to Wheels Places -N -Things Inc Company Name Address City State Zip Code Yaboo Fence Company 10 High Street West Nyack NY 10994 Barred Until Fiscal Officer Notes: 06/092004 DOL 1 1 IThursday, June 26, 2003 1 Page 27 of 27 1 1 SECTION 30 ' AWARD AND EXECUTION OF CONTRACT 30-01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern. Until the award of a Contract is made, the Owner reserves the right to reject a bidder's proposal for any of the following reasons: A. If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSALS OF Section 20. B. If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a Contract is made, the Owner reserves the right to reject any or all proposals, to award only the Base Bid, to award only an Alternate Bid (if any), or to award either the Base Bid or the Alternate Bid plus any or all Add -On Bids (if any); waive technicalities, if such waiver is in the best interest of the Owner and is in conformance with applicable State and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the Owner's best interests. 30-02 AWARD OF CONTRACT. The award of a Contract, if it is to be awarded, shall be made within forty-five (45) calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. Award of the Contract shall be made by the Owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the Owner. Where alternates or add-on items are included in the bid, the lowest qualified bidder will be determined by comparison of the base bid, alternate bid or combination of base or alternate bid plus add-on items to be actually awarded by the Owner. Prior to notification of award of contract (or intend to award), the apparent successful bidder shall submit the 1 following information to the Engineer in writing: 1. For each of the foregoing lump sum items: Provide a schedule for values for major products, assemblies or operations, indicating separate amounts for (a) purchased materials, (b) labor, and (c) construction equipment, which total to the lump sum price bid for each item. 2. For each of the foregoing unit price items: Provide a schedule of values for the portion of the unit price allocated to (a) purchased materials, (b) labor, and (c) construction equipment which total to the unit price bid for each item. The breakdowns will be reviewed by the Engineer. Any additional detail or justification for cost distribution shall be provided by the apparent successful bidder upon request. The breakdowns of lump sum items shall serve as a basis for computing progress payments during construction for installed portions of lump sum items and to assist the Engineer in determining if change order costs are reasonable. The breakdowns of unit price items will not be used in computing progress payments, but will be used to assist the ' Engineer in determining if change order costs are reasonable. 30-03 CANCELLATION OF AWARD. The Owner reserves the right to cancel the award without liability to the 1/98 GP 30-1 bidder, except return of proposal guaranty, at any time before a Contract has been fully executed by all parties and is approved by the Owner in accordance with the subsection titled APPROVAL OF CONTRACT of this section. 30-04 RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the three (3) lowest bidders, will be returned after the Owner has made a comparison of bids as hereinbefore specified in the subsection titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the three (3) lowest bidders will be retained by the Owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the Owner receives the Contract bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section. 30-05 REQUIREMENTS OF CONTRACT BONDS. At the time the successful bidder signs the Contract, the successful bidder shall furnish the Owner, in triplicate, a surety bond guaranteeing the performance of the work and a surety bond guaranteeing the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work. Each bond shall be fully executed by the bidder and his Surety, and shall be in a sum equal to one hundred percent (100%) of the amount of the Contract awarded. The Surety and the form of the bonds shall be acceptable to the Owner. The executed bonds shall be submitted to the Owner within fifteen (15) calendar days after the date the Contract is mailed or otherwise delivered to the successful bidder. The date stated in the bonds shall be the date first written in the Agreement. 30-06 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary Agreements for entering into the Contract and return such signed Contract to the Owner, along with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within fifteen (15) calendar days from the date mailed or otherwise delivered to the successful bidder. If the Contract is mailed, special handling is recommended. 30-07 APPROVAL OF CONTRACT. Upon receipt of the Contract and Contract bond or bonds that have been executed by the successful bidder, the Owner shall complete the execution of the Contract in accordance with local laws or ordinances, and return the fully executed Contract to the Contractor. Delivery of the fully executed Contract to the Contractor shall constitute the Owner's approval to be bound by the successful bidder's proposal and the terms of the Contract. 30-08 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the Contract and furnish an acceptable surety bond or bonds within the fifteen (15) calendar day period specified in the Subsection 30- 06 EXECUTION OF CONTRACT shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the Owner. 30-09 COMMENCEMENT AND COMPLETION. The bidders are hereby notified that the time of completion is of the essence and, to that end, the Owner has determined that the completion dates as stated below and in the Contract and Specifications include adequate time for completing the work under this Contract. If the bidders consider that the time to complete the work is inadequate, they should not submit bids. The work of this Contract shall commence on the date stated in the written Notice to Proceed. The time of Total Completion is 30 working days and means that all of the work of the Contract is complete and in operating order. The bidder's attention is directed to the liquidated damage provisions of Item 80-08, FAILURE TO COMPLETE ON TIME. 30-10 POWER OF ATTORNEY. Attorneys who sign Contract Bonds and Payment Bonds must file with the bond a certified copy of their power of attorney to sign said bonds. 30-11 CONTRACT DRAWINGS FURNISHED TO CONTRACTORS. Each Prime Contractor will be furnished, free of charge, three (3) sets of full-size Contract Drawings. Any additional full-size sets or random sheets will be furnished by the Engineer at a cost to the Contractor of seventy-five cents ($0.75) per sheet. 1/98 GP 30-2 L� In addition, each Prime Contractor will be furnished, free of charge (only within the limits of availability), as many unexecuted Contract Documents Books and, where Contract Drawings have been reduced in size, as many sets of the reduced drawings as may be necessary for the prosecution of each Contract. END OF SECTION 1 1 1 1 w 1 1 r Ll 1 1 1 1 1/98 GP 30-3 1 i FOR ALL WORK INCLUDED IN THE CONSTRUCTION OF APRON AND ACCESS TAXIWAY ELIZABETH FIELD AMPORT FISHERS ISLAND, NEW YORK TO: Town of Southold Town Hall 53095 Main Road, PO Box 1179 SoudtoK New York 11M The undersigned, as bidder, hereby declares that he has examined the site of the work and informed himself fully in regard to all conditions pertaining to the place where the work is to be dome; that he has examined the Plans and Specifications for the work and Camractual Documents relative thereto and has read all Special Provisions finnisbed prior to the opening of bids; that be has satisfied himself relative to the work to be performed. The bidder proposes and agrees, if this Proposal is accepted, to contract in the form of contract specified with the Town of Southold, tu kmish all necessary materials, equipmeM macbmery, MOOS, apparatus, mesas of VOCIPOMM and labor necessary to complete the construction of the Apron and Access Taxiway project in full and cooplete accordance with the shown, noted, described and reasonably intended requirements of the Plans, Specificadons and Contract Documents, to the full and entire satisfaction of the above said Town of Southold , with a defile imderstandi 4 that no money will be allowed for extra work except as set forth in the anached General Conditions and Contract Documents, for the unit prides listed opposite each item. It is agreed that the description under each item, being briefly stated, implies, although it does not mention, all incidentals and that the prides stated are intended to cover all such work, materials and mcidentals as consume bidder's obligations as described in the Specifications and any details not specifically motioned, but evida* included in the Contract shall be compensated for in the item which most logically includes it. &M BID -1 ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD } APRON AND ACCESS TAXIWAY UNIT PRIrR CruRnl 11 R Bid Suet -1 FAA PRICE IN FIGURES UNIT PRICE TOTAL AMOUNT ITEM SPEC ITEM AND DESCRIPTION NO. NO. AND UNIT PRICE IN WORDS $ $ 1 P-151 CLEARING & GRUBBING IIS FOR PER IS $ $ 2 P-152 UNCLASSIFIED EXCAVATION 1,550 CY ,) % FOR (rte/ � �� ��/i�?% / PER CY L% $ �' •J� 3 P-156 SILT FENCE 390 LF FOR I'C�e' �(�` PER LF � $ l Sl1117,0"00 / $ / 7D, 0 D 4 P-156 STRAW BALE DIKE 85 LF / FOR PER LF $ D� j $ / 70 l Bid Suet -1 low m m w mi 4m +m mnm m ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD APRON AND ACCESS TAXIWAY I INIT PRIVR WRFM UP Bid Sheet - 2 FAA PRICE IN FIGURES UNIT PRICE TOTAL AMOUNT ITEM SPEC ITEM AND DESCRIPTION NO. NO. AND UNIT PRICE IN WORDS $ $ 5 P-156 STORM DRAIN INLET PROTECTION IN TURF 5 EACH FOR PER EACH 6 P-214 CRUSHED AGGREGATE BASE COURSE 1,580 CY FOR J Z O gZ I PER CY $ $ 7 P-409 BITUMINOUS SURFACE COURSE (TYPE 7F, TOP) 495 TON FOR �� PER TON $ .010 8 P-409 BITUMINOUS BASE COURSE (TYPE 3, BINDER) 820 TON FOR O PER TON $ Bid Sheet - 2 Mon M M w fie i r M m Mao m M m Mao ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD APRON AND ACCESS TAXIWAY I WIT PRICK RCF#Pnl Ii.P Bid Sheet - 3 FAA PRICE IN FIGURES UNIT PRICE TOTAL AMOUNT ITEM SPEC ITEM AND DESCRIPTION NO. NO. AND UNIT PRICE IN WORDS $ $ 9 P-603 BITUMINOUS TACK COAT 280 GAL f Ax FOR / � y l'� . J�r � PER GAL $ J $ 10 P-612 FIELD OFFICE 'LS xx FOR wo ,I PER IS $ $ I I P-620 RUNWAY & TAXIWAY PAINTING WITH GLASS BEADS 1,450 SF -11"w poi%s moi FOR ,� 71 PER SF $ $ 12 P-625 COAL -TAR PITCH EMULSION SEALCOAT 4,200 SY FOR �'✓� 8 �b PER SY $ Bid Sheet - 3 do an 4w m ow an ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD APRON AND ACCESS TAXIWAY I MIT PRICP CCFIRIII It .R ims m swim w 4wom Bid Sheet - 4 FAA PRICE IN FIGURES UNIT PRICE TOTAL AMOUNT ITEM SPEC ITEM AND DESCRIPTION NO. NO. AND UNIT PRICE IN WORDS $ $ 13 D-701 12 -INCH DIA. SICPP 335 LF FOR71 PER LF $ $ 14 D-710 STABILIZATION FABRIC 48,890 SF FOR � � D PER SF $ $ 15 D-751 DRYWELL 3 EACH FOR PER EACH $ �a Ov $ 16 D-751 CATCH BASIN I EACH FOR PER EACH $ `f $ a!7 Bid Sheet - 4 r w 4m it 4r .r In m m im as ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD APRON AND ACCESS TAXIWAY I INIT PRIM C(`APM II R m Ma Bid Sheet - 5 FAA PRICE IN FIGURES UNIT PRICE TOTAL AMOUNT ITEM SPEC ITEM AND DESCRIPTION NO. NO. AND UNIT PRICE IN WORDS $ S 17 T-902 TOPSOIL, SEED AND MULCH 3,840 SY FOR PER SY !� S 18 L-110 4 -WAY ELECTRICAL DUCT BANK, TYPE I 45 LF FOR V✓Y►'� /� '� PER LF S S 19 L-125 ELECTRICAL SPLICE CAN 4 EACH ` FOR UN/"nvy) 44 ��p, p� Z� Z ea PER EACH $ S 20 L-125 RETROREFLECTIVE TAXIWAY GUIDANCE SIGN NO.1 1 EACH FOR PER EACH 44 S 7�0 a of Db $ �17m,06 " m, Bid Sheet - 5 m- on m as go am an me m go m ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD APRON AND ACCESS TAXIWAY 1 MIT PRIVP -QVUPfl1 It P Bid Suet - 6 FAA PRICE IN FIGURES UNIT PRICE TOTAL AMOUNT ITEM SPEC ITEM AND DESCRIPTION NO. NO. AND UNIT PRICE IN WORDS S S 21 L-125 RETROREFLECTIVE TAXIWAY GUIDANCE SIGN NO.2 1 EACH j 9 FOR PER EACH $ $ 22 L-125 RETROREFLECTIVE TAXIWAY GUIDANCE SIGN NO.3 1 EACH �) � I .✓� a FOR PER EACH a $ �d 23 L-125 RETROREFLECTIVE TAXIWAY GUIDANCE SIGN NO.4 1 EACH FOR PER EACH S O 4----> $ 700' 24 L-125 RETROREFLECTIVE PAVEMENT EDGE MARKERS 23 EACH FOR / ✓� v % 7 d PER EACH $ $ Bid Suet - 6 ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD APRON AND ACCESS TAXIWAY I INIT PIPIVP Ct` pnl n F Bid Shoes - 7 FAA PRICE IN FIGURES UNIT PRICE TOTAL AMOUNT ITEM SPEC ITEM AND DESCRIPTION NO. NO. AND UNIT PRICE IN WORDS $ $ 25 L-125 MODIFICATIONS TO EXISTING ELEVATED R/W LIGHTS I EACH FORl/� PER EACH S 26 L-126 TIE -DOWNS IN FLEXIBLE PAVEMENT 21 EACH FOR �112 PER EACH L7D $ 27M-100 MAINTENANCE AND PROTECTION OF TRAFFIC 1 LS )t)y-, vo FOR PER LS S DD. d i $ 28 M-150 PROJECT SURVEY & STAKEOUT 1 IS FOR PER LS Bid Shoes - 7 ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD APRON AND ACCESS TAXIWAY I INIT PRlCF SC11Fn111.F Bid Sheet - 8 FAA PRICE IN FIGURES UNIT PRICE TOTAL AMOUNT ITEM SPEC ITEM AND DESCRIPTION NO. NO. AND UNIT PRICE IN WORDS a a 29 M-200 MOBILIZATION (4% MAXIMUM) I LS � Z FOR / 1 �,✓J PER LS a $ Bid Sheet - 8 ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD APRON AND ACCESS TAXIWAY Note: The succes ful bidder shall submit, in writing, a SCHEDULE OF VALUES in accordance with Section 30-02 AWARD OF CONTRACT. Contractor: vt3ZL / Bid Sheet - 9 TOTAL PRICE IN WORDS TOTAL PRICE IN FIGURES TOTAL CONTRACT 7 W / p Note: The succes ful bidder shall submit, in writing, a SCHEDULE OF VALUES in accordance with Section 30-02 AWARD OF CONTRACT. Contractor: vt3ZL / Bid Sheet - 9 1 This bid is based upon prevailing wages in Suffolk County, New York and in no case are wages considered less than those predetermined by the State and Federal Departments of Labor, schedules of which are contained in the Specifications. The quantities for bid items listed on the proposal sheet are estimated quantities only for the purpose of comparing bids. Any difference between these estimated quantities and actual quantities required for construction shall nm be taken as a basis for claims by the Contractor for extra compensation. Compensation will be based upon the unit ps es and actual construction quantities. Upon receipt of written nonce of the acceptance of this bid, bidder will execute the formal Ccutract attached within 15 days and deliver a Surety Bond or Bonds as required by Section 30-05 of the General Provisions. The bidder further proposes and agrees hereby to commence construction with an adequate work force, plant and equ4mnt on the date stated in the written notice to proceed and will progress therewith to its completion within the time stated in General Provisions Section 30-09 "Commencement and Completion", and in accordance with this Contract and Spon. The bid bond or certified check in the amount of ten percent (10%) of tris bid shall become the property of the Owner in the event the Contract and bond are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the Owner caused thereby. Attached hereto is a certified check on the Bank of . or a bid bond for the sum of Dollars (� made payable to the Town of Southold. SIGNATURE: IN WITH M W1E REOF, the parties to these presents have heteunto set their hands and seals the day and year first above -written: The Contractor by such duly authorized officers or individuals as may be required by law. i 1 (SECRETAR (CONTRACTOR),, ka� I TITLE: 4Y! l:%ey��- (WITNEW' NOTE: If Contractor is a corporation, Secretary should attest. 1 60 BID -2 u 1 IJ NON -COLLUSIVE BIDDING CERTIFICATE The Signer of this Bid declares: A. That be bas carefully examined the annexed form of the Agreement and Contract Documents. B. Pursuant to Section 103-d of the 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 Imowledge and belief. L The prices in this Bid have been arrived at independently without collusion, consultation, 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, and will not Imowingly be disclosed by the Bidder prior to opening, directly or indirectly, to any other Bidder or to any competitor; and 3. No attempt has been made or will be made by the Bidder to induce any other- person:, partnership or corporation to submit or not to submit a Bid for the purpose of restricting competition. I hereby affirm under the penalties of perjury that the foregoing statement is true. Affix Seal BIDDER: if Principal is Corporation BY: TITLE: STATE OF NEW YORK SS: COUNTY OF ) ! s r personally On the day of, 20 d before me came zz4t2 (Name of each person signing) to me kipwn, who, b"Py me duly sworn, did swear and affirm that he resides at ��y8 �✓ I�'�"C"- ; that he is the �/fJ of the Bidder herein and signs the foregoing Non -Collusive Certification. on behalf of such Bidder; that be executed the foregoing Non -Collusive Certification; and that, to the best of Us knowledge and belief, the statement made in the foregoing Non- Collusive Certification is true. () NOTARY PUBLIC MY COhfld SION F.XPIItFS 20 :700,7 1 THIS FORM SHALL BE COMPLETED BY ALL BIDDERS AND SHALL ACCOMPANY ALL PROPOSALS. The Bidder (Proposer) shall complete the following statement by check ng the appropriate boxes - The Bidder (Proposer) has has not participated in a previous Contract subject to the Equal Opportunity clause prescribed by Executive 10925, or Executive Order 11114, or Executive Order 11246. The Bidder (Proposer) has has notsubmitted all compliance reports in connection with any such Contract due under the applicable filing ; and that representations indicating submission of required compliance reports signed by proposed Subcontractors will be obtained prior to award of Subcontracts. 1 If the Bidder (Proposer) has participated in a previous Contract subject to the Equal Opportunity clause and has net submitted compliance reports due under applicable filing requirements, the Bidder (Proposer) shall submit a compliance report on Standard Form 100, "Employee Information Report EEO -1" prior to the award of Con= - 1 h11 Standard Form 100 is normally furnished to employers annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a Contractor has not received the form, he may obtain it by writing to the following address: 1 1 1 Joint Reporting Committee Post Office Box 779 Norfolk, Virginia 23501 (757) 461-1213 60 Joint Reporting Committee Post Office Box 779 Norfolk, Virginia 23501 (757) 461-1213 7 C CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYlVI M OPPORTUNITY FOR CONSTRUCTION CONTRACTS EXCEEDING $109000 BIDDER'S NAME: �yQ �Zini/Wozzi- '74e -- ADDRESS: x MIX Ta.EPHONE NO.: 6?L 73y 5�8 FAX NO. &;�/- 73 41- Z IRS EMPLOYER IDENTIFICATION NUMBER: NON -SEGREGATED FACII.TrIES NOTICE TO PROSPECTIVE FEDERALLY -ASSISTED CONSTRUCTION CONTRACTORS: 1. A Certification of Nan -Segregated Facilities must be submitted prior to the award of a Federally -assisted construction contract exceeding $10,000.00 -which is not exempt from the provisions of the Equal Opportunity clause. 2. Coors receiving Federally -assisted consmiction contract awards exceeding $10,000.00 which are not exempt from the proven of the Equal Opportunity clause will be regained to provide for the forwarding of the notice to prospective subcontractors for supplies and mon contracts where the subcontracts exceed $10,000.00 and are not exempt from the provisions of the Equal Opportunity clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIRE'MEVT FOR CERTIFICATION ON NON -SEGREGATED FACILTI MS: r1. A Certification of Non -Segregated Facilities must be submitted prior to the award of a subcontract exceeding $10,000.00 which is not exempt from the provisions of the Equal Opportunity clause. 2. Contractors receiving pct awards exceeding $10,000.00 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 yrs for supplies and construction contracts where the subcontracts exceed $10,000.00 and are not exempt from the provisions of the Equal Opportunity clause. NOTE: The penalty for making false sus in offers is prescribed in 18 U.S.C. 1001. CERTIFICATION OF NON -SEGREGATED FACILITIES: The Federally -assisted construction casteactor certifies that it sloes not maintam or provide for its employees any segregated facilities at any of its establishments and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The Federally -assisted construction contractor certifies that it will not maintain or provide, for its employees, segregated tacilities at any of its establishments and that it will not permit its employees to perform services at any location, under its control, where segregated facilities are maintaiaod. The Federally -assisted construction camtractor agrees that a breach of this kation is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any wattmg rooms, work areas, rest rooms and washrooms, restaivams and other eetmg areas, time clocks, locker rooms and other storage or dressing areas, parking loss, drinking foimnuns, recreation or enta im new areas, transportation and housing facilities provided for employees which are sem by explicit G BID -5 directive or are in fact segregated on the basis of race, color, religion, sex or national origin, because of habit, Iocal custom, or any other reason. The Federally -assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed yrs prior to the award of subcontracts exceeding $10,000.00 which are not exempt from the provisions of the Equal Opportunity clause and that he will retain such certifications in his files. Certification: The information above is true and complete to the best of my knowledge and belief PRINTED NAME & TITLE: 1lr�i�'(I e! _ ZZ�i�,• �� /��►�=�' " " SIGNATURE: DATE: &� NOTE: The penalty for maldng false statements in offers is prescnl)ed in 18 U.S.C. 1001. 1 11 L� 1 J 1 6 BID -6 T( W, Of STATEMENT OF SURETY'S INTENT for Aaron -and Access Taxiway Project Bids for Which Will be Received On: I id Opening Date) and wish to advise that should this Bid of the Contractor be accepted and the Contract awarded to him, it is our present intention to became surety on the performance bond and labor and material bond required by the Contract. ' Any arrangement for the bonds required by the Contract is a matter between the Contractor and ourselves and we assure no liability to you or third parties if for any reason we do not execute the requisite bonds. We are duly authorized to do business in the State of New York. ATTEST: Mao StrretytAuthodzed Signaan*s) Attach Power o (Corporate any.dQseal, wri o /across thislace and, sign.) P � (This Form Must Be Complete And Submitted With The Bid) BID -7 ADDENDA RECEIPT Receipt of the following Addenda is acknowledged: ADDENDUM NO.: f DATED: ADDENDUM NO.: DATED: ADDENDUM NO.: .� DATED: (Firm or (Signature of P.O. Address: O�, 0' g,, Dated: Y�flk residences of all persons interested in this bid as principals are as follows: ✓az2jh> J� — bUa .eb' -W 17 -W - Bidders must fill out the above complete. 6M BED -8 1 0 11 u 1 F� 1 BUY AMERICAN CERTIFICATE (JAN 1991) By submitting a bidlproposal under this solicitation, except for those items listed by the offeror below or on a separate and clearly identified attacbment to this bid/proposal, the offeror certifies that steel and each manufactured product, is produced in the United States (as defined in the clause Buy American - Steel and Manu#acured Products or Buy American - Steel and Manufactured Products For Consmiction Camuacts) and that components of tmlmown angm are considered to have been produced or manufactured outside the United States. Offerors may obtain from the Owner, lists of articles, materials, and supplies excepted from this provision. PRODUCT t/. - /�:- 440e, COUNTRY OF ORIGIN A4� BUY SCAN - STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (JAN 1991) (a) The Contractor agrees that only domestic steel and manufactured products will be delivered and used by the Contira=, subcontractors, materialmen, and suppliers in the performance of this contract, as defined in (b) below. (b) The following terms apply to this clause: 1. Steel and Manufacuired Products. As used in this clause, steel and manufactured products include (1) those produced in the United. States or (2) a mamdactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and Wired products. 3. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs. BID -9 SUBCONTRACTORS AND SUPPLIERS SUBCONTRACTOR AND SUPPLIER NAME fAND TITLE OF SIGNER SIGNATURE AND DATE 2. 3. 4. 5. 6. 7. 8. 9. 10. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. &M BID -10 1 DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS 1 To meet the requirements of the U.S. Department of Transportation (DOT), Regulation 49 CFR Part 26, all bidders will provide evidence of the methods they have used to meet the Disadvantaged Business Enterprise goal as published in the Sponsor's Disadvantaged Business Enterprise Program. The DBE participation goal for this project is 4.7%. WITHIN 15 DAYS AFTER THE OPENING OF BIDS AND BEFORE THE AWARD OF A CONTRACT, ALL BIDDERS OR PROPOSERS WISHING TO REMAIN IN COMPETITION FOR THE CONTRACT SHALL SUBMIT: 1. Names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract;. ' 2. A description of the work that each DBE will perform; 3. The dollar amount of the participation of each DBE firm participation; 4. Written and signed documentation of commitment to use a DBE subcontractor whose participation it submits to meet a contract goal; ' 5. Written and signed confirmation from the DBE that it is participating in the contract as provided in the prime contractor's commitment; and 6. If the contract goal is not met, evidence of good faith efforts. DEMONSTRATION OF GOOD FAITH EFFORTS This firm assures that it will make a good faith effort and demonstrate that it has done so either by meeting the DBE c onu= goal or documenting good faith efforts. CERTIFICATION OF BIDDER FOR THE ABOVE: ) BIDDER'S NAME: &16 ZW �/ /`7�S,p, , ' �..,��) v ADDRESS: �i'O�T / �� —i ' BIDDER'S STATUS: DBE: ❑ NON -DBE: 14 AGE OF FIRM: 1 r 1 1 ANNUAL GROSS RECEIPTS OF FIRM: IRS NUMBER: / /' °I 3 t, G Signature al# Title YZI ) P � to 6W BID -11 ?3r� 1 CONTRACTOR'S CERTIFICATION OF ELIGIBILITY The bidder/offeror certifies, by submission, of this proposal or acceptance of this contract, that neither it nor its prindpals is presently debarred, suP, proposed for debarment, declared ineligible, or voluntarily excluded from pattic tion in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offer/contractor or ay lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. L 1 1 1 i 1 1 1 Name and Title (Please Print) �/-/ J, -YD NOTE: The penalty for maldng false statements in offers is prescribed in 18 U.S.C. 1001. BID -12 That, the information above is true and complete to the best of my lmowledge. L 1 1 1 i 1 1 1 Name and Title (Please Print) �/-/ J, -YD NOTE: The penalty for maldng false statements in offers is prescribed in 18 U.S.C. 1001. BID -12 7 1 L J i� C 1 Ul RESOLVED, tbat FOR CORPORATE BIDDERS ONLY (Name of to sign and submit the bid or proposal of this corporation for the following project: Apron and Access Taxiway and to include m such bid or proposal the certificate as to non -collusion required by section one hundred tbree-d of the General Municipal Law as the act and deed of such corporation, and for any inaccivacies or misstatements in such certificate this corporate bidder shall be liable under penalties of perjury. jL The foregoing is a true and correct copy of the resolution adopted bye^� Corporation at a meeting of its Board of Directors held Y on the_J�Lday of , 20. e . (sea) 60 BID -13 1 i i 1 C 1 L 1 1 1 1 CONTRACTOR'S STORM WATER POLLUTION PREVENTION PLAN CERTIFICATION FORM Airport Name/Location: Elizabeth Field Airport/ Fishers Island. New York Project N Contracts Address: Telephone Number: 6:? L Z3 Y— S &dP-0 Certification Statement: "I certify under penalty of law that 1 understand and agree to comply with the terns and conditions of the Storm. Water Portion Newation Plan for this project presented in the 4vecial Provisions of there Contract Documents m Item P-156, "Soil Erosion and Sediment Control". I understand and agree to comply with the terms and codons of the New York State Po&"# Lkwharge ElfnmtatWn System (SPDF.S) general permit for storm water discharges frorn construction activities and that it is unlawful for tory person to cause or contn3ute to a violation of writer quality standaris. I understand that the Owner must file a "Notice of Intent for ,Stomwoter Discharges Associated wIM Construction Activity Under SPDES General Permit #GP -02-01 (Permit) ".1 agree that I will not engage in activity that will cause stormwater to discharge from the conouction site until such bine that the Owner has recaived acrbrowledgment frwn the New York State DeparMrert of Dmrowwad Conservation brat construction activity associated wT* this project is covered under the Permit. " Printed Name of Bidder Title Signature Date END OF SECTION 1 60 BID -14 AGREEMENT THIS CONTRACT, in four (4) copies, made and entered into this ZZ61-- day of fiu&as r and between the Town of Southold, Party of the First Part, and �b✓Ol.2un�� 9�w�1�Cc('t� �nC of ,20', by County of 1 V State of M ew � Of � hereinafter designated as the CONTRACTOR, Party of the Second Part. WITNESSETH: That the parties hereto, each in consideration of the Agreements on the part of the other herein contained have mutually agreed and hereby mutually agree, the Parry of the First Part for itself and its successors, and the Parry of the Second Part for itself, himself, or themselves and its successors, his or their executors, administrators and assigns as follows: Article 1. DESCRIPTION. Under this Agreement and Contract the Contractor shall construct: Apron and Access Taxiway Article 2. In consideration of the payments to be made as hereinafter provided, and of the performance by the Owner of all of the matters and things to be performed by the Owner as herein provided, the Contractor agrees, at his own sole cost and expense, to perform all the labor and services and to furnish all the labor and materials, plant and equipment, necessary to complete and to complete in good, substantial workmanlike and approved manner, the work described under Article 1 hereof, within the time hereinafter specified and in accordance with the terms, conditions and provision of this Contract and with the instructions, orders and direction of the Engineer made in accordance with this Contract. Article 3. The Owner agrees to pay and the Contractor agrees to accept as full compensation for all work done, and materials furnished, and also for all costs and expenses incurred and loss or damages sustained by reason of the action of the elements, or growing out of the nature of the work, or from any unforeseen obstruction or difficulty encountered in the prosecution of the work, and for all risks of every description connected with the suspension or discontinuance of the work as herein specified, and for faithfully completing the work, and the whole thereof, as herein provided, and for maintaining the work in good condition until the final payment is made, the prices stipulated in the Bid hereto attached. Article 4. CONTRACT DOCUMENTS. The following documents shall constitute integral parts of the Agreement, the whole to be collectively known and referred to as the Contract; Advertisement; General Provisions; Bid; Agreement; Special Provisions; Contract Drawings; and all interpretations of or addenda to the Contract Documents issued by the Owner or the Engineer with the approval of the Owner. The Table of Contents, Headings and Titles contained herein and in said documents are solely to facilitate reference to various provisions of the Contract Documents and in no way effect, limit or cast light on the interpretation of the provisions to which they refer. Article 5. If the Contractor shall fail to comply with any of the terms, conditions, provisions or stipulations of this Contract, according to the true intent and meaning thereof, then the Owner may make use of any or all remedies provided in that behalf in the Contract and shall have the right and power to proceed in accordance with the provisions thereof. Article 6. The following alterations and addenda have been made and included in this Contract before it was signed 1/02 AGR -1 D A, by the parties thereto: �G1 �l Pr)r�fu, Z fr IN WITNESS WHEREOF, the parties to this Agreement have hereunto set their hands and seals and have executed this Agreement, in four (4) -copies, the day and year first above written. cP TOWN OF OUTHOLD �A By: (SEAL) (Sponsor's Name & Title) uoz AGR -2 (SEAL) N d AGREEMENT T (ACKNOWLEDGMENT OF OFFICER OR OWNER ATTESTING CONTRACT) STATE OF NEW YORK SS: TOWN OF SOUTHOLD On q Gl G u S Z— /b , 20 "`before me, the undersigned, a Notary Public in and for said State, personally appeared J7,Sh/4V 6 y. /fp,Gl`a cJ, personally known to me or proved to me on the basis of satisfactory evidence to be the individual whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his capacity, and that by his signature on the instrument, the individual, or the person upon behalf of which the individual acted, executed the instrument. 4 K <, s 1�c�s.r�, � � ., �, t : f. �a 7� . ae York orlt Notary Public AGREEMENT (ACKNOWLEDGMENT OF CONTRACTOR, IF A CORPORATION) STATE OF N C(.J J Y k - SS: COUNTY OFSO L On this ZIP day of 301 Q 202Y before me personally came and appeared 0`( 0.2 ►'\ .� ✓ to me known, who, being by me duly sworn, did depose and say that he resides at _ 066SCLO _; that he is the P r of Cjo V- 0 % 4 vt , the corporation described in which executed the foregoing instrument; that he knows the seal of said corporation; that one of the seals affixed to said instrument is such seal; that it was so affixed by order of the Directors of said corporation, and that he signed his name thereto by like order. MAU 10 NNNYAA SbOhm Yak aim I 1roz AGR -3 AGREEMENT (ACKNOWLEDGMENT OF CONTRACTOR, IF A PARTNERSffiP) I STATE OF SS: COUNTY OF On this day of , 20—, before me personally came and appeared to me known, and known to me to be one of the members of the firm of described in and who executed the foregoing instrument, and he acknowledged to me that he executed the same as and for the act and deed of said firm. Notary Public AGREEMENT (ACKNOWLEDGMENT OF CONTRACTOR, IF AN INDIVIDUAL) STATE OF SS: COUNTY OF On this day of , 20_, before me personally came and appeared to me known and known to me to be the person described in and who executed the foregoing instrument and acknowledged that he executed the same. 1 1 1 � s AGR -4 Notary Public 1 1 1 1 1 1 1 1 r a i 1 1 1 AGREEMENT (CERTIFICATE OF OWNER'S ATTORNEY) I, the undersigned, I L4U ° r1 , the duty authorized and acting legal representative of the Oihner, do hereby 6ertify as ows: I have examined the foregoing Contract and surety bond and the manner of execution thereof, and I am of the opinion that each of the aforesaid Agreements has been duly executed by the proper parties thereto acting through their duly authorized representatives; that said representatives have full power and authority to execute said Agreements on behalf of the respective parties named thereon; and that the foregoing Agreements constitute valid and legally binding obligations upon the parties executing the same in accordance with the terms, conditions and provisions therppf. 1102 _ /G -2J4 Date END OF SECTION AGR -5 1 r SECTION 40 SCOPE OF WORK 40-01 INTENT OF CONTRACT. The intent of the Contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the Plans, Specifications, and terms of the Contract. 40-02 ALTERATION OF WORK AND QUANTITIES. The Owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded Contract quantities, provided that the aggregate of such alterations does not change the total Contract cost or the total cost of any major contract item by more than twenty-five percent (25 %) (total cost being based on the unit prices and estimated quantities in the awarded Contract). For the purpose of determining if the total cost of major contract items or the total Contract cost has changed by more than 25%, the total cost of pay items with adjusted pay factors (i.e.: P-401, P-501 etc.) shall be determined by multiplying the unit prices from the bid by the accepted quantities. Alterations which do not exceed the twenty-five percent (25 %) limitation shall not invalidate the Contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original Contract. These alterations which are for work within the general scope of the Contract shall be covered by "Change Orders" issued by the Engineer. Change Orders for altered work shall include extensions of Contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the twenty-five percent (25 %) limitation hereinbefore specified, such excess altered work shall be covered by Supplemental Agreement. If the Owner and the Contractor are unable to agree on a unit adjustment for any Contract item that requires a Supplemental Agreement, the Owner reserves the right to terminate the Contract with respect to the item and make other arrangements for its completion. All Supplemental Agreements shall be approved by the FAA and shall include valid wage determinations of the U.S. Secretary of Labor when the amount of the Supplemental Agreement exceeds two thousand dollars ($2,000.00). However, if the Contractor elects to waive the limitations on work that increases or decreases the originally awarded Contract or any major Contract item by more than twenty-five percent (25 %), the Supplemental Agreement shall be subject to the same U. S. Secretary of Labor wage determination as was included in the originally awarded Contract. All Supplemental Agreements shall require consent of the Contractor's surety and separate performance and payment bonds. 40-03 OMITTED ITEMS. The Engineer may, in the Owner's best interest, omit from the work any Contract item, except major Contract items. Major Contract items may be omitted by a Supplemental Agreement. Such omission of Contract items shall not invalidate any other Contract provision or requirement. Should a Contract item be omitted or otherwise ordered to be non -performed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. 40-04 EXTRA WORK. Should acceptable completion of the Contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original Contract or previously issued Change Orders or Supplemental Agreements, the same shall be called Extra Work. Extra work that is within the general scope of the Contract shall be covered by written Change Order. Change Orders for such extra work shall contain agreed unit ' and/or lump sum prices for performing the Change Order work in accordance with the requirements specified in the order and shall contain any adjustment to the Contract time that, in the Engineer's opinion, is necessary for 4/027 GP 40-1 completion of such extra work. Extra work to be performed on the basis of agreed prices where no applicable unit or lump sum prices have been included in the Contract shall be based upon a Contractor's price analysis for the work. The price analysis will be completed as outlined in the subsection of Section 90 titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. When determined by the Engineer to be in the Owner's best interest, he may order the Contractor to proceed with extra work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra work that is necessary for acceptable completion of the Project, but is not within the general scope of the work covered by the original Contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment for extra work that is not covered by written Agreement (Change Order or Supplemental Agreement) shall be rejected by the Owner. 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the Contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to his/her own operations and the operations of all his/her Subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. With respect to his/her own operations and the operations of all his/her Subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying: personnel; equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the operation of aircraft, fire -rescue equipment, or maintenance vehicles at the airport. When the Contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the Contract, Plans, and Specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall furnish, erect, and maintain barricades, warning signs, flagmen, and other traffic control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise specified herein. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified in this subsection. The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for directly but shall be included in the various Contract items. 40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various Contract items. 4/02 GP 40-2 1 Ci Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the Plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the Contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be utilized in the work as otherwise provided for in the Contract and shall remain the property of the Owner when so utilized in the work. 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the Contract to be either embankment or waste, he may at his/her option either: A. Use such material in another Contract item, providing such use is approved by the Engineer and is in conform- ance with the Contract Specifications applicable to such use; or, B. Remove such material from the site, upon written approval of the Engineer; or, C. Use such material for his/her own temporary construction on site; or, D. Use such material as intended by the terms of the Contract. Should the Contractor wish to exercise option A, B, or C, he shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option A, B, or C, the Contractor shall be paid for the excavation or removal of such material at the applicable Contract price. The Contractor shall replace, at his/her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the Contract work. The Contractor shall not be charged for his/her use of such material so used in the work ft or removed from the site. Should the Engineer approve the Contractor's exercise of option A, the Contractor shall be paid at the applicable Contract price for furnishing and installing such material in accordance with requirements of the Contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of this exercise of option A, B, or C. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the Contract, Plans, or Specifications. 40-08 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property owner. 40-09 DEBRIS. The Contractor shall remove all debris and rubbish resulting from his work at frequent intervals on the order of the Engineer, and at completion leave the premises broom -clean and everything in perfect order and repair. Upon neglect or refusal of any Contractor to keep the premises clear, the Engineer shall have the authority to have such work performed, and the cost of the same shall be charged to the Contractor in default and collected ' 4/02 GP 40-3 from any monies which have or may become due on this Contract; and the Engineer shall issue no certificates of payment on the Contract until premises are clear and in good order, and all claims created properly adjusted. 40-10 SUBSURFACE CONDITIONS. Boring information, if applicable, has been obtained by the Owner in the vicinity of the work of this Contract. It has been compiled on separate sheets which are not part of the Contract Drawings nor any part of the Contract Documents. The boring information shown on these drawings or sheets is available to bidders, Contractors and other interested parties only as a convenience and is made available without expressed or implied representation, assurance or guarantee that the information is adequate, complete or correct, or that it represents a true picture of the subsurface conditions to be encountered or that all pertinent boring informa- tion in the possession of the Owner or Engineer has been furnished. It shall be the Contractor's obligation to satisfy himself as to the nature, character, quality, and quantity of subsurface conditions likely to be encountered and any reliance upon the boring information made available by the Owner shall be at the Contractor's risk. The Contractor agrees that he shall neither have nor assert against the Owner or Engineer any claim for damages or extra work or for relief from any obligation of this Contract based upon the boring information made available or based upon the failure by the Owner to furnish additional or all boring information in the Owner's or Engineer's possession. Any holder of Contract Documents will be permitted to make test borings, test pits, soundings, etc. on the test site of the work if he so desires, subject to approval by the Owner. It should be understood that the party or parties receiving such approval must assume all risk and liability contingent thereto. END OF SECTION 1 u i 1 E 7 i 17 1 1 aoz GP 40-4 1 SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. He shall decide all questions which may arise as to the interpretation of the Specifications or Plans relating to the work, the fulfillment of the Contract on the part of the Contractor, and the rights of different Contractors on the Project. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for under the Contract. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the Contract, Plans, or Specifications. If the Engineer finds the materials furnished, work performed, or the finished product is not within reasonably close conformity with the Plans and Specifications but that the portion of the work affected will, in his/her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, he will advise the Owner of his/her determination that the affected work be accepted and remain in place. In this event, the Engineer will document his/her determination and recommend to the Owner a basis of acceptance which will provide for an adjustment in the Contract price for the affected portion of the work. The Engineer's determination and recommended Contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his/her opinion, needed. Changes in the Contract price shall be covered by Contract modifications (Change Order or Supplemental Agreement) as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the Plans and Specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the Contract, Plans, and Specifications. The term shall not be construed as waiving the Engineer's right to insist on strict compliance with the requirements of the Contract, Plans, and Specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the Engineer with the authority to use good engineering judgment in his/her determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the Contract, Plans and Specifications. 50-03 COORDINATION OF CONTRACT, PLANS AND SPECIFICATIONS. The Contract, Plans, Specifications, and all referenced standards cited are essential parts of the Contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; Contract Technical Specifications shall govern over Contract General Provisions, Plans, cited standards for materials or testing, and cited FAA Advisory Circulars; Contract General Provisions shall govern over Plans, cited standards for materials or testing, and cited FAA Advisory Circulars; Plans shall govern over cited standards for materials or testing and cited FAA Advisory Circulars. The Contractor shall not take advantage of any apparent error or omission on the Plans or Specifications. In the event the Contractor discovers any apparent error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. 4/99 GP 50-1 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with three (3) copies each of the Plans and Specifications. He shall have available on the work at all times one (1) copy each of the Plans and Specifications. Additional copies of Plans and Specifications may be obtained by the Contractor as specified in the subsection titled CONTRACT DRAWINGS FURNISHED TO CONTRACTORS of Section 30. The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall cooperate with the Engineer and his/her inspectors and with other Contractors in every way possible. The Engineer shall allocate the work and designate the sequence of construction in case of controversy between Contractors. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his/her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the Plans and Specifications and shall receive and fulfill instructions from the Engineer or his/her authorized representative. 50-05 COOPERATION BETWEEN CONTRACTORS. The Owner reserves the right to contract for and perform other or additional work on or near the work covered by this Contract. When separate Contracts are let within the limits of any one project, each Contractor shall conduct his/her work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/her Contract and shall protect and save harmless the Owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his/her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. He shall join his/her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-06 CONSTRUCTION LAYOUT AND STAKES. The designation "Subgrade" is the bottom line or surface to which the excavations are necessarily made for the purpose of building the work in accordance with the Drawings, not including the additional depth of excavation required for any special foundation that may be ordered. "Invert" or "grade line" for pipes and sewers mentioned in these Specifications and indicated on the Drawings refers to the inside bottom of the pipe of the surface upon which sewage or water flows along the centerline of the completed work. The Contractor must furnish all control for the layout and construction of the work. Basic control information has been shown on the Plans. The Engineer, at the request of the Contractor, will set a benchmark at a location to be determined for the Contractor's control prior to construction. The Contractor shall give the work his/her personal attention and supervision, layout his/her own work, do all necessary leveling and measuring, or employ a competent engineer to do so. It shall be no part of the duty of the Engineer, or any of the inspectors, to perform any of this service, but if any such service should be done by the Engineer or any of the inspectors, it shall be done at the request and with the approval of the Contractor interested, and no pleas as to the acts or directions of others than the Engineer will be admitted in justification of any errors of construction where a departure is made from the Drawings, Specifications, or Contract, and such plea in justification shall in no way be binding upon the Owner. Figures and full-size drawings shall take precedence over scale measurements and drawings. Any Contractor performing constructive or finish work of any kind or character, which is of corresponding relationship with work performed by another Contractor, shall layout his/her work according to the work already constructed and take all exact measurements therefrom, and prepare all Shop Drawings in accordance with the same, and complete all work to the exact measurements thus obtained and without creating any claim or obligation on the Owner. If any part of the Contractor's work is dependent for its proper execution, or for its subsequent efficiency or appearance, on the character or condition of associated or contiguous work not executed by him, the Contractor shall 4/99 GP 50-2 1 C examine such associated or contiguous work, and shall report to the Engineer, in writing, any imperfections therein or any conditions that render it unsuitable for the reception of his/her work. In case the Contractor proceeds without making such written report, he shall be held responsible for any defects in his/her own work in consequence thereof, and shall not be relieved of the obligation of any guarantee because of any such imperfection or condition. 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the Contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period of forty-eight (48) hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the Contract. 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the Owner shall be authorized ' to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the Contract. Inspectors are not authorized to issue instructions contrary to the Plans and Specifications or to act as foreman for the Contractor. Inspectors employed by the Owner are authorized to notify the Contractor or his/her representative of any failure of the work or materials to conform to the requirements of the Contract, Plans, or Specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for his/her decision. 50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection by the Engineer. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as Extra Work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the Owner may be ordered removed and replaced at the Contractor's expense unless the Owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the Contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (Contract) Owner, authorized representatives of the Owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility Owner a party to the Contract, and shall in no way interfere with the rights of the parties to this Contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work which does not conform to the requirements of the Contract, Plans, and Specifications will be considered unacceptable unless otherwise determined acceptable by the Engineer, as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. No work will be done prior to the Engineer's establishment of a benchmark for the Contractor's control (as described in the subsection of this section titled CONSTRUCTION LAYOUT AND STAKES) if such is required by the Contractor for the construction of this project. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the Plans or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the Contract. Work so done may be ordered removed or replaced at the Contractor's expense. 4/99 GP 50-3 Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the Owner) from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage which may result from the moving of material or equipment. The operation of equipment of such type, weight or so loaded as to cause damage to structures, subgrade or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his/her hauling equipment and shall correct such damage at his/her own expense. 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a Contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted, shall be included in the unit prices bid on the various Contract items, and the Contractor will not be paid an additional amount for such work. 50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Engineer may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or to become due the Contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the Project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, he may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satis- factorily completed in compliance with the Contract, he may accept it as being completed, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the Contract. 50-15 FINAL ACCEPTANCE. Upon written notice from the Contractor of presumptive completion of the entire Project, the Engineer and Owner will make an inspection. If all construction provided for and contemplated by the Contract is found to be completed in accordance with the Contract, Plans, and Specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same, and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional arm GP 50-4 1 A 1 [i fl 1 1 1 u 1 i 1 compensation is due him for work or materials not clearly provided for in the Contract, Plans, or Specifications or previously authorized as Extra Work, he shall notify the Engineer in writing of his/her intention to claim such additional compensation before he begins the work on which he bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within ten (10) calendar days, submit his/her written claim to the Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. 50-17 SHOP AND SETTING DRAWINGS AND CATALOGUE DATA. A. General. "Shop and Setting Drawings" or "Working Drawings" or "Catalogue Data" shall be supplied for each and every fabricated item or part and for all materials incorporated into the Project. Drawings and data shall be submitted sufficiently in advance of the work to permit proper review, including time for necessary revisions and resubmittals. Delay to the work caused by late submission of Shop Drawings shall be the responsibility of the Contractor making such late submission. Shop and setting drawings shall present complete and accurate information relative to all working dimensions, equipment weight assembly and sectional view, all the necessary details, pertaining to coordinating the work of the Contract, lists of materials and finishes, parts lists and the description thereof, lists of spare parts and tools where such parts or tools are required, no -scale control diagrams for control wiring and control piping, and any other items of information that are required to demonstrate detail compliance with the Plans and Specifications. Each drawing shall be dated and shall show the name of the Project, Contract Number and the name of the manufacturer of the equipment covered by the drawing or drawings. The Engineer will not review any drawings that are not properly identified or that do not contain complete data on the work or that have not been checked, stamped and signed by the Contractor for compliance with the Contract Documents. The Engineer's review of the Contractor's Shop Drawings signifies only that such drawings appear to be in substantial conformity with the Contract Drawings and Specifications or with the Engineer's instructions. Such review does not indicate approval of every detail of the drawings nor of the work methods of the Contractor which are indicated thereon. Regardless of the corrections made in or made of such drawings by the Engineer, the Contractor will nevertheless be responsible for the accuracy of such drawings, for their conformity to the Plans and Specifications and for the proper fitting and construction of the work. No work covered by shop and setting drawings shall be done until the drawings have been reviewed by the Engineer. No payment shall be made on any item for which acceptable submittals are not received by the Engineer. B. Substitutes and "Or -Equal" Items. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function and quality required. Unless the specification or description contains or is followed by words reading that "no like, equivalent 'or -equal' item" or "no substitution is permitted", other items of material or equipment or material or equipment of other Suppliers may be accepted by Engineer under the following circumstances: # ai99 1. "Or -Equal". If in Engineer's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by Engineer as an "or -equal" item, in which case review and approval of the proposed item may, in Engineer's sole discretion, be accomplished without compliance with some or all of the requirements for acceptance of proposed substitute items. Substitute Items. If in Engineer's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item, it will be considered a proposed substitute item. Contractor shall submit sufficient information as provided below to allow Engineer to determine that the item of material or GP 50-5 1 Engineer's Evaluation. Engineer will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized without Engineer's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. Engineer will record time required by Engineer and Engineer's Consultants in evaluating substitutes proposed or submitted by Contractor and in making changes in the Contract Documents (or in the provisions of any other direct contract with Owner for work on the Project) occasioned thereby. Engineers charges shall be at the same rates Engineer charges for such services to the Owner. 4. Contractor's Expense. All data to be provided by Contractor in support of any proposed "or -equal" or substitute item will be at Contractor's expense. In order to aid the Engineer in determining the equality of a proposed "or -equal" or substitute item (when compared to the item actually specified), the Contractor shall arrange for the performance of any tests requested by the Engineer. Engineer shall determine the nature, extent, tester and degree of supervision of such tests. Certified test results shall be mailed directly to the. Engineer for all tests requested. All costs of such tests, including engineering costs, shall be borne by the Contractor. Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any "or -equal" or substitute. Whether or not Engineer accepts a substitute item so proposed or submitted by Contractor, Contractor shall reimburse Owner for the charges of Engineer and Engineer's Consultants for evaluating each such proposed substitute item. The costs for evaluating proposed substitute items shall be deducted from the Owner's payment to the Contractor. 50-18 ELECTRICAL SHOP DRAWINGS. Drawings for electrical equipment shall show physical dimensions and installation details and shall include elementary and connection diagrams for each control assembly and the intercon- nection diagrams for all equipment. The drawings shall show clearly the coordination of control work, shall identify the components external to electrical equipment and shall define the contact arrangement and control action of the primary and final control elements. Where standard electrical control equipment having complex internal wiring is required, such as boiler control panels, generator transfer panels, electric or electronic instruments and similar items, the detail shop wiring diagrams for such equipment will not be required, and, if submitted, will in general not be reviewed. The submittal for each such item of equipment shall, however, include an elementary diagram of the input and output elements which require connections to external equipment, and/or a complete step by step description of the control action of the equipment being submitted. In the event that any questions shall arise as to the type of information to be presented on the 4M GP 50-6 equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. The procedure for review by the Engineer will include the following and as Engineer may decide is appropriate under the circumstances. Requests for review of proposed substitute items of material or equipment will not be accepted by Engineer from anyone other than Contractor. If Contractor wishes to furnish or use a ` substitute item of material or equipment, Contractor shall first make written application to Engineer for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified and be suited to the same use as that specified. The application will state the extent, if any, to which the evaluation and acceptance of the proposed substitute will prejudice Contractor's achievement of completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. If the substitute item requires modifications to any existing features or to any proposed work, the application shall also include details of proposed modifications necessary to accommodate the substitute item. Such details shall include scaled layouts, dimensions and other pertinent information to enable the Engineer to accurately assess the entire application. If the substitute item and proposed modifications are approved, the Contractor, at no additional cost to the Owner, shall do all work necessary to make such modifications and absorb all costs of any related changes imposed on other Contractor's. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs or credits that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which will be considered by Engineer in evaluating the proposed substitute. Engineer may require Contractor to furnish additional data about the proposed substitute. Engineer's Evaluation. Engineer will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized without Engineer's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. Engineer will record time required by Engineer and Engineer's Consultants in evaluating substitutes proposed or submitted by Contractor and in making changes in the Contract Documents (or in the provisions of any other direct contract with Owner for work on the Project) occasioned thereby. Engineers charges shall be at the same rates Engineer charges for such services to the Owner. 4. Contractor's Expense. All data to be provided by Contractor in support of any proposed "or -equal" or substitute item will be at Contractor's expense. In order to aid the Engineer in determining the equality of a proposed "or -equal" or substitute item (when compared to the item actually specified), the Contractor shall arrange for the performance of any tests requested by the Engineer. Engineer shall determine the nature, extent, tester and degree of supervision of such tests. Certified test results shall be mailed directly to the. Engineer for all tests requested. All costs of such tests, including engineering costs, shall be borne by the Contractor. Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any "or -equal" or substitute. Whether or not Engineer accepts a substitute item so proposed or submitted by Contractor, Contractor shall reimburse Owner for the charges of Engineer and Engineer's Consultants for evaluating each such proposed substitute item. The costs for evaluating proposed substitute items shall be deducted from the Owner's payment to the Contractor. 50-18 ELECTRICAL SHOP DRAWINGS. Drawings for electrical equipment shall show physical dimensions and installation details and shall include elementary and connection diagrams for each control assembly and the intercon- nection diagrams for all equipment. The drawings shall show clearly the coordination of control work, shall identify the components external to electrical equipment and shall define the contact arrangement and control action of the primary and final control elements. Where standard electrical control equipment having complex internal wiring is required, such as boiler control panels, generator transfer panels, electric or electronic instruments and similar items, the detail shop wiring diagrams for such equipment will not be required, and, if submitted, will in general not be reviewed. The submittal for each such item of equipment shall, however, include an elementary diagram of the input and output elements which require connections to external equipment, and/or a complete step by step description of the control action of the equipment being submitted. In the event that any questions shall arise as to the type of information to be presented on the 4M GP 50-6 1 t submittal, the supplier shall direct inquiries to the Engineer through the Prime Contractor in advance of the preparation of his/her submittal. 50-19 SHOP DRAWING APPROVAL PROCEDURE. The following procedure has been established for the submittal and processing of shop and setting drawings. Departures from this procedure may result in delay and misunderstandings. A. In submitting drawings, catalog data, and similar items for review, at least four (4) copies shall be ' submitted. This number includes one (1) for return to the Contractor bearing the review stamp. If the Contractor desires more than one (1) copy returned to him, he shall submit with the initial and subsequent transmittals the additional number desired up to a maximum of three (3) copies. If the Engineer requires additional copies, he will so inform the Contractor upon return of the reviewed material. Additional copies of reviewed Shop Drawings will be requested in the cases where the subject matter shown thereon requires coordination of two or more prime Contracts. Two (2) copies of each of such drawings received will be re -transmitted by the Engineer, whenever possible, to each of the other prime Contractors whose work is to be correlated with such drawings. The Engineer will re -transmit these drawings in order to facilitate each Contractor's coordination of his/her own work with that of the other Contracts. B. For transmitting data for review, two (2) copies of the letter of transmittal will be required by the Engineer's office. Form letters may be used. C. All correspondence other than simple transmittal of data shall be in triplicate. Any changes other than those indicated as requested, made in drawings or other data, must be specifically 4199 GP 50-7 D. Unless otherwise requested, a single copy of the correspondence emanating from the Engineer's office will be sent. Additional copies of correspondence up to a maximum of four (4) copies will be provided, if re- quested. E. Drawings and similar data will be stamped as follows: 1. "Approved", if no change or rejection is made. All but three (3) copies of the submitted data will be returned. 2. "Approved as Noted", if minor changes or additions are made, but resubmittal is not considered neces- sary. All but three (3) copies of the submitted data will be returned and all copies will bear the corrective marks. 3. "Revise and Resubmit", if the changes requested are extensive. In this case, resubmittal after correction is necessary and the same number of copies shall be included in the resubmittal as in the first submittal. One (1) copy of the first submittal will be retained by the Engineer's office and only two (2) copies will be returned to the Contractor unless the Contractor has requested the return of additional copies as set forth above. All other copies will be destroyed. ' 4. "Rejected", if it is considered that the data submitted cannot with reasonable revision meet the requirements of the Plans and Specifications. As in "3" above, only two (2) copies will be returned unless additional copies have been requested. One (1) copy will be retained by the Engineer's office and all others will be destroyed. 5. "Submit Specified Item", if the data submitted is not clear, complete, or for other reasons cannot be examined by the Engineer to establish compliance with the Plans and Specifications. Only two (2) copies will be returned to the Contractor, one (1) copy will be retained by the Engineer and all other copies shall be destroyed. F. Unless otherwise approved in specific cases, all data must be transmitted by the Prime Contractor; not by the Subcontractors or vendors. Any changes other than those indicated as requested, made in drawings or other data, must be specifically 4199 GP 50-7 brought to the attention of the Engineer upon resubmittal. Changes or additions shall not be made in, or to, reviewed data without re -review. In order to eliminate cross filing, it is required that the subject matter of any one drawing be limited to one Payment Item. 50-20 REMOVAL OF WATER. The Contractor shall at all times during construction, provide and maintain proper and satisfactory means and devices for the removal of all water entering the excavations, and shall remove all such water as fast as it may collect, in such manner as shall not interfere with the prosecution of the work or the proper placing of materials or other work. Removal of water includes the construction and removal of cofferdams, sheeting and bracing, the furnishing of materials and labor necessary therefore, the excavation and maintenance of ditches and sluiceways and the furnishing and operation of pumps, wellpoints and appliances needed to maintain thorough drainage of the work in a satisfactory manner. Water shall not be allowed to rise over or come in contact with any masonry, concrete or mortar, until at least twenty-four (24) hours after placement and no stream of water shall be allowed to flow over such work until such time as the Engineer may permit. Unless otherwise specified, all excavations which extend down to or below the static groundwater elevations at the sites of structures shall be dewatered by lowering and maintaining the groundwater beneath such excavations at an elevation not less than that specified herein at all times when work thereon is in progress, during subgrade preparation and the placing of the structure or other materials thereon. Where the presence of fine granular subsurface materials and a high groundwater table may cause the upward flow of water into the excavation with a resulting quick condition, the Contractor shall install and operate a suitable dewatering system to prevent the upward flow of water during construction. When the water table is within the capillary rise of silt/clay subsurface material, the Contractor shall select and operate his equipment in a manner to prevent the deterioration of the working surface due to the upward flow of water during construction. The effluent pumped from the dewatering system shall be examined periodically by qualified personnel to determine if the system is operating satisfactorily without the removal of fines. Unless otherwise directed by the Engineer or shown on the Contract Documents, the water level shall not be permitted to rise until construction in the immediate area is completed and the excavation backfilled to the original grade or proposed grade. Where well points are used, the groundwater shall be lowered and maintained continuously (day or night) at a level not less than two (2) feet below the bottom of the excavation. Excavation will not be permitted at a level lower than two (2) feet above the water level as indicated by the observation wells. The wellpoint system shall be designed or installed by or under the supervision of an organization whose principal business is wellpointing and has at least five (5) consecutive years of similar experience and can furnish a representative list of satisfactory similar operations. Wellpoint headers, points and other pertinent equipment shall not be placed within the limits of the excavation in such a manner or location as to interfere with the laying of pipe or trenching operations or with the excavation for and/or construction of other structures. Standby gasoline or diesel powered equipment shall be provided so that in the event of failure of the operating equipment, the standby equipment can be readily connected to the dewatering system. The standby equipment shall be maintained in good order and actuated regularly not less than twice a week when directed. Wellpoints shall be installed in the center of a sand wick drain which shall be placed by means of a sanding shell or other approved means to provide a sand core not less than ten (10) inches in diameter. Detached observation wells of similar construction to the wellpoints shall be installed at intervals of not less than fifty aro GP 50-8 (50) feet along the opposite side of the trench from the header pipe and line of wellpoints, or around the excavation for a structure or as shown on the Contract Drawings, to a depth of at least five (5) feet below the proposed excavation. In addition, one wellpoint in every fifty (50) feet shall be fitted with a tee, plug and valve so that the wellpoint can be converted for use as an observation well. Observation wells shall be not less than one and one-half (11/2) inch in diameter. Water pumped or drained from excavations, or any sewers, drains, or water courses encountered in the work, shall be disposed of in a suitable manner without injury to adjacent property, the work under construction, or to pavements, roads and drives. No water shall be discharged to sanitary sewers. Sanitary sewage shall be pumped to sanitary sewers or shall be disposed of by an approved method. Any damage caused by improper handling of water shall be repaired by the Contractor at his/her own expense. 50-21 SHEETING AND BRACING. The Contractor shall furnish, place and maintain such sheeting, bracing and shoring as required to support the sides and ends of excavations in such a manner as to prevent any movement which would in any way damage the pipe, sewers, masonry or other work, diminish the width necessary, otherwise damage or delay the work, or endanger existing structures, pipes or pavements, or to occasion a hazard to persons engaged on the project or to the general public. Sheeting and bracing or other trench protection shall be utilized as required for the safety of employees exposed to the hazard of falling or sliding material from any trench or excavation in conformance with the provisions of Industrial Code Rule 23 as amended, and OSHA. The Contractor shall submit details of all sheeting to be used on this project to the Engineer for review. These submitted details must be signed and stamped by a Professional Engineer licensed to practice in New York State. The Contractor shall be responsible for the adequacy of all trench support systems used and for all damage to persons or property resulting from improper quality, strength, placing, maintenance and removal. All material used for sheeting and bracing shall be sound and free from defects which might impair its strength or effectiveness. All timber sheeting and bracing shall be sound and straight, free from cracks, shakes and large or loose knots, with dressed edges where directed and shall otherwise conform with National Design Specifications for Stress Grade Lumber for lumber of a minimum fiber stress of 1,200 pounds per square inch. All steel sheeting and bracing shall be sound and straight, free from bends, twists or splits, having square and undamaged ends and shall otherwise conform with ASTM Designation A 328 and shall have a minimum thickness of 3/8 -inch. 1 Sheeting shall be driven vertically from the original ground surface as the excavation progresses. Sufficient toe support shall be sustained so as to maintain pressure against the original ground at all times. Timber sheeting shall be driven so that edges are tight together and steel sheeting driven with the individual members interlocking. All bracing shall be of such design and strength as to maintain the sheeting in its proper position. If, in the judgement of the Engineer, the sheeting or supports furnished are inadequate or unsuited for the purpose, he may order such sheeting or bracing to be replaced or additional sheeting and bracing to be installed. Any sheeting and bracing ordered and so installed for such purpose shall be furnished and installed at the expense of the Contractor. Whether or not the Engineer orders any additional sheeting or bracing to be installed or unsuitable sheeting or bracing to be replaced, the Contractor shall be solely responsible for the adequacy of all sheeting and bracing. ' In general, all sheeting and bracing, whether of steel, timber or other material, used to support the sides of trenches or other open excavations, shall be withdrawn as the trenches or other open excavations are being refilled. That portion of the sheeting extending below the top of a pipe, sewer or structure shall be withdrawn, unless otherwise directed, before more than 6 inches of earth is placed above the top of the pipe, sewer or structure and before any 4i99 GP 50-9 bracing is removed. The voids left by the sheeting shall be carefully refilled with selected material and rammed tight with tools especially adapted for the purpose or otherwise as may be approved. The Contractor shall be responsible for the adequate shoring and/or bracing of any existing utilities encountered during the excavation. Such utilities shall be braced or shored in a manner acceptable to the local jurisdictional agency having authority over the utility encountered. It shall be the responsibility of the Contractor to prevent damage to or displacement of utilities, and to work with and request the concurrence of the utility's company representative in this matter. The Contractor shall give written notice, seventy-two (72) hours in advance of excavation operations, to all utility companies with services in the vicinity of such operations. A copy of such notification shall be filed with the Engineer. Where the use of sheeting and bracing is specifically required and paid for, the use of a trench shield, box or similar device in place of sheeting and bracing will not be allowed. The Contractor, as a minimum, shall tight sheet and brace those areas shown on the Contract Drawings. END OF SECTION u J 1 fl 1 n 1 4/99 GP 50-10 1 P— SECTION 60 CONTROL OF MATERIALS 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the work shall conform to the requirements of the Contract, Plans, and Specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the Contract but, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is started. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited Materials Specifications. In addition, where FAA Specification for airport lighting equipment is cited on the Plans or in the Specifications, the Contractor shall furnish such equipment that is produced by the manufacturer qualified to produce such specified equipment. Contractor shall provide equipment that has been certified in accordance with AC 150/5345-53 within the previous 2 years, along with a copy of the certification letter. The following airport lighting equipment is required for this Contract and is to be furnished by the Contractor in accordance with the requirements of this subsection: EQUIPMENT NAME FAA SPECIFICATION Plug &Receptacle Cable Connectors L-823 Taxiway Guidance Sign L-858 60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, tests in accordance with the cited standard methods of AASHTO or ASTM which are current on the date of advertisement for bids will be made by and at the expense of the Owner. THE COST OF ALL FAILING TESTS SHALL BE BORNE BY THE CONTRACTOR. Samples will 1 be taken by a qualified representative of the Owner. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at his/her request. 60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the Contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with Contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. 1 No payment shall be made on any item for which acceptable certificates of compliance have not been submitted to the Engineer. 1/98 GP 60-1 When a material or assembly is specified by "brand name or equal" and the Contractor elects to furnish the specified "brand name," the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: A. Conformance to the specified performance, testing, quality or dimensional requirements; and, B. Suitability of the material or assembly for the use intended in the Contract work. Should the Contractor propose to furnish an "or equal" material or assembly, he shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 PLANT INSPECTION. The Engineer or his/her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his/her acceptance of the material or assembly. Should the Engineer conduct plant inspections, the following conditions shall exist: A. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom he has contracted for materials. B. The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. C. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the Owner shall have the right to retest any material which has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the Contract, Plans, or Specifications. 60-05 FIELD OFFICE. The Contractor shall furnish a field office as shown and specified. 60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the Plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the Owner or Lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his/her entire expense, except as otherwise agreed to (in writing) by the Owner or Lessee of the property. 60-07 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the Contract, Plans, or Specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. 1/98 GP 60-2 1 No rejected material or assembly, the defects of which have been corrected by the Contractor, shall be returned to the site of the work until such time as the Engineer has approved its use in the work. 60-08 OWNER -FURNISHED MATERIALS. The Contractor shall furnish all materials required to complete the ' work, except those specified herein (if any) to be furnished by the Owner. Owner -furnished materials shall be made available to the Contractor at the location specified herein. ' All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner - furnished materials shall be included in the unit price bid for the Contract Item in which such Owner -furnished material is used. After any Owner -furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies which may occur during the Contractor's handling, storage, or use of such Owner -furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor's handling, storage, or use of Owner -furnished materials. END OF SECTION 1 1 1 ,n, 1 trvs GP 60-3 SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70-01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and State laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all his/her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his/her employees. 70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 70-03 PATENTED DEVICES, MATERIALS AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. The Contractor and the surety shall indemnify and save harmless the Owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the Owner, such authorized work (by others) is indicated as follows: Owner Location Person To Contact "Not Applicable" Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such owners by arranging and performing the work in this Contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as Extra Work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the Contract, Plans, or Specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 FEDERAL AID PARTICIPATION. For AIP Contracts, the United States Government has agreed to reimburse the Owner for some portion of the Contract costs. Such reimbursement is made from time to time upon the Owner's request to the FAA. In consideration of the United States Government's (FAA's) Agreement with the Owner, the Owner has included provisions in this Contract pursuant to the requirements of the Airport Improvement Program, as amended, and the Rules and Regulations of the Federal Aviation Administration that pertains to the work. 1/03 GP 70-1 I As required by the Program, the Contract work is subject to the inspection and approval of duly authorized 1 representatives of the Administrator, Federal Aviation Administration and is further subject to those provisions of the rules and regulations that are cited in the Contract, Plans, or Specifications. No requirement of the Program, the rules and regulations implementing the Program, or this Contract shall be construed as making the Federal Government a party to the Contract nor will any such requirement interfere, in any way, with the rights of either party to the Contract. 70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his/her employees as may be necessary to comply with the requirements of the State and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, State, and local laws, rules and regulations concerning construction safety and health ' standards. The Contractor shall not require any worker to work in surroundings or under conditions which are unsanitary, hazardous, or dangerous to his/her health or safety. 70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his/her operations and those of his/her Subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. 1 The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his/her own operations and those of his/her Subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80 hereinafter. 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs and hazard markings shall be suitably illuminated. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office). When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of FAA Advisory Circular 150/5340-1, Marking of Paved Areas on Airports. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and his/her parked construction equipment that may be hazardous to the operation of emergency fire -rescue or maintenance vehicles on the airport in reasonable conformance to FAA Advisory Circular 150/5370-2, Operational Safety on Airports During Construction Activity. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to FAA Advisory Circular 150/5370-2. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work which requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the Engineer. Open -flame type lights shall not be permitted within the air operations areas of the airport. 70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. 1 1103 GP 70-2 All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than one thousand (1,000) feet from the work or from any building, road, or other place of human occupancy. The Contractor shall notify each property owner and public utility company having structures or facilities in proximity to the site of the work of his/her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within one thousand (1,000) feet of the airport property. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property marks until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her manner or method of executing the work, or at any time due to defective work or materials, and said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect or misconduct in the execution of the work, or in consequence of the non -execution thereof by the Contractor, he shall restore, at his/her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnify and save harmless the Engineer and the Owner and their officers, and employees from all suits, actions, or claims of any character brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the "Workmen's Compensation Act," or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his/her Contract as may be considered necessary by the Owner for such purpose may be retained for the use of the Owner or, in case no money is due, his/her surety may be held until such suit or suits, action or actions, claim or claims for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the Owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance. 70-12 TffiRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the Contract that it is not intended by any of the provisions of any part of the Contract to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the Contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the Contract. 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the Contract work for the beneficial occupancy of the Owner prior to completion of the entire Contract, such "phasing" of the work shall be specified herein and indicated on the Plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his/her own estimate of the difficulties involved in arranging his/her work to permit such beneficial occupancy by the Owner as described below: Phase or Required Date or Sequence Work Shown Description of Owner's Beneficial Occupancy on Plan Sheet (See Section 80-12, Specific Airport Operating Requirements) 1ro3 GP 70-3 1 Upon completion of any portion of the work listed above, such portion shall be accepted by the Owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. ' Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work an shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the Contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at his/her expense. The Contractor shall make his/her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the Contract work. 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the non -execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of governmental authorities. If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his/her expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established plantings, seedings, and sodding furnished under his/her Contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the Owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shall control his/her operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the Contract work, the approximate locations have been indicated on the Plans and the owners are indicated as follows: Utility Service or Facility Person to Contact Telephone Number "Not Applicable" It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the Plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of his/her responsibility to protect such existing features from damage or unscheduled interruption of service. ' It is further understood and agreed that the Contractor shall, upon execution of the Contract, notify the owners of all utility services or other facilities of his/her plan of operations. Such notification shall be in writing addressed to 1/03 GP 70-4 the PERSON TO CONTACT as provided hereinbefore in this subsection and the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. In addition, it shall be the responsibility of the Contractor to keep such individual owners advised of changes in his/her plan of operations that would affect such owners. Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such owner of his/her plan of operation. If, in the Contractor's opinion, the owner's assistance is needed to locate the utility service or facility, or the presence of a representative of the Owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two (2) normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two (2) day's notice hereinabove provided shall be cause for the Engineer to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use excavation methods acceptable to the Engineer within three (3) feet (90 cm) of such outside limits at such points as may be required to insure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his/her operations whether or not due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due to or which may become due the Contractor, or his/her Surety. 70-16 FURNISHING RIGHTS-OF-WAY. The Owner will be responsible for furnishing all rights-of-way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the Contract provisions or in exercising any power or authority granted to him by this Contract, there shall be no liability upon the Engineer, his/her authorized representatives, or any official of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner. 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or estop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Owner be precluded or estopped from recovering from the Contractor or his/her Surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his/her obligations under the Contract. A waiver on the part of the Owner of any breach of any part of the Contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the Contract, shall be liable to the Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the Owner's rights under any warranty or guaranty. 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, State, and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 1103 GP 70-5 fj Air Pollution A. No burning of combustible waste shall be permitted. B. Alternatives to Burning Land Cleared Material. 1. All spoil material from clearing and grubbing operations shall be disposed of in accordance with the Special Provisions, unless otherwise directed. 2. Wood may be salvaged for firewood or commercial use or it may be chipped and disposed of for use as mulch. 3. Logs, brush, etc. may be removed to an authorized disposal area or disposed of to the general public without charge. C. Excessive Dust Causes. 1. Common construction operations which may cause excessive dust include: 2. Other construction items which may cause air pollution are: a. Volatiles escaping from asphalt and cut back materials. b. Use of herbicides or fertilizers. c. Smoke from asphalt plants or heater/planers. D. Control of Dust and Other Air Pollutants. 1. Control of Dust and Other Air Pollutants shall be the responsibility of the Contractor and may include the following control methods: a. Quarry, drilling and rock crushing. b. Clearing, grubbing and stripping. c. Excavation and placement of embankment. d. Cement and aggregate handling. e. Cement or lime stabilization. f. Blasting. g. h. Use of haul roads. Sandblasting or grinding. h. Use of wood chips in traffic or work areas. 2. Other construction items which may cause air pollution are: a. Volatiles escaping from asphalt and cut back materials. b. Use of herbicides or fertilizers. c. Smoke from asphalt plants or heater/planers. D. Control of Dust and Other Air Pollutants. 1. Control of Dust and Other Air Pollutants shall be the responsibility of the Contractor and may include the following control methods: a. Drilling apparatus equipped with water or chemical dust controlling systems. b. Exposing the minimum area of land. c. Applying temporary mulch with or without seeding. d. Use of water sprinkling trucks. e. Use of covered haul trucks. f. Use of stabilizing agents in solution. g. Use of dust palliative and penetration asphalt on temporary roads. h. Use of wood chips in traffic or work areas. i. Use of vacuum equipped sandblasting systems. j. Use of plastic sheet coverings. k. Restricting the application rate of herbicides to recommended dosage. Materials should be covered and protected from the elements. Application, equipment and empty containers shall not be rinsed and discharged as to pollute a stream, etc. or the groundwater. 1. Bituminous mixing plants shall be equipped with a dust collector, to waste or return uniformly to the hot elevator all or any part of the material collected, as stated in Specifications P201 and P401 and Advisory Circular 150/5370-1A. m. Delay of operations until climate or wind conditions dissipate or inhibit the potential pollutants in 1103 GP 70-6 a manner satisfactory to the Engineer. Water Pollution A. The Contractor shall use suitable precautions to minimize water pollution during the progress of the work. Erosion control devices or methods may consist of berms, dikes, dams, drains, sediment basins, fiber mats, woven plastic filter cloths, gravel, mulches, quick growing grasses, sod, bituminous spray or other control devices. The control devices shall be as shown on the Plans and/or specified. B. The amount of surface area of erodible earth at any one time shall not exceed seven hundred fifty thousand (750,000) square feet unless otherwise specified by the Engineer. C. Pollutants such as fuels, lubricants, bitumens, raw sewage and other harmful materials shall not be discharged into or near rivers, streams, and impoundments or into natural or man-made channels leading thereto. Wash water or waste from concrete mixing or curing operations should not be allowed to enter live streams, etc. In the event of conflict between these requirements and pollution control laws, rules or regulations or other Federal, State or local agencies, the more restrictive laws, rules, or regulations shall apply. 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during his/her operations, any building, part of a building, structure, or object which is incongruous with its surroundings, he shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and will direct the Contractor to either resume his/her operations or to suspend operations as directed. Should the Engineer order suspension of the contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform Extra Work, such shall be covered by an appropriate Contract modification (Change Order or Supplemental Agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the Contract modification shall include an extension of Contract time in accordance with the Subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. 70-21 NEW YORK STATE DEPARTMENT OF TRANSPORTATION REQUIREMENTS. A. Standard Clauses For All New York State Contracts (Appendix A). The parties to the attached contract, license, lease, amendment or other agreement of any kind (hereinafter, "the contract" or "this contract") agree to be bound by the following clauses which are hereby made a part of the contract (the word "Contractor" herein refers to any party other than the State, whether a contractor, licensor, licensee, lessor, lessee or any other party): 1. Executory Clause. In accordance with Section 41 of the State Finance Law, the State shall have no liability under this contract to the Contractor or to anyone else beyond funds appropriated and available for this contract. 2. Non -Assignment Clause. In accordance with Section 138 of the State Finance Law, this Contract may not be assigned by the Contractor or its right, title or interest therein assigned, transferred, conveyed, sublet or otherwise disposed of without the previous consent, in writing, of the State and any attempts to assign the contract without the State's written consent are null and void. The Contractor may, however, assign its right to receive payment without the State's prior written consent unless this contract concerns Certificates of Participation pursuant to Article 5-A of the State Finance Law. 1/03 GP 70-7 3. Comptroller's Approval. In accordance with Section 112 of the State Finance Law (or, if this contract is with the State University or City University of New York, Section 355 or Section 6218 of the Education Law), if this contract exceeds $5,000 ($20,000 for certain S.U.N.Y. and C.U.N.Y. contracts), or if this is an amendment for any amount to a contract which, as so amended, exceeds said statutory amount, or if, by this contract, the State agrees to give something other than money, it shall not be valid, effective or binding upon the State until it has been approved by the State Comptroller and filed in his office. 4. Worker's Compensation Benefits. In accordance with Section 142 of the State Finance Law, this contract shall be void and of no force and effect unless the Contractor shall provide and maintain coverage during the life of this contract for the benefit of such employees as are required to be covered by the provisions of the Workers' Compensation Law. 5. Non -Discrimination Requirements. In accordance with Article 15 of the Executive Law (also known as the Human Rights Law) and all other State and Federal statutory and constitutional non- discrimination provisions, the Contractor will not discriminate against any employee or applicant for employment because of race, creed, color, sex, national origin, age, disability or marital status. Furthermore, in accordance with Section 220-e of the Labor Law, if this is a contract for the construction, alteration or repair of any public building or public work or for the manufacture, sale or distribution of materials, equipment or supplies, and to the extent that this contract shall be performed within the State of New York, Contractor agrees that neither it nor its subcontractors shall, by reason of race, creed, color, disability, sex or national origin: (a) discriminate in hiring against any New York State citizen who is qualified and available to perform the work; or (b) discriminate against or intimidate any employee hired for the performance of work under this contract. If this is a building service contract as defined in Section 230 of the Labor Law, then, in accordance with Section 239, thereof, Contractor agrees that neither it nor its Subcontractors shall, by reason of race, creed, color, national origin, age, sex or disability: (a) discriminate in hiring against any New York State citizen who is qualified and available to perform the work: or (b) discriminate against or intimidate any employee hired for the performance of work under this contract. Contractor is subject to fines of $50.00 per person per day for any violation of Section 220-e or Section 239 as well as possible termination of this contract and forfeiture of all moneys due hereunder for a second or subsequent violation. 6. Wage and Hours Provisions. If this is a public work contract covered by Article 8 of the Labor Law or a building service contract covered by Article 9 thereof, neither Contractor's employees nor the employees of its subcontractors may be required or permitted to work more than the number of hours or days stated in said statues, except as otherwise provided in the Labor Law and as set forth in prevailing wage and supplement schedules issued by the State Labor Department. Furthermore, Contractor and its Subcontractors must pay at least the prevailing wage rate and pay or provide the prevailing supplements, including the premium rates for overtime pay, as determined by the State Labor Department in accordance with the Labor Law. 7. Non -Collusive Bidding Requirement. In accordance with Section 139-4 of the State Finance Law, if this contract was awarded based upon the submission of bids, Contractor warrants, under penalty of perjury, that its bid was arrived at independently and without collusion aimed at restricting competition. Contractor further warrants that, at the time contractor submitted its bid, an authorized and responsible person executed and delivered to the State a non -collusive bidding certification on Contractor's behalf. 8. International Boycott Prohibition. In accordance with Section 220-f of the Labor Law and Section 139-h of the State Finance Law, if this contract exceeds $5,000, the Contractor agrees, as a material condition of the contract, that neither the Contractor nor any substantially owned or affiliated person, firm, partnership or corporation has participated, is participating, or shall participate in an international boycott in violation of the federal Export Administration Act of 1979 (50 USC App. Sections 2401 et seq.) or regulations thereunder. If such Contractor, or any of the aforesaid affiliates of Contractor, is convicted or is otherwise found to have violated said laws or regulations upon the final determination of the United States Commerce Department or any other appropriate agency of the United States 1103 GP 70-8 subsequent to the Contract's execution, such contract, amendment or modification thereto shall be rendered forfeit and void. The Contractor shall so notify the State Comptroller within five (5) business days of such conviction, determination or disposition of appeal (2 NYCRR 105.4). 9. Set -Off Rights. The State shall have all of its common law and statutory rights of set-off. These rights shall include, but not be limited to, the State's option to withhold for the purposes of set-off any moneys due to the Contractor under this contract up to any amounts due and owing to the State with regard to this contract, any other contract with any State department or agency, including any contract for a term commencing prior to the term of this contract, plus any amounts due and owing to the State for any other reason including, without limitation, tax delinquencies, fee delinquencies or monetary penalties relative thereto. The State shall exercise its set-off rights in accordance with normal State practices including, in cases of set-off pursuant to an audit, the finalization of such audit by the State agency, its representatives, or the State Comptroller. 10. Records. The Contractor shall establish and maintain complete and accurate books, records, documents, accounts and other evidence directly pertinent to performance under this contract (hereinafter, collectively "the Records"). The Records must be kept for the balance of the calendar year in which they were made and for six (6) additional years thereafter. The State Comptroller, the Attorney General and any other person or entity authorized to conduct an examination, as well as the agency or agencies involved in this contract, shall have access to the Records during normal business hours at an office of the Contractor within the State of New York or, if no such office is available, at a mutually agreeable and reasonable venue within the State, for the term specified above for the purposes of inspection, auditing and copying. The State shall take reasonable steps to protect from public disclosure any of the Records which are exempt from disclosure under Section 87 of the Public Officers Law (the "Statute") provided that: (i) the Contractor shall timely inform an appropriate State official, in writing, that said records should not be disclosed; and (ii) said records shall be sufficiently identified; and (iii) designation of said records as exempt under the Statute is reasonable. Nothing contained herein shall diminish, or in any way adversely affect, the State's right to discovery in any pending or future litigation. 11. Identifying Information and Privacy Notification: (a) Federal Employer Identification Number and/or Federal Social Security Number. All invoices or New York State standard vouchers submitted for payment for the sale of goods or services or the lease of real or personal property to a New York State agency must include the payee's identification number, i.e., the seller's or lessor's identification number. The number is either the payee's Federal employee identification number or Federal social security number, or both such numbers when the payee has both such numbers. Failure to include this number or numbers may delay payment. Where the payee does not have such number or numbers, the payee, on his invoice or New York State standard voucher, must give the reason or reasons why the payee does not have such number or numbers. (b) Privacy Notification. (1) The authority to request the above personal information from a seller of goods or services or a lessor of real or personal property, and the authority to maintain such information, is found in Section 5 of the State Tax Law. Disclosure of this information by the seller or lessor to the State is mandatory. The principal purpose for which the information is collected is to enable the State to identify individuals, businesses and others who have been delinquent in filing tax returns or may have understated their tax liabilities and to generally identify persons affected by the taxes administered by the Commissioner of Taxation and Finance. The information will be used for tax administration purposes and for any other purpose authorized by law. (2) The personal information is requested by the purchasing unit of the agency contracting to purchase the goods or services or lease the real or personal property covered by this contract or lease. The information is maintained in New York State's Central Accounting System by the Director of State Accounts, Office of the State Comptroller, AESOB, Albany, New York 1ro3 GP 70-9 1 13. Conflicting Terms. In the event of a conflict between the terms of the contract (including any and all attachments thereto and amendments thereof) and the terms of this Appendix A, the terms of this Appendix A shall control. 14. Governing Law. This contract shall be governed by the laws of the State of New York except where the federal supremacy clause requires otherwise. 15. Late Payment. Timeliness of payment and any interest to be paid to Contractor for late payment shall be governed by Article XI -A of the State Finance Law to the extent required by law. 1/03 GP 70-10 12236. 12. Equal Employment Opportunities For Minorities And Women. In accordance with Section 312 of the Executive Law, if this contract is: (i) a written agreement or purchase order instrument, providing for a total expenditure in excess of $25,000.00, whereby a contracting agency is committed to expend or does expend funds in return for labor, services, supplies, equipment, materials or any combination of the foregoing, to be performed for, or rendered or furnished to the contracting agency; or (ii) a written agreement in excess of $100,000.00 whereby a contracting agency is committed to expend or does expend funds for the acquisition, construction, demolition, replacement, major repair or renovation of real property and improvements thereon; or (iii) a written agreement in excess of $100,000.00 whereby the owner of a State assisted housing project is committed to expend or does expend funds for the acquisition, construction, demolition, replacement, major repair or renovation of real property and improvements thereon for such project, then: (a) The contractor will not discriminate against employees or applicants for employment because of race, creed, color, national origin, sex, age, disability or marital status, and will undertake or continue existing programs of affirmative action to ensure that minority group members and women are afforded equal employment opportunities without discrimination. Affirmative action shall mean recruitment, employment, job assignment, promotion, upgradings, demotion, transfer, layoff, or 1 termination and rates of pay or other forms of compensation; (b) at the request of the contracting agency, the Contractor shall request each employment agency, labor union, or authorized representative of workers with which it has a collective bargaining or other agreement or understanding, to furnish a written statement that such employment agency, labor union or representative will not discriminate on the basis of race, creed, color, national origin, sex, age, disability, or marital status, and that such union or representative will affirmatively cooperate in the implementation of the contractor's obligations herein; and (c) the contractor shall state, in all solicitations or advertisements for employees, that, in the performance of the State contract, all qualified applicants will be afforded equal employment opportunities without discrimination because of race, creed, color, national origin, sex, age, disability, or marital status. Contractor will include the provisions of "a", "b", and "c", above, in every subcontract over $25,000.00 for the construction, demolition, replacement, major repair, renovation, planning or design of real property and improvements thereon (the "Work") except where the Work is for the beneficial use of the contractor. Section 312 does not apply to: (i) work, goods or services unrelated to this contract; or (ii) employment outside New York State; or (iii) banking services, insurance policies or the sale of securities. The State shall consider compliance by a contractor or subcontractor with the requirements of any federal law concerning equal employment opportunity which effectuates the purpose of this section. The contracting agency shall determine whether the imposition of the requirements of the provisions hereof duplicate or conflict with any such federal law and if such duplication or conflict exists, the contracting agency shall waive the applicability of Section 312 to the extent of such duplication or conflict. Contractor will comply with all duly promulgated and lawful rules and regulations of the Governor's Office of Minority and Women's Business Development pertaining hereto. 13. Conflicting Terms. In the event of a conflict between the terms of the contract (including any and all attachments thereto and amendments thereof) and the terms of this Appendix A, the terms of this Appendix A shall control. 14. Governing Law. This contract shall be governed by the laws of the State of New York except where the federal supremacy clause requires otherwise. 15. Late Payment. Timeliness of payment and any interest to be paid to Contractor for late payment shall be governed by Article XI -A of the State Finance Law to the extent required by law. 1/03 GP 70-10 1103 1 i 16. No Arbitration. Disputes involving this contract, including the breach or alleged breach thereof, may not be submitted to binding arbitration (except where statutorily authorized) but must, instead, be heard in a court of competent jurisdiction of the State of New York. 17. Service of Process. In addition to the methods of service allowed by the State Civil Practice Law & Rules ("CPLR"), contractor hereby consents to service of process upon it be registered or certified mail, return receipt request. Service hereunder shall be complete upon contractor's actual receipt of process or upon the State's receipt of the return thereof by the United States Postal Service as refused or undeliverable. Contractor must promptly notify the State, in writing, of each and every change of address to which service of process can be made. Service by the State to the last known address shall be sufficient. Contractor will have thirty (30) calendar days after service hereunder is complete in which to respond. B. Terms and Conditions (Addendum No. 1) 1. The Grantee agrees to incorporate or cause to be incorporated into any contract for construction work, or furnishing of any materials, supplies, or equipment or professional consulting services of any kind in connection with the Project, clauses under which the Contractor: a. Agrees to procure and maintain insurance of the kinds and in the amounts hereinafter provided in Schedule I hereof. b. Agrees that he will comply with the requirements of the State Labor Law and particularly Sections 220 and 220-4 thereof as amended, and as set forth in Appendix A hereof. c. Agrees that during the performance of this contract, the Contractor will not discriminate against any employee or applicant for employment because of race, creed, sex, color or national origin and will comply with the Non -Discrimination provisions set forth in Appendix A hereof. d. Agrees that he will cause all persons employed upon the work including his subcontractors, agents, officers and employees, to comply with all applicable laws in the jurisdiction in which the work is performed. e. Agrees not to assign, transfer, convey, sublet or otherwise dispose of this agreement or any part thereof, or of its right, title or interest therein or its power to execute such agreement to any person, company or corporation without the previous consent in writing of the Grantee and the Commissioner of Transportation. f. Agrees that in accordance with its status as an independent contractor, it will conduct itself with such status that it will neither hold itself out as nor claim to be an officer or employee of the State by reason hereof, and that it will not by reason hereof, make any claim demand of application to or for any right or privilege applicable to an officer or employee of the State, including, but not limited to, Workmen's Compensation coverage, Unemployment Insurance Benefits, Social Security coverage or Retirement membership or Credit. g. Agrees that this agreement may be canceled or terminated by the Grantee if any work under this agreement is in conflict with the provisions of Section 74 of the Public Officers Law. h. Agrees that any patentable result arising out of this Agreement, as well as all information, designs, specification, know-how, data, and findings, shall be made available without cost to the State or its licenses for public use. i. Agrees that for construction work he will furnish a performance bond in an amount at least equal , to 100 percent of this contract price as security for the faithful performance of his contract and also a labor and material bond in an amount equal to 100 percent of his contract price as security for GP 70-11 1 the payment of all persons performing labor on the project under his contract and furnishing materials in connection with his contract. The performance bond and the labor and material bond may be in one or in separate instruments in accordance with law. j . Agrees that the Commissioner and the State Comptroller reserve the right to audit and inspect the 1 work of the contractor and any and all records thereof through representatives of the State, as well as through officers and employees of the State, as they shall determine. k. Agrees that the State shall not be obligated or liable hereunder to any party other than the Grantee. 1. Agrees that if any provision of this Agreement is held invalid, the remainder of this Agreement shall not be affected thereby if such remainder would then continue to conform to the terms and requirements of the applicable law. m. Agrees that by execution of the Agreement the Contractor represents that it has not paid and, also, agrees not to pay, any bonus or commission for the purpose of obtaining an approval of this agreement. n. Agrees that all project documents requiring formal approval by a Federal Agency will be submitted to the Commissioner for his prior approval and forwarding to the Federal Agency for its formal approval. 2. The Grantee agrees to give full opportunity for free, open and competitive bidding for each contract to be let by it calling for construction or the furnishing of any materials, supplies, or equipment to be paid for with Project funds in accordance with the requirements of Section 103 of the General Municipal Law, the State Finance Law and any other applicable State Laws, Regulations or any requirements or opinions of the State comptroller. 3. The Grantee agrees that contracts for professional or consulting services may be negotiated, but they must be in writing and must state the maximum compensation or reimbursement to be paid. Negotiations must be adequately documented to show consultants considered, proposals received, reasons for selecting the proposed consultant, and the unit basis or other detailed explanation in support of the amount of compensation to be paid. 70-22 REQUIRED PROVISIONS FOR FEDERALLY ASSISTED AIRPORT CONSTRUCTION PROJECTS. A. Required Notices For Contracts Over $10,000. (SEE POSTERS AT END OF THIS SECTION.) 1. The following is to be made a part of all solicitations for bids on all federally -assisted construction contracts or subcontracts in excess of $10,000.00. NOTICE OF REQUIREMENT FOR AF BUVIATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246, AS AMENDED) 2. The offeror's or bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 3. The goals for minority and female participation, expressed in percentage terms FOR THE CONTRACTOR'S WORKFORCE on all construction work in a covered area, are as follows: 1 Goals for Minority Participation Goals for Female Participation 5.8% 6.9% a. These goals are applicable to all the Contractor's CONSTRUCTION WORKFORCE (whether or not it is Federal or federally -assisted) performed in the covered area. If the Contractor performs 1/03 GP 70-12 construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its federally involved and non - federally involved construction. b. The Contractor's compliance with the executive order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals established for the geographical area where the contract resulting from this solicitation is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project, for the sole purpose of meeting the Contractor goals shall be a violation of the contract, the executive order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 4. The Contractor shall provide written notification to the Director, OFCCP, within 10 working days of award of any construction subcontract in excess of $10,000.00 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name,address, and telephone number of the Subcontractor, employer identification number, estimated dollar amount of the subcontract, estimated starting and completion dates of the subcontract, and the geographical area in which the contract is to be performed. 5. As used in this notice and in the contract resulting from this solicitation, the "covered area" is Suffolk County, New York. B. Required Notice For Contractors/Subcontractors With 50 or More Employers and Contracts Over $50,000.00. All Contractors and Subcontractors performing on federally -assisted projects are required to file annually (on or before March 31) complete and accurate reports on SF 100 (Employee Information Report, EEO -1) to the Joint Reporting Committee. The first report is due within 30 days after award unless such report was filed within the preceding 12 -month period. Standard Form 100 is normally furnished based on a mailing list, but can be obtained from the Joint Reporting Committee, Post Office Box 779, Norfolk, Virginia 23501. C. Special Provisions Relating to AIP Assisted Construction Projects in Excess of $10,000. During the performance of this contract, the Contractor agrees as follows: The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination, rates of pay or other 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) setting forth the provisions of this nondiscrimination clause. 2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. 3. The Contractor will send, to each labor union or representative of workers with which he has a 1/03 GP 70-13 L� I collective bargaining agreement or other contract or understanding, a notice (to be provided) advising the said labor union or workers' representatives of the Contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 1 4. The Contractor will comply with all provisions of Executive Order 11246, as amended, of September 24, 1965, and the rules, regulations, and relevant orders of the Secretary of Labor. 5. The Contractor will furnish all information and reports required by Executive Order 11246, as amended, of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the Comptroller General of the United States, Department of Transportation, FAA and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. 6. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally -assisted construction contracts in accordance with procedures authorized in Executive Order 11246, as amended, of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246, as amended, of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 1 1/03 GP 70-14 7. The Contractor will include the portion of the sentence immediately preceding Paragraph 1 and the provisions of Paragraphs 1 through 7 in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246, as amended, September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the FAA may direct as a means of enforcing such provisions, including sanctions for noncompliance; provided, however, that in the event a contractor becomes involved in, or is threatened with litigation with a Subcontractor or vendor as a result of such direction by the FAA, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. Contractors and Subcontractors may satisfy the requirements of Paragraph 2 of the referenced EEO clause by complying with any of the following: a) Stating in the Invitations for Bids that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin, or b) Including appropriate insignia in display or other advertising as prescribed by the Department of Labor, or c) Using a single advertisement grouped with other advertisements under a caption which clearly states that all employers in the group assure all qualified applicants will have equal consideration for employment without regard to race, color, religion, sex, or national origin, or d) Using the phrase "an equal opportunity employer" in a single advertisement in clearly distinguishable type. D. Standard Federal Equal Employment Opportunity Construction CONTRACT SPECIFICATIONS (Executive Order 11246, as Amended). The following specifications shall be made a part of all federally -assisted construction contracts or subcontracts over $10,000.00 AND included in all invitations for bids: ' 1. As used in these specifications: 1 1/03 GP 70-14 eros 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the Contractor has a collective bargaining agreement to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, as amended, or the GP 70-15 a. "Covered area" means the geographical area described in the solicitation from which this contract resulted: b. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; "Employer c. identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. "Minority" includes: 1) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); , 2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race); 3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast, Asia, and the Indian Subcontinent, or the Pacific Islands); and 4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the plan area (including goals and timetables) shall be in accordance with that plan for those trades which have unions participating in the plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in Paragraphs 7a through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction Contractors performing construction work in a geographical area where they do not have a Federal or federally -assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any OFCCP office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the Contractor has a collective bargaining agreement to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, as amended, or the GP 70-15 regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure EEO. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain in a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment sources, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the areas which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these ' specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with onsite supervisory personnel such as superintendents, general foremen, etc., prior to the initiation of 1/03 GP 70-16 1 m. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors adherence to and performance under the Contractor's EEO policies and affirmative action obligations. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor -union, contractor -community, or other similar groups of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the contractor's minority and female workforce participation, makes good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The eros GP 70-17 construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organization serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other , training by any recruitment source, the Contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a Contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. 1. Conduct, at least annually, an inventory and evaluation, at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. , m. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors adherence to and performance under the Contractor's EEO policies and affirmative action obligations. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor -union, contractor -community, or other similar groups of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the contractor's minority and female workforce participation, makes good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The eros GP 70-17 Contractor, however, is required to provide EEO and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, the contractor may be in violation of the executive order if a particular group is employed in a substantially disparate number (for example, even though the contractor has achieved its goals for women generally, the contractor may be in violation of the executive order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246, as amended. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and in its implementing regulations, by the OFCCP. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in Paragraph 7 of these specifications so as to achieve maximum results form its efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the executive order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however,to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). E. Title VI of the Civil Rights Act of 1964 Nondiscrimination in Federally -Assisted Programs of The Department of Transportation. During the performance of this contract, the Contractor, for itself, its assigns and successors in interest (hereinafter referred to as the Contractor) agrees as follows: 1. Compliance With Regulations. The Contractor shall comply with the Regulations relative to nondiscrimination in federally -assisted programs of the Department of Transportation (hereinafter, ' DOT) Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereafter, Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. The Contractor, with regard to the work performed by it during the contract, shall ' not discriminate on the grounds of race, color, or national origin in the selection and retention of Subcontractors, including procurements of materials and retention of Subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly eros GP 70-18 or indirectly in the discrimination prohibited by Section 21.5 of the Regulations including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports. The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor of the Federal Aviation Administration to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required 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 sponsor or the FAA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance. In the event of the Contractor's noncompliance with the nondiscrimination provisions of this contract, the sponsor shall impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding of payments to the Contractor under the contract until the Contractor complies, and/or; b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions. The Contractor shall include the provisions of Paragraphs 1 and 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that, in the event a Contractor becomes involved in, or is threatened with, litigation with a Subcontractor or supplier as a result of such direction, the Contractor may request the sponsor to enter into such litigation to protect the interests of the sponsor and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 7. Breach of Contract Terms - Sanctions. Any violation or breach of the terms of this contract on the part of the Contractor/Subcontractor may result in the suspension or termination of this contract or such other action which may be necessary to enforce the rights of the parties of this agreement. F. Standard Requirements for Airport Improvement Program Contracts. The following is required to be included in all federally -assisted construction contracts. AIP Project. The work in this contract is included in AIP Project No. 3-36-0029-09-02 which is being undertaken and accomplished by the Town of Southold in accordance with the terms and conditions of a grant agreement between the Town of Southold, hereinafter referred to as the Sponsor, and the United States, under the Airport and Airway Improvement Act of 1982 (AAIA) (P.L. 97-248, 49 U.S.C. 2201 et seq) and Part 152 of the Federal Aviation Regulations (FAR) (14 CFR Part 152), or its successor regulation, pursuant to which the United States has agreed to pay a certain percentage of that Act. The United States is not a party to this contract and no reference in this contract to the FAA or any representative thereof, or to any rights granted to the FAA or any representative thereof, or the United States, by the contract, makes the United States a party to this contract. 2. Consent to Assignment. The Contractor shall obtain the prior written consent of the sponsor to any proposed assignment of any interest in or part of this contract. 1/03 GP 70-19 ' I. Disadvantaged Business Enterprise Requirements. 1. The Contractor agrees to ensure that disadvantaged business enterprises have the maximum opportunity 1 1/03 GP 70-20 3. Veteran's Preference. In the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to veterans of the Vietnam era and disabled veterans. However, this preference may be given only where the individuals are available and qualified to perform the work to which the employment relates. ' 7. Disadvantaged Business Enterprises. It is the policy of the Department of Transportation that 4. FAA Inspection and Review. The Contractor shall allow any authorized representative of the FAA to inspect and review any work or materials used in the performance of this contract. 5. Inspection Records. The Contractor shall maintain an acceptable cost accounting system. The Sponsor, the FAA, and the Comptroller General of the United States shall have access to any books, documents, ' papers, and records of the Contractor which are directly pertinent to the specific contact for the purpose of making audit, examination, excerpts, and transcriptions. The Contractor shall maintain all required records for three years after the Sponsor makes final payment and all other pending matters are closed. ' I. Disadvantaged Business Enterprise Requirements. 1. The Contractor agrees to ensure that disadvantaged business enterprises have the maximum opportunity 1 1/03 GP 70-20 6. Rights to Inventions - Materials. All rights to inventions and materials generated under this contract are subject to regulations issued by the FAA and the recipient of the Federal grant under which this contract is executed. ' 7. Disadvantaged Business Enterprises. It is the policy of the Department of Transportation that disadvantaged business enterprises shall have the maximum opportunity to participate in the performance of this contract. G. Clean Air and Water Pollution Control Requirements. Contractors and Subcontractors agree for any Contract or Subcontract exceeding $100,000.00: 1. That any facility to be used in the performance of the Contract or to benefit from the contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities. 2. To comply with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations issued thereunder. 3. That as a condition for award of a contract they will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be utilized for performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities. 4. To include or cause to be included in any contract or subcontract which exceeds $100,000.00 the aforementioned criteria and requirements. rH. Bonding/Insurance. The following clauses are to be included in all federally -assisted construction contracts for bids and/or ' contracts in excess of $100,000.00. 1. The Contractor agrees to furnish a performance bond for 100 percent of the contract price. This bond is one that is executed in connection with a contract to secure fulfillment of all Contractor's obligations under such contract. 2. The Contractor agrees to furnish a payment bond for 100 percent of the contract price. This bond is one ' that is executed in connection with a contract to assure payment as required by law of all persons supplying labor and materials in the execution of the work provided for in the contract. ' I. Disadvantaged Business Enterprise Requirements. 1. The Contractor agrees to ensure that disadvantaged business enterprises have the maximum opportunity 1 1/03 GP 70-20 to participate in the performance of subcontracts. In this regard the Contractor shall take all necessary and reasonable steps in accordance with 49 CFR Part 26 to ensure that disadvantaged business enterprises have the maximum opportunity to compete for and perform subcontracts. Contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure of the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. 2. The prime Contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives from the Sponsor. The prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the Sponsor. This clause applies to both DBE and non -DBE subcontractors. 3. The obligation of the bidder/offeror is to make good faith efforts. The bidder/offeror can demonstrate that it has done so either by meeting the contract goal or documenting good faith efforts. Examples of good faith efforts are found in Appendix A to Part 26. Determination whether the bidder/offeror has made a good faith effort will be made by the Sponsor's DBE Liaison Officer. 4. Within 15 days of being informed by the Sponsor that it is not responsible because it has not documented sufficient good faith efforts, a bidder/offeror may request administrative reconsideration. The bidder/offeror should make this request in writing to the Sponsor's designated representative. The reconsideration official will not have played a role in the original determination that the bidder/offeror did not make document sufficient good faith efforts. As part of this reconsideration, the bidder/offeror will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good efforts to do so. The bidder/offeror will have the opportunity to meet in person with the Sponsor's reconsideration official to discuss the issue of whether it met the goal or made adequate good faith efforts to do so. The Sponsor will send the bidder/offeror a written decision on reconsideration, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to do so. The result of the reconsideration process is not administratively appealable to the Department of Transportation. 5. The Sponsor will require the Contractor to make good faith efforts to replace a DBE that is terminated or has otherwise failed to complete its work on a contract with another certified DBE, to the extent needed to meet the contract goal. The Sponsor will require the prime Contractor to notify the DBE Liaison Officer immediately of the DBE's inability or unwillingness to perform and provide reasonable documentation. In this situation, the Sponsor will require the prime Contractor to obtain prior approval of the substitute DBE and to provide copies of new or amended subcontracts, or documentation of good faith efforts. If the Contractor fails or refuses to comply in the time specified, the Sponsor will issue an order stopping all or part of payment/work until satisfactory action has been taken. J. FOREIGN TRADE RESTRICTIONS. Clauses to be Included in all Solicitations, Contracts, and Subcontracts Resulting From Projects Funded Under the AIR 1. The Contractor or Subcontractor, by submission of an offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens or nationals of a foreign country included in the Est of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a Contractor that is a citizen or national of a foreign country on said list, or is owned or controlled directly or 1ro3 GP 70-21 indirectly by one or more citizens or nationals of a foreign country on said list. c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a Contractor or Subcontractor who is unable to certify to the above. If the Contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on the said list for use on the project, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract at no cost to the Government. Further, the Contractor agrees that, if awarded a contract resulting from this solicitation, it will ' incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The Contractor may rely upon the certification of a prospective Subcontractor unless it has knowledge that the certification is erroneous. The Contractor shall provide immediate written notice to the sponsor if the Contractor learns that its certification or that of a Subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Subcontractor agrees to provide immediate written notice to the Contractor, if at any time it learns that its certification was erroneous by reason of changed circumstances. The certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the Contractor or Subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct, through the sponsor, cancellation of the ' contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a Contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the Untied States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. 2. Secretary of Labor Requirements a. Minimum Wages. 1) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act, the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached ' hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section l(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or ' mechanics, subject to the provisions of Paragraph (a)(1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except 1103 GP 70-22 as provided in Subparagraph 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: provided, that the employers payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under Paragraph (a)(1)(h) of this section) and the Davis -Bacon poster (WH -1321) shall be posted at all times by the Contractor and it Subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. a) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: i) Except with respect to helpers as defined in 29 CFR 5.2(n)(4), the work to be performed by the classification requested is not performed by a classification in the wage determination; and ii) The classification is utilized in the area by the construction industry; and iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and iv) With respect to helpers as defined in 29 CFR 5.2(n)(4), such a classification prevails in the area in which the work is performed. b) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. c) In the event the Contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. d) The wage rate (including fringe benefits where appropriate) determined pursuant to Subparagraphs 1)b) or c) of this Paragraph shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. 2) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. 1/03 GP 70-23 1 3) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. ' b. Withholding. The Federal Aviation Administration shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the Contractor under this contract or any other Federal contract with the same prime Contractor, or any other federally -assisted contract subject to Davis -Bacon prevailing wage ' requirements, which is held by the same prime Contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers employed by the Contractor or any subcontractor for the full amount of wages required by the contracts. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the Contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. c. Payrolls and Basic Records. 1) Payrolls and basic records relating thereto shall be maintained by the Contractor, during the ' course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits ' or cash equivalents thereof of the types described in Section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any ' laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section l(b)(2)(CB) of the Davis -Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. 2) a) The Contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the Sponsor. The payrolls submitted shall be set out accurately and completely all of the information required to be maintained under ' Subparagraph 5.5(a)(3)(i) of Regulations, 29 CFR Part 5. This information may be submitted in any form desired. Optional Form WH -347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock No. 029-005- 00014-1, U.S. Government Printing Office, Washington, D.C. 20402. The prime ' Contractor is responsible for the submission of copies of payrolls by all subcontractors. b) The payrolls submitted shall be accompanied by a "Statement of Compliance" signed by ' the Contractor or Subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: 1 1/03 GP 70-24 i) That the payroll for the payroll period contains the information required to be maintained under Subparagraph 5.5(2)(3)(1) of Regulations, 29 CFR Part 5 and that such information is correct and complete; ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR Part 3; iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or case equivalents for the classification of work performed, as specified in the applicable wage determination. c) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by Paragraph (a)(3)(ii)(B) of this section. d) The falsification of any of the above certifications may subject the Contractor or subcontractor to civil or criminal prosecution under Section 1001 of the United States Code. 3) The Contractor or subcontractor shall make the records required under Paragraph (a)(3)(i) of this section available for inspection, copying or transcription by authorized representatives of the Department of Transportation, Federal Aviation Administration, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit the required records or to make them available, the Federal Aviation Administration may, after written notice to the Contractor, sponsor, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. d. Apprentices, Trainees and Helpers. 1) Apprentices will be permitted to work at less than the predetermined rate for the work they perform when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the Contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a Contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a 1/03 GP 70-25 percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed ont he wage determination ' for applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. ' In the event the Bureau of Apprenticeship and Training or a State Apprenticeship Agency recognized by the Bureau, withdraws approval, the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until ' an acceptable program is approved. 2) Trainees, except as provided in 29 CFR 5.16, will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage ' determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program ' shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. 3) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 4) Helpers. Helpers will be permitted to work on a project if the helper classification is specified on an applicable wage determination or is approved pursuant to the conformance procedure set forth in Subparagraph 5.5(a)(1)(ii). The allowable ratio of helpers to journeymen employed by the Contractor or subcontractor on the job site shall not be greater than two helpers for ' every three journeymen (in other words, not more than 40 percent of the total number of journeymen and helpers in each Contractor's or in each subcontractor's own work force employed on the job site). Any worker listed on a payroll at a helper wage rate, who is not a helper as defined in 29 CFR 5.2(n)(4), shall be paid not less than the applicable wage rate on ' the wage determination for classification of work actually performed. In addition, any helper performing work on the job site in excess of the ratio permitted shall be paid not less than the applicable journeyman's (or laborer's, where appropriate) wage rate on the wage determination for the work actually performed. e. Compliance with Copeland Act Requirements. The Contractor shall comply with the requirements 1/03 GP 70-26 1/03 of 29 CFR Part 3, which are incorporated by reference in this contract. f. Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. g. Contract Termination: Debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds clause set forth in Subparagraph 1) of this clause, the Contractor and any subcontractor , for termination of the contract, and for debarment as a Contractor and a subcontractor as provided subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated in 29 CFR 5.12. , h. Compliance with Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Subparagraph 1) of this paragraph, in the sum of $10 for each calendar day for which such Davis -Bacon and related acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by individual was required or permitted to work in excess of the standard workweek of forty ' reference in this contract. , L Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5,6, and 7. Disputes within the meaning of this clause include disputes between the Contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. , j. Certification of Eligibility. 1) By entering into this contract, the Contractor certifies that neither it (nor he or she) nor any ' person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis -Bacon Act of 29 CFR 5.12(A)(1). ' 2) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). 3) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. 3. a. Contract Work Hours and Safety Standards Act. 1) Overtime Requirements. No Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in Subparagraph 1) of this clause, the Contractor and any subcontractor , responsible therefore shaU be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated , damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in Subparagraph 1) of this paragraph, in the sum of $10 for each calendar day for which such individual was required or permitted to work in excess of the standard workweek of forty ' hours without payment of the overtime wages required by the clause set forth in Subparagraph GP 70-27 ' 4) Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in Subparagraph 1) through 4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in Subparagraphs 1) through 4) of this paragraph. b. Contracts Subject Only to Contract Work Hours and Safety Standards Act. 1) The Contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number ' of hours worked, deductions made, and actual wages paid. 2) The records to be maintained under Paragraph 1) above shall be made available by the Contractor or subcontractor for inspection, copying, or transcription by authorized ' representatives of the Department of Transportation, Federal Aviation Administration and the Department of Labor, and the Contractor or subcontractor will permit such representatives to interview employees during working hours on the job. ' 70-23 GENERAL MUNICIPAL LAW AND STATE FINANCE LAW. Operator agrees to comply with the provisions of General Municipal Law Sections 103a and 103b and State Finance Law, Section 139b as enacted by Chapter 605 of the Laws of 1959, effective July 1, 1959, viz: ' A. General Municipal Law, Section 103a. "Ground for cancellation of Contract by Municipal Corporation. A clause shall be inserted in all Specifications or Contracts hereafter made or awarded by a Municipal Corporation or any public department, agency or official thereof, for work or services performed or to be performed, or goods sold or to be sold, to provide that upon the refusal of a person when called before a grand jury to testify concerning any transaction or Contract had with the State, any political subdivision thereof, a public authority or with any public department, agency or official of the State or of any political subdivision thereof or of a public authority to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant questions concerning such transactions or Contract. 1. Such person, and any firm, partnership or corporation of which he is a member, partner, director or officer shall be qualified from thereafter selling to or submitting bids to or receiving awards from or entering into Contracts with any municipal corporation or any public department, agency or official thereof, for goods, work or services, for a period of five (5) years after such refusal, and to provide ' also that, 2. Any or all Contracts made with any municipal corporation or any public department, agency or official ' thereof, since the effective date of this law by such person, and by any firm, partnership or corporation of which he is a member, partner, director or officer may be canceled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, 1ro3 GP 70-28 1) of this clause. ' 3) Withholding for unpaid wages and liquidated damages. The Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the ' Contractor or subcontractor under any such contract or any other Federal contract with the same prime Contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in Subparagraph 2) of this paragraph. ' 4) Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in Subparagraph 1) through 4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in Subparagraphs 1) through 4) of this paragraph. b. Contracts Subject Only to Contract Work Hours and Safety Standards Act. 1) The Contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number ' of hours worked, deductions made, and actual wages paid. 2) The records to be maintained under Paragraph 1) above shall be made available by the Contractor or subcontractor for inspection, copying, or transcription by authorized ' representatives of the Department of Transportation, Federal Aviation Administration and the Department of Labor, and the Contractor or subcontractor will permit such representatives to interview employees during working hours on the job. ' 70-23 GENERAL MUNICIPAL LAW AND STATE FINANCE LAW. Operator agrees to comply with the provisions of General Municipal Law Sections 103a and 103b and State Finance Law, Section 139b as enacted by Chapter 605 of the Laws of 1959, effective July 1, 1959, viz: ' A. General Municipal Law, Section 103a. "Ground for cancellation of Contract by Municipal Corporation. A clause shall be inserted in all Specifications or Contracts hereafter made or awarded by a Municipal Corporation or any public department, agency or official thereof, for work or services performed or to be performed, or goods sold or to be sold, to provide that upon the refusal of a person when called before a grand jury to testify concerning any transaction or Contract had with the State, any political subdivision thereof, a public authority or with any public department, agency or official of the State or of any political subdivision thereof or of a public authority to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant questions concerning such transactions or Contract. 1. Such person, and any firm, partnership or corporation of which he is a member, partner, director or officer shall be qualified from thereafter selling to or submitting bids to or receiving awards from or entering into Contracts with any municipal corporation or any public department, agency or official thereof, for goods, work or services, for a period of five (5) years after such refusal, and to provide ' also that, 2. Any or all Contracts made with any municipal corporation or any public department, agency or official ' thereof, since the effective date of this law by such person, and by any firm, partnership or corporation of which he is a member, partner, director or officer may be canceled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, 1ro3 GP 70-28 C vos GP 70-29 1 but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid." B. General Municipal Law, Section 103b. "Disqualification to Contract with municipal corporation. Any person who, when called before a grand jury to testify concerning any transaction or Contract had with the State, any political subdivision thereof, a public authority, or with a public department, agency or official of the , State or of any public subdivision thereof or of a public authority, refuses to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or Contract, and any firm, partnership or corporation of which he is a member, partner, director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering ' into any Contracts with any municipal corporation or with any public department, agency or official thereof, for goods, work or services, for a period of five (5) years after such refusal. " "Disqualification , C. State Finance Law, Section 139-b. to Contract with State. Any person who when called before a grand jury to testify concerning any transaction or Contract had with the State, any political subdivision thereof, a public authority or with a public department, agency or official of the State or any political subdivision thereof, or a public authority, refuse to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant questions concerning such transaction or Contract and any firm, partnership or corporation of which he is a member, partner, director or officer shall be disqualified from thereafter selling or submitting bids to or receiving awards from or entering.into any Contracts with , the State or any public department, agency or official thereof, for goods, work or services, for a period of five (5) years after such refusal." "Provisions ' of Section 103a and 103b of the General Municipal Law and Section 139b of the State Finance Law as enacted by Chapter 605 of the Laws of 1959 as hereinafter set forth are hereby made a part of these Specifications and any Contract entered into pursuant thereto. It is expressly understood and agreed that any bidder who has violated the provisions of the aforesaid Laws is by refusal to testify or sign a waiver of , immunity or otherwise is disqualified for bidding on these Specifications within the time limited by such sections or by either thereof. It is further understood and agreed that upon the Contractor's failure to testify before a grand jury or otherwise sign a waiver of immunity or answer relevant questions or otherwise as therein provided he shall be subject to the disqualifications, cancellations, terminations or other penalties or provisions therein provided in said sections above referred to and hereafter set forth in full and each and every provision of such sections is and are hereby specifically referred to and made part of this Contract. " ' 70-24 NEW YORK STATE PARTICIPATION. This Contract is subject to the approval of the New York State Commissioner of Transportation and the New York State Comptroller. C vos GP 70-29 1 1 ' NOTICES TO BE POSTED PER THE EEO CLAUSE (POSTER NO. 1) EQUAL EMPLOYMENT OPPORTUNITY IS THE LAW-DISCRIIVIINATION IS PROHIBITED BY THE CIVIL RIGHTS ACT OF 1964 AND BY EXECUTIVE ORDER NO. 11246. TITLE VII OF THE CIVIL RIGHTS ACT OF 1964 - ADMINISTERED BY: THE EQUAL EMPLOYMENT OPPORTUNITY COMMISSION ' Prohibits discrimination because of Race, Color, Religion, Sex, or National Origin by Employers with 75 or more employees by Labor Organizations with a hiring hall of 75 or more members by Employment Agencies and by Joint Labor -Management Committees for Apprenticeship or Training. After July 1, 1957, employers and ' labor organizations with 50 or more employees or members will be covered; after July 1, 1968, those with 25 or more will be covered. ' ANY PERSON WHO BELIEVES HE OR SHE HAS BEEN DISCRIMINATED AGAINST SHOULD CONTACT: THE EQUAL EMPLOYMENT OPPORTUNITY COMMISSION 1800 G STREET, NW, WASHINGTON, D.C. 20506 ' (POSTER NO. 2) EXECUTIVE ORDER NO. 11246 ADMINISTERED BY: ' THE OFFICE OF FEDERAL CONTRACT COMPLIANCE Prohibits discrimination because of Race, Color, Religion, Sex, or National Origin, and requires affirmative action to ensure equality of opportunity in all aspects of employment, by all Federal Government Contractors and Subcontractors, and by Contractors Performing Work Under a Federally -Assisted Construction Contract, regardless of the number of employees in either case. ' ANY PERSON WHO BELIEVES HE OR SHE HAS BEEN DISCRI IINATED AGAINST SHOULD CONTACT: ' THE OFFICE OF FEDERAL CONTRACT COMPLIANCE U.S. DEPARTMENT OF LABOR WASHINGTON, DC 20210 I END OF SECTION 1 1/03 GP 70-30 SECTION 80 PROSECUTION AND PROGRESS 80-01 SUBLETTING OF CONTRACT. The Owner will not recognize any Subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by another designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. Should the Contractor elect to assign his/her Contract, said assignment shall be concurred in by the Surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner. In case of approval, the Contractor shall file copies of all Subcontracts with the Engineer. All Subcontractors shall be approved by the Owner prior to being utilized an the project. The Subcontractor shall submit a Subcontractor Approval Request to the Engineer fourteen (14) days prior to beginning work on the project. As a minimum, the information shall include the following: - Subcontractor's legal company name. - Subcontractor's legal company address, including County name. - Principal contact person's name, telephone and fax number. - Complete narrative description, and dollar value of the work to be performed by the subcontractor. - Copies of required insurance certificates in accordance with the specifications. - Minority/ non -minority status. 80-02 NOTICE TO PROCEED. The Notice To Proceed shall state the date on which it is expected the Contractor will begin the construction and from which date Contract Time will be charged The Contractor shall notify the Engineer at least twenty-four (24) hours in advance of the time actual construction operations will begin. 80-03 PROSECUTION AND PROGRESS. The Contractor's progress schedule will be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the Plans and Specifications within the time set forth in the proposal. Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least three (3) days in advance of resuming operations. The Contractor shall not commence any actual construction prior to the date on which the Notice To Proceed is issued by the Owner. 80-04 LE IITATION OF OPERATIONS. The Contractor shall control his/her operations and the operations of his/her Subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the Air Operations Areas (AOA) of the Airport. When the work requires the Contractor to conduct his/her operations within an AOA of the Airport, the work shall be coordinated with Airport Management (through the Engineer) at least forty-eight (48) hours prior to commencement of such work. The Contractor shall not close an AOA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection titled Barricades, Warning Signs, and Hazard Markings of Section 70. When the Contract work requires the Contractor to work within an AOA of the Airport on an intermittent basis (intermittent opening and closing of the AOA), the Contractor shall maintain constant communications as hereinafter specified; immediately obey all instructions to vacate the AOA; immediately obey all instructions to resume work in such AOA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AOA until the satisfactory conditions are provided. The following AOA cannot be closed 4ro3 GP 80-1 r to operating aircraft to permit the Contractors operations on a continuous basis and will therefore be closed to aircraft operations intermittently as follows: Time Periods Type of Communications AOA Can Be Required When Working Controlling ' AOA Closed In AOA Authority (See Section 80-12, Specific Airport Operating Requirements) ' The Contractor shall not commence new work that would be prejudicial to work already started. 80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the Contract, Plans, and Specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by any Subcontractor who, in the opinion of the Engineer, does not perform his/her work in a proper and skillful manner or is intemperate or disorderly, shall, at the written request of the Engineer, be removed forthwith by the Contractor or Subcontractor employing such person, and shall not be employed again in any I portion of the work without the approval of the Engineer Should the Contractor fail to remove such person or persons or fail to furnish suitable and sufficient personnel for the proper prosecution of the work, the Engineer may suspend the work by written notice until compliance with such orders. All equipment which is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work ' shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the Contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the Contract, Plans, and Specifications. ' When the Contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the Contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a ' full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with Contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work ' produced does not meet Contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the Contract Items involved nor in Contract Time ' as a result of authorizing a change in methods or equipment under this Subsection. 80-06 TEMPORARY SUSPENSION OF THE WORK. The Engineer shall have the authority to suspend the work ' wholly, or in part, for such period or periods as he/she may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the Contract. ' In the event that the Contractor is ordered by the Engineer, in writing, to suspend work for some unforeseen cause not otherwise provided for in the Contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. ' aios GP 80-2 The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his/her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Contractor, or for any other delay provided for in the Contract, Plans, or Specifications. If it should become necessary to suspend work for an indefmite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. He shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures, where necessary, to provide for traffic on, to, or from the Airport. 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or working days allowed for completion of the work shall be stated in the proposal and Contract and shall be known as the Contract Time. Should the Contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: A. Contract Time based on Working Days shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his/her weekly statement of the number of working days charged against the Contract Time during the week and the number of working days currently specified for completion of the Contract (the original Contract Time plus the number of working days, if any, that have been included in approved Change Orders or Supplemental Agreements covering Extra Work). The Engineer shall base his/her weekly statement of Contract time charged on the following considerations: 1. Unless otherwise specified in the subsection 10-48 titled WORKING DAY, no time shall be charged for days on which the Contractor is unable to proceed with work. Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work for reasons not the fault of the Contractor, shall not be charged against the Contract Time. 2. The Engineer will not make charges against the Contract Time prior to the effective date of the Notice To Proceed. 3. The Engineer will begin charges against the Contract Time on the effective date of the Notice To Proceed. 4. The Engineer will not make charges against the Contract Time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. 5. The Contractor will be allowed one (1) week in which to file a written protest setting forth his/her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The Contract Time (stated in the proposal) is based on the originally estimated quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the Contract require performance of work in greater quantities than those estimated in the proposal, the Contract Time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in Contract Time shall not consider either the cost of work or the extension of Contract Time that has been covered by Change Order or Supplemental Agreement and shall be made at the time of final payment. B. Contract Time based on Calendar Days shall consist of the number of calendar days stated in the Contract counting from the effective date of the Notice To Proceed and including all Saturdays, Sundays, holidays, and non -work days. All calendar days elapsing between effective dates of the Engineer's orders to suspend and 4/03 GP 80-3 resume all work, due to causes not the fault of the Contractor, shall be excluded. ' At the time of final payment, the Contract Time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such ' increase in the Contract Time shall not consider either the cost of work or the extension of Contract Time that has been covered by a Change Order or Supplemental Agreement. Charges against the Contract Time will cease as of the date of final acceptance. ' C. When the Contract Time is a specified completion date, it shall be the date on which all Contract work shall be substantially completed. If the Contractor finds it impossible for reasons beyond his/her control to complete the work within the Contract Time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the Contract Time as extended, make a written request to the Engineer for an extension of time setting forth the reasons which he believes will justify the granting of his/her request. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect, the same as though it were the ' original time for completion. If the Contractor is delayed in the completion of the work by any act or neglect of the Owner, or any employee of the ' Owner or by any other Contractor employed by the Owner, or by changes ordered in the work, or by strikes, lockouts, fire, unusual delay by common carriers, unavoidable casualties or any causes beyond the Contractor's control, or by delay authorized by the Engineer, or by any cause which the Engineer shall decide to justify the delay, then the time of completion shall be extended for such reasonable time as the Engineer and Owner may decide. 80-08 FAILURE TO COMPLETE ON TME. For each calendar day or working day, as specified in the Contract, that any part of the work remains uncompleted after the Contract Time (including all extensions and adjustments as ' provided in the subsection titled Determination and Extension of Contract Time of this section), the sum of one thousand dollars ($1,000.00) per day will be deducted from any money due or to become due the Contractor or his/her Surety or both. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages that will be incurred by the Owner should the Contractor fail to complete the work in the time specified in the ' Contract. The damage stipulated above is to be deducted from any monies due the Contractor as liquidated damages for the loss to ' the Owner on account of the expense due to the employment of Engineers and their assistants and to any other expenses after the expiration of completion time set forth by the Engineer. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after ' the date to which the time for completion may have been extended, will in no way operate as a waiver on the part of the Owner of any of its rights under the Contract. ' 80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of his/her Contract and such default will be considered as cause for the Owner to terminate the Contract for any of the following reasons if the Contractor: ' A. Fails to begin the work under the Contract within the time specified in the "Notice To Proceed", or B. Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of ' work in accordance with the terms of the Contract, or C. Performs the work unsuitably or neglects or refuses to remove materials or to perform any such work as may be rejected as unacceptable and unsuitable, or D. Discontinues the prosecution of the work, or 1 aios GP 80-4 E. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or F. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or G. Allows any final judgment to stand against him unsatisfied for a period of ten (10) days, or H. Makes an assignment for the benefit of creditors, or I. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the Contract for any reason hereinbefore, he shall immediately give written notice to the Contractor and the Contractor's Surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the Contract. If the Contractor or Surety, within a period of ten (10) days after such notice, does not proceed in accordance therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the Contract, to take the prosecution of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said Contract according to the terns and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said Contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under Contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the Contract, then the Contractor and the Surety shall be liable and shall pay to the Owner the amount of such excess. 80-10 TERMINATION FOR NATIONAL EMERGENCIES. The Owner shall terminate the Contract or portion thereof by written notice when the Contractor is prevented from proceeding with the Construction Contract as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense. When the Contract, or any portion thereof, is terminated before completion of all items of work in the Contract, payment will be made for the actual number of units or items of work completed at the Contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the Contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the Contract or a portion thereof shall neither relieve the Contractor of his/her responsibilities for the completed work nor shall it relieve his/her Surety of its obligation for and concerning any just claim arising out of the work performed. 80-11 AVIATION SAFETY REQUIREMENTS DURING CONSTRUCTION (SAFETY PLAN) A. GENERAL SAFETY REQUIREMENTS. Throughout the construction project, the following safety and operational practices shall be observed: 1. Operational safety shall be a standing agenda item during progress meetings throughout the construction project. 4/03 GP 80-5 u 1 2. The Contractor and airport operator shall perform onsite inspections throughout the project, with immediate remedy of any deficiencies, whether caused by negligence, oversight, or project scope change. 3. Airport runways and taxiways shall remain in use by aircraft to the maximum extent possible. 4. Aircraft use of areas near the contractor's work will be controlled to minimize disturbance to the Contractor's operation. 5. Contractor, Subcontractor, and supplier employees or any other unauthorized persons shall be restricted from entering or remaining in an airport area that would be hazardous. 6. Construction that is within the safety area of an active runway, taxiway, or apron that is performed under normal operational conditions shall be performed when the runway, taxiway, or apron is closed or use restricted. Construction shall only be initiated with prior permission from the Sponsor. 7. The Sponsor or other designated airport representative may order the contractor to suspend operations; move personnel, equipment, and materials to a safe location; and stand by until aircraft use is completed. 1 The Contractor shall make his/her own estimation of all difficulties to be encountered and shall make allowance for such difficulties in the amounts bid under the several items of the Contract. No requirements of this Contract with respect to any precautions required or omitted shall be deemed to limit or impair any responsibilities or obligations assumed by the Contractor under or in connection with this Contract, and the Contractor shall at all times maintain adequate protection to safeguard the public and all persons engaged in the work and shall take such precautions as will accomplish such end, without undue interference with the public or the operations of the Owner. B. CONSTRUCTION MAINTENANCE AND FACILITIES MAINTENANCE. Before beginning any construction activity, the Contractor shall coordinate give notice of proposed location, time, and date of commencement of construction to the Sponsor. The Sponsor will be responsible for issuing a Notice to Airmen (NOTAM). Upon completion of work and return of all such areas to standard conditions, the Sponsor will cancel all notices issued via the NOTAM System. Throughout the duration of the construction project, the Contractor must: 1. Be aware of and understand the following safety problems and hazards as described in Section 4 of AC 150/5370-2, Operational Safety on Airports During Construction: a. Excavation adjacent to runways, taxiways, and aprons. b. Mounds of earth, construction materials, temporary structures, and other obstacles near any open runway, taxiway, or taxilane; or in the related object -free and aircraft approach or departure areas/zones; or obstructing any sign or marking. c. Runway resurfacing projects resulting in lips exceeding 3 inches (7.62 cm) from pavement edges and ends. ' d. Heavy equipment, stationary or mobile, operating or idle near AOAs, in runway approaches and departure areas, or in OFZs. e. Equipment or material near NAVAIDS that may degrade or impair radiated signals and/or the monitoring of navigational and visual aids. Unauthorized or improper vehicle operations in localizer or glide slope critical areas, resulting in electronic interference and/or facility shutdown. f. Tall and especially relative low -visibility units (i.e., equipment with slim profiles) — cranes, drills, and similar objects — located in critical areas such as OFZs and approach zones. ' 4/03 GP 80-6 4103 g. Improperly positioned or malfunctioning lights or unlighted airport hazards, such as holes or excavations, on any apron, open taxiway, or open taxilane or in a related safety, approach, or departure area. h. Obstacles, loose pavement, trash, and other debris on or near AOAs. Construction debris (gravel, sand, mud, paving materials, etc.) on airport pavements may result in aircraft propeller, turbine engine, or tire damage. Also, loose materials may blow about, potentially causing personal injury or equipment damage. i. Inappropriate or poorly maintained fencing during construction intended to deter human and animal intrusions into the AOA. Fencing and other markings that are inadequate to separate construction areas from open aircraft operating areas create aviation hazards. j. Improper or inadequate marking or lighting of runways (especially thresholds that have been displaced) and taxiways that could cause pilot confusion and provide a potential for a runway incursion. Inadequate or improper methods of marking, barricading, and lighting of temporarily closed portions of AOAs create aviation hazards. k. Wildlife attractants, such as trash (food scraps not collected from construction personnel activity), grass seed, or ponded water on or near airports. 1. Obliterated or faded markings on active operational areas. m. Misleading or malfunctioning obstruction lights. Unlighted or unmarked obstructions in the approach to any open runway pose aviation hazards. n. Failure to coordinate the issuance, update, or cancellation of NOTAMs about airport or runway closures or other construction airport conditions. o. Failure to mark and identify utilities or power cables. Damage to utilities and Power cables during construction activity can result in the loss of runway/taxiway lighting; loss of navigational, visual, or approach aids; disruption of weather reporting services; and/or loss of communications. p. Restrictions on ARFF access from fire stations to the runway -taxiway system or airport buildings. q. Lack of radio communications with construction vehicles in airport movement areas. r. Objects, regardless of whether they are marked or flagged, or activities anywhere on or near an airport that could be distracting, confusing, or alarming to pilots during aircraft operations. s. Water, snow, dirt, debris, or other contaminants, which temporarily obscure or derogate the visibility of runway/taxiway markings, lighting, and pavement edges. Any condition or factor that obscures or diminishes the visibility of areas under construction. t. Spillage from vehicles (gasoline, diesel fuel, oil) on active pavement areas, such as runways, taxiways, aprons, and airport roadways. u. Failure to maintain drainage system integrity during construction (e.g. no temporary drainage provided when working on a drainage system). v. Failure to provide for proper electrical lockout and tagging procedures. At larger airports with multiple maintenance shifts/workers, Contractors should make provisions for coordinating work on circuits. w. Failure to control dust. Consider limiting the amount of area from which the Contractor is allowed to , GP 80-7 r 1 H 1 11 ' 4103 1. Procedures for Protecting Runway Edges. a. Ensure no construction activity occurs closer to runway centerline than that shown in the table below: Aircraft Airplane strip turf. Runway x. Exposed wiring that creates an electrocution or fire ignition hazard. Identify and secure wiring and Design place it in conduit or bury it. y. Site burning, which can derogate visibility. Group z. Construction work taking place outside of designated work areas and out of phase. 7-25 B I 2. Conduct activities so as not to violate any safety standards contained in AC 150/5370-2 or any of the 12-30 references therein. I 3. Inspect all construction and storage areas as often as necessary to be aware of conditions. 4. Promptly take all actions necessary to prevent or remedy any unsafe or potentially unsafe conditions as soon as they are discovered. C. APPROACH CLEARANCE TO RUNWAYS. Runway thresholds must provide an unobstructed approach surface ratio over equipment and materials as defined herein. �I D. RUNWAY AND TAXIWAY SAFETY AREA (RSA and TSA). Limit construction to outside of the RSA, unless the runway is closed or restricted to aircraft operations requiring a lesser standard RSA that is equal to the RSA available. Refer to the Tables below and Section 80-12, "Specific Airport Operating Requirements" for more specific guidance. Construction activity within the TSA/Obstacle Free Zone (OFZ) is permissible when the taxiway is open to aircraft traffic if adequate wingtip clearance exists between the aircraft and equipment/material; excavations, trenches or other conditions are conspicuously marked and lighted; and local NOTAMs are in effect for the activity. The NOTAM should state that, "Personnel and equipment are working adjacent to Taxiway 1 H 1 11 ' 4103 1. Procedures for Protecting Runway Edges. a. Ensure no construction activity occurs closer to runway centerline than that shown in the table below: b. Prevent personnel, material, and/or equipment, as defined in AC 150/5300-13, Paragraph -306, from penetrating the OFZ. c. Coordinate construction activity with the Airport Traffic Control Tower (ATCT), FAA Regional Airports Office or Airports District Office, and through the Sponsor issued NOTAM. 2. Procedures for Protecting Runway Ends. a. Maintain the RSA from the runway threshold to a point at least the distance from the runway threshold as existed before construction activity, unless the runway is closed or restricted to aircraft operations requiring a RSA that is equal to the RSA length available during construction in accordance with AC 150/5300-13. This may involve the use of declared distances and partial runway closures. The following table shows the distance from each runway threshold to the allowable construction limit. GP 80-8 Aircraft Airplane Distance from R/W Runway Approach Design Centerline to Limit Cate o Group Construction 7-25 B I 125 feet 12-30 B I 125 feet b. Prevent personnel, material, and/or equipment, as defined in AC 150/5300-13, Paragraph -306, from penetrating the OFZ. c. Coordinate construction activity with the Airport Traffic Control Tower (ATCT), FAA Regional Airports Office or Airports District Office, and through the Sponsor issued NOTAM. 2. Procedures for Protecting Runway Ends. a. Maintain the RSA from the runway threshold to a point at least the distance from the runway threshold as existed before construction activity, unless the runway is closed or restricted to aircraft operations requiring a RSA that is equal to the RSA length available during construction in accordance with AC 150/5300-13. This may involve the use of declared distances and partial runway closures. The following table shows the distance from each runway threshold to the allowable construction limit. GP 80-8 b. Ensure all personnel, materials, and/or equipment are clear of the applicable threshold siting criteria surface as defined in the Appendix 2, "Threshold Siting Requirements," of AC 150/5370-2. c. Prevent personnel, material, and/or equipment, as defined in AC 150/5300-13, from penetrating the OFZ. d. Ensure adequate distance for blast protection is provided, as needed. e. Coordinate construction activity with the ATCT, FAA Regional Airports Office or Airport District Office, and through the Sponsor issued NOTAM. E. MARKING AND LIGHTING FOR TEMPORARY THRESHOLDS. Marking and lighting for a temporary threshold is not required. F. CLOSED RUNWAY MARKINGS AND LIGHTING. Closed runway markings are required. Closed runway markings shall be as shown on the Plans as furnished by the Contractor. Barricades, flagging, and flashers are required at the locations and times described in Section 80-12 and shall be supplied by the Contractor. G. HAZARDOUS AREA MARKING AND LIGHTING. Hazardous areas on the movement area shall be marked with barricades, traffic cones, flags or flashers. These markings restrict access and make hazards obvious to aircraft, personnel, and vehicles. During periods of low visibility and at night, hazardous areas shall be identified with red omni -directional flashing lights. The hazardous area marking and lighting shall be supplied by the Contractor, as specified in the Contract and shown on the Plans. H. TEMPORARY LIGHTING AND MARKING. Airport markings, lighting, and/or signs shall be altered as described in Section 80-12 and as shown on the plans. I. VEHICLE/EQUIPMENT OPERATION MARKING AND CONTROL. 1. When any vehicle or piece of equipment, other than one that has prior approval from the Sponsor, must travel over any portion of an aircraft movement area, it shall be escorted and properly identified. To operate in the aforementioned areas during daylight hours, the vehicle shall have a flag on a staff, or beacon attached to the vehicle. The flag shall not be less than three (3) feet square consisting of a checkered pattern of international orange and white squares of not less than one (1) foot on each side and displayed in full view above the vehicle. Any vehicle operating on the movement areas during hours of darkness or reduced visibility shall be equipped with a flashing dome type light, the color of which shall be in accordance with Sponsor requirements and local or state codes. 2. If required by the Sponsor, each vehicle shall be assigned initials or numbers that are prominently displayed on each side of the vehicle. The identification symbols shall be at minimum 8 -inch (20cm), block -type characters of a contrasting color, and easy to read. They may be applied either by using tape or a water - 4/03 GP 80-9 l 11 1 rd 1 t Aircraft Airplane Minimum Safety Minimum Unobstructed Runway Approach Design Area Behind Approach Slope End Category Group Threshold 7,25 B I 240 feet 20:1 to 200 feet behind 12,30 threshold b. Ensure all personnel, materials, and/or equipment are clear of the applicable threshold siting criteria surface as defined in the Appendix 2, "Threshold Siting Requirements," of AC 150/5370-2. c. Prevent personnel, material, and/or equipment, as defined in AC 150/5300-13, from penetrating the OFZ. d. Ensure adequate distance for blast protection is provided, as needed. e. Coordinate construction activity with the ATCT, FAA Regional Airports Office or Airport District Office, and through the Sponsor issued NOTAM. E. MARKING AND LIGHTING FOR TEMPORARY THRESHOLDS. Marking and lighting for a temporary threshold is not required. F. CLOSED RUNWAY MARKINGS AND LIGHTING. Closed runway markings are required. Closed runway markings shall be as shown on the Plans as furnished by the Contractor. Barricades, flagging, and flashers are required at the locations and times described in Section 80-12 and shall be supplied by the Contractor. G. HAZARDOUS AREA MARKING AND LIGHTING. Hazardous areas on the movement area shall be marked with barricades, traffic cones, flags or flashers. These markings restrict access and make hazards obvious to aircraft, personnel, and vehicles. During periods of low visibility and at night, hazardous areas shall be identified with red omni -directional flashing lights. The hazardous area marking and lighting shall be supplied by the Contractor, as specified in the Contract and shown on the Plans. H. TEMPORARY LIGHTING AND MARKING. Airport markings, lighting, and/or signs shall be altered as described in Section 80-12 and as shown on the plans. I. VEHICLE/EQUIPMENT OPERATION MARKING AND CONTROL. 1. When any vehicle or piece of equipment, other than one that has prior approval from the Sponsor, must travel over any portion of an aircraft movement area, it shall be escorted and properly identified. To operate in the aforementioned areas during daylight hours, the vehicle shall have a flag on a staff, or beacon attached to the vehicle. The flag shall not be less than three (3) feet square consisting of a checkered pattern of international orange and white squares of not less than one (1) foot on each side and displayed in full view above the vehicle. Any vehicle operating on the movement areas during hours of darkness or reduced visibility shall be equipped with a flashing dome type light, the color of which shall be in accordance with Sponsor requirements and local or state codes. 2. If required by the Sponsor, each vehicle shall be assigned initials or numbers that are prominently displayed on each side of the vehicle. The identification symbols shall be at minimum 8 -inch (20cm), block -type characters of a contrasting color, and easy to read. They may be applied either by using tape or a water - 4/03 GP 80-9 l 11 1 rd 1 t L. RADIO COMMUNICATIONS. Two-way radio communications are required between Contractors and Airport Aeronautical Advisory Stations (UNICOM/CTAF). Vehicular traffic located in or crossing an active movement area shall have a working two-way radio in contact with and monitoring Airport Aeronautical advisory Stations (UNICOM/CTAF) frequency 122.80 Mhz. The driver, through personal observation, shall confirm that no aircraft is approaching the vehicle position. Construction personnel may operate in a movement area without two-way radio communication provided a NOTAM is issued closing the area and that the area is properly marked to prevent incursions. Before commencing work on the airfield, the Contractor shall obtain and be equipped with one (1) radio transceiver. The transceiver shall be an ICOM Al, ICOM America, Inc., or equal. Radio shall come equipped with a standard 1 120V wall charger and a 12V (cigarette lighter) charger. When the Contractor has completed work on the project and before the Project is accepted by the Owner, the transceiver shall become the property of the Fishers Island Ferry District and shall be furnished, in good working condition, to Thomas Doherty. The Contractor shall include r4,03 GP 80-10 soluble paint to facilitate removal. Magnetic signs are also acceptable. In addition, all vehicles must display identification media as specified in the approved security plan. 3. Employee parking shall be located in an area designated by the Sponsor during construction. 4. Access to the job site shall be via the ferry service from Groton, CT, as shown on the Plans or as otherwise designated by the Sponsor during construction. 5_ At 14 CFR part 139 certificated and towered airports, all vehicle operators having access to the movement 1 area shall be familiar with airport procedures for the operation of ground vehicles and the consequences of non-compliance. 6. If the airport is certificated under 14 CFR part 139 and/or has a security plan, the Contractor shall be required to follow guidance on the additional identification and control of construction equipment. J. NAVIGATIONAL AIDS. The contractor shall not conduct any construction activity within navigational aids' restricted areas without prior approval from the local FAA Airway Facilities sector representative. Navigational aids include instrument landing system components such as localizers, glide slopes, and approach lighting; very high -frequency omni -directional range, and airport surveillance radar. Such restricted areas are depicted on the Plans. K. LIlvIITATIONS ON CONSTRUCTION. Additional limitations on construction shall include: 1. Open -flame welding or torch cutting operations shall be prohibited unless adequate fire safety precautions are provided and these operations have been authorized by the Engineer. 2. Prominently mark open trenches, excavations, and stockpiled materials at the construction site and light these obstacles during hours of restricted visibility and darkness. 3. Mark and light closed, deceptive, and hazardous areas on airports. 4. Constrain stockpiled material to prevent its movement as a result of the maximum anticipated aircraft blast and forecasted wind conditions. 5. Open trenches or excavations exceeding 6 inches in depth and 6 inches in width or stockpiled material will shall be prohibited within the limits of Runway and Taxiway Safety Areas of operational runways or taxiways. Coverings for open trenches or excavations shall be of sufficient strength to support the weight of the heaviest aircraft operating on the runway or taxiway. L. RADIO COMMUNICATIONS. Two-way radio communications are required between Contractors and Airport Aeronautical Advisory Stations (UNICOM/CTAF). Vehicular traffic located in or crossing an active movement area shall have a working two-way radio in contact with and monitoring Airport Aeronautical advisory Stations (UNICOM/CTAF) frequency 122.80 Mhz. The driver, through personal observation, shall confirm that no aircraft is approaching the vehicle position. Construction personnel may operate in a movement area without two-way radio communication provided a NOTAM is issued closing the area and that the area is properly marked to prevent incursions. Before commencing work on the airfield, the Contractor shall obtain and be equipped with one (1) radio transceiver. The transceiver shall be an ICOM Al, ICOM America, Inc., or equal. Radio shall come equipped with a standard 1 120V wall charger and a 12V (cigarette lighter) charger. When the Contractor has completed work on the project and before the Project is accepted by the Owner, the transceiver shall become the property of the Fishers Island Ferry District and shall be furnished, in good working condition, to Thomas Doherty. The Contractor shall include r4,03 GP 80-10 1 1 the cost for obtaining, maintaining and furnishing the transceiver to the Owner under the various pay items in the proposal. M. DEBRIS. Waste and loose material must not be placed in active movement areas. Materials tracked onto these areas shall be removed continuously during the work of this Project. N. ACCIDENTS The Contractor shall provide at the site such equipment and medical facilities as are necessary to supply first aid service to anyone who may be injured in connection with the work. The Contractor must promptly report in writing to the Resident Engineer all accidents whatsoever arising out of, or in connection with, the performance for the work, whether on or adjacent to the site which caused death, personal injury or property damages, giving full details and statements of witnesses. In addition, if death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to both the Engineer and the Owner. If any claim is made by anyone against the Contractor or any Subcontractor on account of any accident, the Contractor shall promptly report the facts in writing to the Resident Engineer giving full details of the claims. 80-12 SPECIFIC AIRPORT OPERATING REQUIREMENTS. During the work under this project, the Owner will make such arrangements to coordinate aircraft movements and Airport operations as necessary to conform to the construction procedures as outlined below. The Contractor shall give adequate notice to the Resident Engineer, so as to afford time to coordinate construction with the Owner. No work shall proceed in any area without prior approval. A. Work Areas. The work of the project has been divided into two (2) areas in order to coordinate construction in a way that will minimize interference with Airport operations: Work Area "A": Includes all work to be performed outside the boundaries of the Runway 7-25 construction limit as shown on sheet no. 2 of the contract drawings. Work Area "B": Includes all work to be performed inside the boundaries of the Runway 7-25 construction limit as shown on sheet no. 2 of the contract drawings. I B. Construction and Operating Requirements. Work Area "A": Work in this area may be completed first or second. Work Area "B": Work in this area may be completed first or second. During work in area `B", Runway 7-25 shall be closed for takeoffs and landings. However, it must be useable by aircraft for taxi operations to Runway 12-30. The owner will be responsible for issuing proper NOTAMS. The Contractor is responsible for providing and maintaining temporary closed runway markings and shall minimize working days in this area. NOTES: 1. The Contractor is responsible to provide and maintain barricades and disconnect and maintain runway lighting in all work areas during runway closure periods as shown on Sheet No. 2 of the contract drawings or as approved by the owner and engineer. 2. Access to the airport shall be via public roads. The Contractor is responsible for following all state and local laws regarding vehicle weight, type, etc. 3. The Contractor shall be required to contact Capt. Mark Ester (203) 442-0165 regarding any and all marine operations in, around, or adjacent to lands owned by the Fishers Island Ferry District. Any consideration of utilizing any of the existing wharfs on Fishers Island shall be coordinated with and approved by Capt. Mark. Ester. 4. Should the Contractor elect to construct a temporary on-site asphalt plant, the Contractor shall be responsible for obtaining any and all required permits. , 4/03 GP 80-11 1 1 5. Work on this project shall not commence until after September 7t', 2004. C. Supplemental Requirements. 1. Maintenance of Airport Lighting: All existing airfield lighting circuits shall be maintained in full operation throughout the period of this Contract. Where disconnections are required, such work shall be scheduled at such times and in such a manner as approved by the Owner. The Contractor shall be required to permit the full use of airfield lighting circuits on open movement areas during night operations and during periods of low visibility. The Contractor shall provide such temporary lights and cables as required to maintain full use of existing airfield lighting circuits. All circuits in the vicinity of the work area shall be tested prior to, during and after construction as follows. The Contractor shall furnish all necessary equipment and appliances for testing the underground cable circuits as specified below. The test equipment for insulation resistance shall be an insulation resistance tester with a digital readout. The instrument shall provide a 500 volt test voltage for insulation resistance with a meter range of 0 to 500 megohms. The Contractor shall test, demonstrate and record to the satisfaction of the Engineer the following: a. Test Requirements Prior to Construction. 1 Test all circuits within the work area for continuity and insulation resistance to ground, at the () ty �' , electrical building, in the presence of the Engineer and the Owner. (2) Provide a copy of the test results to the Engineer and the Owner. 1 4/03 GP 80-12 (3) Check that all circuits are properly connected in accordance with applicable wiring diagrams. b. Test Requirements During Construction. �( (1) Test all circuits within the work area for continuity and insulation resistance to ground at the electrical building, prior to energizing any circuit. (2) Insure that all circuits within the work area are operational, prior to the Contractor leaving the project at the end of the work day. Specific times for circuit checks will be determined by the Engineer relative to the Contractor's work hours each day. (3) Segment test new non -grounded series circuits during installation. Length of cable segment tested shall not have more than five (5) splices, light units and/or electrical equipment between the ends being tested. Insulation resistance to ground shall be greater than 500 megohms. (4) That the insulation resistance to ground of each segment of new non -grounded conductors of multiple conductor circuits is not less than 500 megohms. (5) That all circuits are properly connected in accordance with applicable wiring diagrams. (6) The Contractor shall test all circuits within the work area for continuity after backfilling cable trenches. The reading shall be logged and provided to the Engineer prior to payment of cable items. Circuit testing during construction shall be as directed and witnessed by the Engineer when the Contractor is working on existing circuitry or excavating adjacent to or near existing circuitry. Circuit testing during construction will not be required during the times when the Contractor's operations do not effect existing airfield lighting circuitry. It is the intent of this section to ensure that airfield lighting circuitry remains operational throughout the duration of the Contract. (7) Provide a copy of all test results to Engineer and Owner on a daily basis. 1 4/03 GP 80-12 4/03 L c. Test Requirements at the Completion of the Project. The Contractor shall test and demonstrate to the satisfaction of the Engineer the following: (1) Test all circuits within the work area for continuity and insulation resistance to ground, at the electrical building, in the presence of the Engineer and the Owner. (2) That all original lighting power and control circuits are continuous and insulation resistance to ground is not lower than before construction. (3) That the insulation resistance to ground of all new non -grounded series circuits tested at their termination is not less than 150 megohms. (4) That the insulation resistance to ground of all new non -grounded conductors of multiple conductor circuits at their termination is not less than 150 megohms. (5) That all circuits are properly connected in accordance with applicable wiring diagrams. (6) That all circuits are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than 1/2 hour. (7) That the counterpoise or ground rod resistance is 25 ohms or less. 1 (8) Provide the Owner and the Engineer copies of all test results. 2. Spoil and Disposal Areas: Spoil shall be disposed of in accordance with the Airport Authorities unless otherwise shown or specified. The Contractor shall submit the "Spoils Deposition Release Form" for any spoils which are transported from the project site. A copy of the form can be found at the end of this section. t!; 3. Site for Contractor's Plant: A staging area, as indicated on the Contract Drawings, will be provided where the Contractor may set up a field office and store equipment and materials. The Contractor shall make his own arrangements for, and bear all costs of required utilities. The Contractor shall use and maintain the site in accordance with requirements of the Owner. Upon completion of work, the Contractor's staging area shall be removed and the area cleaned and restored to original or better condition. 4. Storage and Movement of Material and Equipment: The Contractor shall store material and equipment and schedule his operations for work to be done so that no unauthorized interference to normal Airport operations will result therefrom. Construction operations shall not be conducted in a manner to cause interference with Airport Operations. No Contractors vehicle or pedestrian crossing of active runways or taxiways will be allowed at any time during the work of this Contract, unless otherwise specified. No deviation from the pedestrian and vehicle routes to and from the Project Areas will be allowed unless specific permission has been granted by the Owner. The Owner shall at all times have control of operations on or near active runways, taxiways and aprons. All operations shall be subject to coordination by the Contractor with the Resident Engineer for controlling traffic. Paved surfaces shall be kept clear at all times and specifically must be kept free from small stones which might cause damage to aircraft. Prior to opening any area to traffic, the pavement surface shall be thoroughly cleaned of all debris and the Contractor's equipment removed from the area as directed by the Resident Engineer. 5. Contractor's Haul Routes: The Contractor shall clear, construct and maintain haul routes as required for the GP 80-13 1 F prosecution of the work. The haul routes shall only be in the locations approved by the Engineer and the Owner. The Contractor shall be responsible for maintaining existing haul routes. At the completion of the project, these areas shall be returned to their original lines and grades and shall be restored to a condition equal to or better than original. 6. Night Work. Work after sunset will not be permitted except as provided by the special requirements of Section 80-12, SPECIFIC AIRPORT OPERATING REQUIREMENTS. Where work on this Contract is required to be done after sunset, such work shall be included in the prices bid, and no extra compensation will be allowed therefore. D. Scheduling. A minimum of one scheduling and coordination meeting shall be held each week unless otherwise directed by the Resident Engineer, throughout the duration of the Contract, between the Owner, Contractor, Engineer and any other interested parties at a time and place to be designated by the Resident Engineer. In attendance at this meeting shall be a Contractor's representative with the authority to make decisions concerning the scheduling and coordination of work and Airport operating problems. The Contractor shall submit a coordinated construction schedule for all work activities ten (10) days prior to the start of construction. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), PERT, or other format, or as otherwise specified in the contract for each work area. As a minimum, it shall provide information on the sequence of work activities, start and end dates for each work area, milestone dates, and activity duration. The schedule should also include overall project start and end dates. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a bi-weekly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. E. Security Requirements. In general, security in the construction area is the responsibility of the Contractor. The Contractor shall be required to maintain security and comply with the Transportation Security Administration Security Rules and Regulations throughout the duration of the project. The Contractor and the Surety shall indemnify and save harmless the Owner, Engineer and third party or political subdivision from any and all breaches of security and shall indemnify the Owner for any fines, expenses and damages which it may be obliged to pay by reason of any breach of security resulting from the Contractor's actions at any time during the prosecution of the work. Such breaches of security are subject to fines by the Transportation Security Administration of up to ten thousand dollars ($10,000) per incident. F. Payment. Payment for the items described in Sections 80-11 and 80-12, including but not limited to scheduling; providing flag people; construction, maintenance and removal of temporary access roads and staging areas; providing, placing, relocating, maintaining and removing temporary barricades; providing and placing permanent barricades; protection of aircraft and vehicular traffic; installation, maintenance and removal of temporary airfield markings; maintenance of airport lighting circuits; installation, maintenance, and removal of temporary wiring and airfield lighting facilities; cleaning of paved surfaces; restoration of surfaces disturbed as a result of the Contractor's operations; providing, maintaining, and removing warning signs, hazard markings, barricade lights; providing, maintaining, and removing temporary access gates; providing padlocks for access gates; providing a guard at access gates; and all security requirements shall be included under Special Provisions .Item M-100, Maintenance and Protection of Traffic. aios GP 80-14 SPOILS DEPOSITION RELEASE FORM To: Town of Southold (SPONSOR), and C&S Eneineers. Inc.. 499 Col. Eileen Collins Boulevard. Syracuse. N.Y. 13212 (CONSULTANT). Project: Apron and Access Taxiway This SPOILS DEPOSITION RELEASE FORM is being forwarded to the above referenced SPONSOR and CONSULTANT to satisfy the Contract Documents governing the above referenced project. Pursuant to the Contract Documents, LANDOWNER has granted permission to CONTRACTOR to deposit spoils at LANDOWNER'S property located at (give specific location). Further, CONTRACTOR hereby agrees to the greatest extent of the law, to release, indemnify, hold harmless, and defend the SPONSOR and CONSULTANT from any and all damage, liability, or cost (including reasonable attorney's fees and cost of defense) to the extent caused by or arising out of the deposition of the spoils on LANDOWNER'S property. CONTRACTOR: LANDOWNER: Signature Written Name & Title Company Name Mailing Address (Street Name and Number) City, State, Zip Code Daytime Phone Number (Include Area Code) Date Signature Written Name & Title Company Name Mailing Address (Street Name and Number) City, State, Zip Code Daytime Phone Number (Include Area Code) Date END OF SECTION 4/03 GP 80-15 t 1 1 SPOILS DEPOSITION RELEASE FORM To: Town of Southold (SPONSOR), and C&S Engineers. Inc.. 499 Col. Eileen Collins Boulevard Syracuse N.Y. 13212 (CONSULTANT). Project: Apron and Access Taxiway This SPOILS DEPOSITION RELEASE FORM is being forwarded to the above referenced SPONSOR and CONSULTANT to satisfy the Contract Documents governing the above referenced project. Pursuant to the Contract Documents, LANDOWNER has granted permission to CONTRACTOR to deposit spoils at LANDOWNER'S property located at (give specific location). Further, CONTRACTOR hereby agrees to the greatest extent of the law, to release, indemnify, hold harmless, and defend the SPONSOR and CONSULTANT from any and all damage, liability, or cost (including reasonable attorney's fees and cost of defense) to the extent caused by or arising out of the deposition of the spoils on LANDOWNER'S property. CONTRACTOR: LANDOWNER: Signature Written Name & Title Company Name Mailing Address (Street Name and Number) City, State, Zip Code Daytime Phone Number (Include Area Code) Date 4/03 Signature Written Name & Title Company Name Mailing Address (Street Name and Number) City, State, Zip Code Daytime Phone Number (Include Area Code) Date END OF SECTION GP 80-16 1 SECTION 90 MEASUREMENT AND PAYMENT 90-01 MEASUREMENT OF QUANTITIES. All work completed under the Contract will be measured by the Engineer, or his/her authorized representatives, using United States Customary Units of Measurement. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the Contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of nine (9) square feet or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the Plans I� or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the Plans or as altered to fit field conditions. Unless otherwise specified, all Contract Items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inches. The term "ton" will mean the short ton consisting of two thousand (2,000) pounds avoirdupois. All materials which are measured or proportioned by weights shall be weighed on accurate, approved scales by competent qualified personnel at locations designated by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material be paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable to the Engineer, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard may be weighed and such weights will be converted to cubic yards for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon or ton. When measured by volume, such volumes will be measured at 60°F or will be corrected to the volume at 60°F using ASTM D-1250 for asphalts or ASTM D-633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction 1/98 GP 90-1 i for loss or foaming, may be used for computing quantities. Cement will be measured by the ton or hundredweight. Timber will be measured by the thousand feet board measure (MFBM) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the Contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the Change Order or Supplemental Agreement authorizing such force account work as provided in the Subsection entitled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gauge, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited Specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected. and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within one-half percent (.5%) of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one-tenth of one percent (.1 %) of the nominal rated capacity of the scale, but not less than one (1) pound. The use of spring balances will not be permitted. Beams, dials, platforms and other scale equipment shall be so arranged that the operator and inspector can safely and conveniently view them. Scale installations shall have available, ten (10) standard fifty (50) pound weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales "overweighing" (indicating more than correct weight) will not be permitted to operate and all materials received subsequent to the last previous correct weighing accuracy test will be reduced by the percentage of error in excess of one-half of one percent (.5%). In the event inspection reveals the scales have been "underweighing" (indicating less than correct weight) they shall be adjusted and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit Contract prices for the various items of the project. LWhen the estimated quantities for a specific portion of the work are designated as the pay quantities in the Contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the vsa GP 90-2 1 dimensions of said portions of the work shown on the Plans are revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided for in the Contract as full payment for furnishing all materials, for performing all work under the Contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the prosecution thereof, subject to the provisions of the Subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "basis of payment" subsection of a technical Specification requires that the Contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other Contract Item which may appear elsewhere in the Contract, Plans, or Specifications. 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as Contract Items are concerned, payment at the original Contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the Contract Items, or from any other cause. 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order non-performance) any Contract Item, except major Contract Items, in the best interest of the Owner. Should the Engineer omit or order non-performance of a Contract Item or portion of such item from the work, the Contractor shall accept payment in full at the Contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or non -perform such Contract Item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted Contract Item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted Contract Item and shall be supported by certified statements by the Contractor as to the nature and amount of such costs. 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. A. Agreed Price. Extra work performed in accordance with the subsection titled EXTRA WORK of Section 40 will be paid for at the Contract prices or agreed prices specified in the Change Order or Supplemental Agreement authorizing such extra work. If the work is to be paid under agreed prices, the prices shall be based upon the Contractor's price analysis of the cost of the work. This price analysis shall be provided by the Contractor and shall be based upon the Contractor's estimated breakdown of his/her cost for the work, including all charges based upon the items as listed in this subsection under "Force Account Work". Lump sum costs for work, without accompanying detailed price analyses, will not be acceptable. Forms intended to aid the Contractor in compiling price analyses are available from the Engineer upon request. B. Force Account Work. When the Change Order or Supplemental Agreement authorizing extra work requires that it be done by force account, such force account shall be measured and paid for based on expended labor, equipment, and materials, plus an allowance for overhead and profit. I. Miscellaneous. No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no specific allowance is herein provided. vss GP 90-3 1 For Contractor self -owned equipment, the maximum rate paid for equipment will be determined based upon the following factors. The base hourly rates shall be the daily rate as listed in the current Rental Rates for Construc- tion Equipment prepared by Associated Equipment Distributors divided by eight (8). Where no daily rate is listed, the daily rate will be determined by dividing the monthly rate by 10. The first 20 hours will be paid at 90% of the above base hourly rate. For 21 to 40 hours, the rate will be 80% of the above base hourly rate. For over 40 hours, the rate will be 45 % of the above base hourly rate. The number of hours to be paid for shall be the number of hours that the equipment or plant is actually used on a specified force account job. For rented equipment, such equipment will be paid for based upon rental cost as approved by the Engineer. Invoices showing rental charges must be submitted to the Engineer for such payment. For use of all equipment, when, in the opinion of the Contractor and as approved by the Engineer, suitable equipment is not available on the site, the movement of required equipment to and from the site will be paid for at actual cost. 1 Equipment to be used by the Contractor shall be specifically described and be of suitable size and suitable capacity required for the work to be performed. In the event the Contractor elects to use equipment of a higher rental value than that suitable for the work, payment will be made at the rate applicable to the suitable equipment. The equipment actually used and the suitable equipment paid for will be recorded as part of the record for force account work. The Engineer shall determine the suitability of the equipment. If there is a differential in the rate of pay of the operator of oversize or higher rate equipment, the rate paid for the operator will likewise be that for the suitable equipment. In the event that a rate is not established in the Associated Equipment Distributors Rental Rates for a particular piece of equipment or plant, the Owner shall establish a rate for that piece of equipment or plant that is consistent with its cost and use. C. Quantities of materials, prices, and extensions. d. Transportation of materials to the site. ��s GP 90-4 2. Comparison of Record. The Contractor and the Engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the Contractor and Engineer or their duly authorized representatives. 3. Statement. No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: a. Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman, including supplemental benefits, payroll taxes, insurance premiums and other reasonable charges that are paid by the Contractor pursuant to existing written agreements with employees and/or labor organizations. b. Designation, dates, daily hours, total hours, rate, and extension for each unit of machinery and equipment. For Contractor self -owned equipment, the maximum rate paid for equipment will be determined based upon the following factors. The base hourly rates shall be the daily rate as listed in the current Rental Rates for Construc- tion Equipment prepared by Associated Equipment Distributors divided by eight (8). Where no daily rate is listed, the daily rate will be determined by dividing the monthly rate by 10. The first 20 hours will be paid at 90% of the above base hourly rate. For 21 to 40 hours, the rate will be 80% of the above base hourly rate. For over 40 hours, the rate will be 45 % of the above base hourly rate. The number of hours to be paid for shall be the number of hours that the equipment or plant is actually used on a specified force account job. For rented equipment, such equipment will be paid for based upon rental cost as approved by the Engineer. Invoices showing rental charges must be submitted to the Engineer for such payment. For use of all equipment, when, in the opinion of the Contractor and as approved by the Engineer, suitable equipment is not available on the site, the movement of required equipment to and from the site will be paid for at actual cost. 1 Equipment to be used by the Contractor shall be specifically described and be of suitable size and suitable capacity required for the work to be performed. In the event the Contractor elects to use equipment of a higher rental value than that suitable for the work, payment will be made at the rate applicable to the suitable equipment. The equipment actually used and the suitable equipment paid for will be recorded as part of the record for force account work. The Engineer shall determine the suitability of the equipment. If there is a differential in the rate of pay of the operator of oversize or higher rate equipment, the rate paid for the operator will likewise be that for the suitable equipment. In the event that a rate is not established in the Associated Equipment Distributors Rental Rates for a particular piece of equipment or plant, the Owner shall establish a rate for that piece of equipment or plant that is consistent with its cost and use. C. Quantities of materials, prices, and extensions. d. Transportation of materials to the site. ��s GP 90-4 e. Cost of property damage, liability and workmen's compensation insurance premiums, unemployment insurance contributions, and social security tax. f. Profit and Overhead. Profit and overhead cost shall be computed at 20 percent of the following: - Total Direct Labor Cost (actual hours worked multiplied by the basic hourly wage rate) plus supplemental benefits payments, payroll taxes, insurance payments and other labor related fringe benefit payments as defined in a) above, but not including the overtime additive payments. Profit and overhead shall not be paid on the premium portion of overtime. - Total Cost of Materials as defined in c) and d) above. If any of the work is performed by a subcontractor, the Contractor shall be paid the actual and reasonable cost of such subcontracted work computed as outlined in a) through e) above, or on such other basis as may be approved by the Owner. Subcontractor profit and overhead shall be paid as outlined in f) above, plus an additional allowance of five percent (5 %) of materials and direct labor to cover the Contractor's profit, superintendence, administration, insurance and other overhead. For the purposes of computing profit and overhead, only one level or tier of subcontractors will be allowed. g. Overhead shall be defined to include the following items: Premium on bond. Premium on insurance required by the State, Workmen's Compensation Insurance, public liability and property damage insurance, unemployment insurance, Federal old -age benefits, other payroll taxes and such reasonable charges that are paid by the Contractor pursuant to written agreement with his/her employee. - All salary and expenses of executive officers, supervising officers or supervising employees. - All clerical or stenographic employees. - All charges for minor equipment, such as small tools, including shovels, picks, axes, saws, bars, sledges, lanterns, jacks, cables, pails, wrenches, etc. and other miscellaneous supplies and services. - All drafting room accessories such as paper, tracing cloth, blueprinting, etc. Statements shall be accompanied and supported by receipted invoice for all materials used and transportation charges. However, if materials used on the force account work are not specifically purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were taken from his/her stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor. 90-06 PARTIAL PAYNI ENTS. Partial payments will be prepared at least once each month as the work progresses. Said payments will be based upon estimates prepared by the Engineer of the value of the work performed and materials complete in place in accordance with the Contract, Plans, and Specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made for work items lacking approved shop drawings, lacking acceptable manufacturer's 1/98 GP 90-5 t 1 n 1 Ll material certifications, or when the amount due the Contractor based on accepted work since the last estimate amounts to less than five hundred dollars ($500.00). From the total of the amount determined to be payable on a partial payment, five percent (5 %) of such total amount will be deducted and retained by the Owner until the final payment is made. When not less than ninety-five percent (95 %) of the work has been completed the Engineer may, at his/her discretion and with the consent of the Surety, prepare an estimate from which will be retained an amount not less than twice the Contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved Change Orders or Supplemental Agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. 90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the Contract, Plans, and Specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: A. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. B. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. C. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. D. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. E. The Contractor has furnished the Owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at any time prior to use in the work. It is understood and agreed that the transfer of title and the Owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his/her responsibility for famishing and placing such materials in accordance with the requirements of the Contract, Plans, and Specifications. In no case will the amount of partial payments for materials on hand exceed the Contract price for such materials or the Contract price for the Contract Item on which the material is intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-08 ACCEPTANCE AND FINAL PAYMENT. When the Contract work has been accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of his/her objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the Contract as amended by Change Order or Supplemental 1/98 GP 90-6 f Agreement. The Contractor and Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within thirty (30) calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such thirty (30) day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute and such disputed quantities shall be considered by the Owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the Contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the Owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental, final, estimate. The payment of the final amount due under this Contract, and the adjustment and the payment of the bill rendered W for work in accordance with any alterations of the same shall release the Owner from any and all claims or liabilities on account of work performed under said Contract, or any alterations thereof. In case the execution of this Contract is delayed by action of the Owner, the time for completion is hereby extended for a time equal to the delay caused by the party of the first part, but no claim for damages by reason of such delay shall be made or allowed. Should postponement or delay be occasioned by the precedence of other Contracts on the line of work, which may be either let or executed before or after the execution of this Contract, no claim for damages will be allowed; but the time for completion may be extended for a time equal to the delay or postponement caused by such precedent Contracts. The Owner shall not be required, or liable to make the aforesaid payments, on any part thereof, or to pay anything whatever on account of said work, or by virtue of this Agreement, any sooner or faster than there shall be money or funds in the treasury of said Owner properly applicable to that purpose, and which shall have been collected or paid into said treasury on account of said work or improvement. The following project closeout submittals shall be submitted by the Contractor to the Engineer to facilitate final payment: 1. Contractor's affidavit that all liens and claims have been paid. 2. Prime Contractor's Certification (New York State Labor Law Section 220-a). 3. Subcontractor's Certification (New York State Labor Law Section 220-a). 4. Weekly certified payrolls for contractor's and subcontractors' work forces. 5. Manufacturer's certifications for all items incorporated in the work. 6. Consent of Contractor's Surety to final payment. 7. All required record drawings, as -built drawings or as -constructed drawings. 8. All required O&M manuals. 90-09 GUARANTY. The Contractor shall, in consideration of the Contract price, maintain and keep in good repair all the work executed under this Contract for a period of twelve (12) months from the time of its final acceptance. Also, that he will make any and all repairs deemed necessary by the Engineer within five (5) days from the date of a notice from the said Engineer. Within the period of said guaranty, no certificate given nor payment made under the Contract, nor partial or entire occupancy of the premises by the Owner shall be construed as an acceptance of defective work or of improper materials or as condoning any negligence or omission. i 90-10 SECURITY FOR GUARANTEE. The Contractor shall upon final acceptance of the work, furnish a bond to the Owner in a penal sum equal to five percent (5 %) of the amount of the Contract price, executed by a surety company authorized by the Department of Insurance of the State of New York to execute such a bond in this State, and which bond shall be approved as to form and manner of execution by the Owner's attorney. This bond shall be conditioned for the faithful performance by the said Contractor of the conditions and stipulations of Section 90-09 1/98 GP 90-7 fJ of these Specifications, thereof relating to maintenance and repair, for a period of one (1) year from the date of the final acceptance of the work. In default of the filing of such bond, a sum of money equal to said five percent (5%) may be retained out of any monies due to the Contractor and be held for twelve (12) months, or until the bond above described is filed. 90-11 LIEN LAW. If, at any time before or within thirty (30) days after the whole work herein agreed to be performed has been completed and accepted by the party of the first part, any person or persons claiming to have performed any labor or furnished any material toward the performance or completion of this Contract shall file with the Engineer and with the financial officer of the Owner or other officer or person charged with the custody and disbursement of the Owner funds applicable to the Contract under which the claim is made, such notice as is prescribed in the Act of Legislature of the State of New York passed February 17, 1909, entitled an "Act in Relation to Liens", and the acts amendatory thereof or supplementary thereto, then and in every such case the party of the first part shall retain (anything herein contained to the contrary thereof notwithstanding) from the monies under its control and due or to grow due under this Agreement, as much of such monies as shall be sufficient to pay, satisfy and discharge the amount in such notice claimed to be due to the person or persons filing such lien, together with the reasonable cost of any actions brought to enforce such claim or the lien creating by the filing of such notice. The monies so retained shall be retained by the party of the first part until the lien thereon created by the said act and filing of said notice shall be discharged pursuant to the provisions of said act or acts. i END OF SECTION 1 11 J 1 1 1 1198 GP 90-8 ITEM P-151 CLEARING, GRUBBING AND TREE REMOVAL 151-1 DESCRIPTION. 1 151-1.1 This item shall consist of cleating, cleating and grubbing, tree removal, seeding, mulching, all required surveying, leveling of ground surface and the disposal of materials, for the purpose of establishing a maintainable turfed area, within the limits designated on the Plans or as required by the Engineer. Clearing shall consist of clearing the surface of the ground of the designated areas of all trees, down timber, logs, snags, brush, undergrowth, hedges, heavy growth of grass or weeds, fences, structures, debris and rubbish of any nature, natural obstructions or such material which in the opinion of the Engineer is unsuitable, and the disposal from the Project of all spoil materials resulting from clearing. The grubbing of stumps and roots will not be required. Clearing and grubbing shall consist of clearing the surface of the ground of the designated areas of all trees, stumps, down timber, logs, snags, brush, undergrowth, hedges, heavy growth of grass or weeds, fences, structures, debris and rubbish of any nature, natural obstructions or such material which in the opinion of the Engineer is unsuitable, including the grubbing of stumps, roots, matted roots, foundations and the disposal from the Project of all spoil materials resulting from clearing and grubbing. Tree removal shall consist of clearing the isolated tree, brush or group of trees & brush, removal of the stumps and roots, leveling of the ground, seeding and mulching. Trees to be removed shall be as indicated on the Contract Drawings. 1512 SUBMITTALS AND CERTIFICATIONS. 1512.1 Submittals of Shop and Setting Drawings", "Working Drawings", "Catalogue Data" " and Certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and Certifications required are as follows: - Method and location of disposal. 151-3 CONSTRUCTION METHODS. 151-3.1 GENERAL. Identification of Airport property lines for the purpose of identifying work limits shall be the responsibility of the Contractor. Where trees are to be removed off airport property, the Contractor shall provide a schedule indicating removal dates so the work can be coordinated with the property owner. The clearing and grubbing shall be done at a satisfactory distance in advance of the grading operations. All spoil materials removed by clearing and grubbing shall be disposed of as specified herein. 151-3.2 CLEARING. The Contractor shall clear the staked area of all objectionable materials. Trees unavoidably falling outside the specified limits must be cut up, removed and disposed of in a satisfactory manner. In order to minimize damage to trees that are to be left standing, trees shall be felled toward the center of area being cleared. The Contractor shall preserve and protect from injury all trees not to be removed. The trees, stumps and brush shall be cut as close to the ground as practicable, but shall not be to a height of more than 6 inches above the ground. The grubbing of stumps and roots will not be required. Leveling of ground areas disturbed by the Contractor's operations and equipment will be required. 151-3.3 CLEARING AND GRUBBING. In areas designated to be cleared and grubbed, all stumps, roots, buried logs, brush, grass and other unsatisfactory materials shall be removed. Tap roots and other projections over 1-1/2 4/02 SP P-151-1 1 1 inches in diameter shall be grubbed out to a depth of at least 18 inches below the finished subgrade or slope elevation. Any buildings, and miscellaneous structures that are shown on the Plans to be removed shall be disposed of offsite. The remaining or existing foundations, wells, cesspools, and all like structures shall be destroyed by breaking down the materials of which they are built to a depth of at least 2 feet below the final ground surface. Any broken concrete, blocks, or other objectionable material which cannot be used in backfill shall be removed and disposed of. All holes or openings shall be backfilled with suitable on-site material obtained from grading operations and properly compacted. All holes remaining after the grubbing operation in embankment areas shall have the sides broken down to flatten out the slopes and shall be filled with acceptable material, moistened and properly compacted in layers to the density required in Item P-152. The same construction procedure shall be applied to all holes remaining after grubbing in excavation areas where the depth of holes exceeds the depth of the proposed excavation. 151-3.4 TREE REMOVAL. All trees designated to be removed shall be field flagged or painted by Contractor and field verified and approved by the Engineer prior to the contractor commencing with any work of this item. Where trees are to be removed off airport property, the Contractor shall provide a schedule indicating removal dates so the work can be coordinated with the property owner. All trees designated to be removed shall be cut up, removed and disposed of by the Contractor in a manner specified herein unless otherwise shown on the Contract Drawings. The Contractor shall take all precautions necessary to protect from damage all homes, structures, fences, plants, utilities and appurtenances. All damages caused as a result of the Contractor's operations shall be repaired immediately in a manner approved by the Engineer at the Contractor's expense. In addition, the Contractor shall protect from injury all trees which are not to be removed. All stumps shall be reduced to chips by the use of an approved chipping machine or stump grinder. Stump removal shall be at a minimum depth of one foot below existing grade. Chips shall be one-half inch maximum thickness. Chips resulting therefrom shall be disposed of in a satisfactory manner by the Contractor as specified herein. 151-3.5 DISPOSAL. All land cleared material shall be disposed of immediately after clearing and grubbing operations. No burning of land cleared materials shall be permitted. No separate payment will be made for disposal. Contractor shall consider the costs of disposal in the various pay items involved. The Contractor shall dispose of all . land cleared materials as follows: A. In the interest of conservation, the Contractor shall make every possible effort to salvage marketable timber produced as a result of clearing operations. B. All remaining materials resulting from land clearing operations shall be disposed of off-site at an area designated by the Contractor. Disposal shall not be made in a swamp or wetlands and shall be in accordance with all Federal, State and Local regulations. 151-3.6 LEVELING OF GROUND SURFACE. All areas that have been cleared and grubbed shall be graded adequately to accommodate Sponsor owned mowing equipment. Areas of abrupt transition in grade which would not allow the passage of mowing equipment will not be allowed. Rocks and boulders shall be removed from the site. Boulders with a total volume in excess of 5 cubic yards or boulders with a volume in excess of 2 cubic yards projecting above the cleared ground surface may remain in place. All rocks or boulders that are essentially flush with the surrounding ground surface and will allow the safe passage of mowing equipment may remain. 1514 METHOD OF MEASUREMENT. i 1514.1 Measurement for payment of clearing and grubbing shall be made on a lump sum basis, and shall include all necessary clearing and grubbing, and leveling of the ground surface. aim SP P-151-2 1 s t 151-5 BASIS OF PAYMENT. 151-5.1 The lump sum price bid for clearing and grubbing, including leveling of the ground surface shall be full compensation for furnishing all materials, labor, equipment, tools and incidentals necessary to satisfactorily complete this item. Partial payment may be made as the work progresses at the discretion of the engineer. 1 Payment will be made under: Item P-151-5.1 - Clearing and Grubbing - per lump sum END OF ITEM r u 1 1 4102 SP P-151-3 t ITEM P-152 EXCAVATION AND EMBANKMENT 152-1 DESCRIPTION. 152-1.1 This item covers excavation, disposal, placement and compaction of all materials within the excavation and embankment limits required to construct runway safety areas, runways, taxiways, aprons and intermediate, as well as other areas for drainage, building construction, parking or other purposes in accordance with these Specifications and in conformity with the dimensions and typical sections shown on the Plans. 152-1.2 CLASSIFICATION. All material excavated shall be classified as defined below and specified in the Payment Items in accordance with these classifications. A. Unclassified Excavation. Unclassified excavation shall consist of the excavation, placement and disposal of all material, regardless of its nature. 152-2 MATERIALS. 152-2.1 UNSUITABLE MATERIAL. Any material containing vegetation or organic matter, such as muck, peat, organic silt or sod shall be considered unsuitable for use in embankment construction. Material, when approved by the Engineer as suitable to support vegetation, may be used on the embankment slope. 152-2.2 SUITABLE MATERIAL. A material whose composition is satisfactory for use in embankment construction is designated as a suitable material. The moisture content has no bearing upon such designation, however, the moisture content of a material may be such that its use will require extensive manipulation. It is the Contractor's responsibility to determine the economics of using, or disposing and replacing, such materials. Materials which are defined to be suitable by this specification but determined by the Contractor to be un -economical for use shall be disposed of and replaced with other material at no additional cost to the Owner. In general, any mineral (inorganic) soil, blasted or broken rock and similar materials of natural or man made origin, including mixtures thereof, are considered as suitable materials. Presence of oversize particles in the otherwise suitable material will not render the material unsuitable. In the event the Contractor determines that removal of the oversize material is uneconomical, he will be allowed to dispose of and replace with suitable material meeting the specification requirements at no additional cost to the Owner. 152-3 SUBMITTALS AND CERTIFICATIONS. 152-3.1 Submittals "Shop Setting "Working "Catalogue "Certifications" of and Drawings", Drawings", Data" and for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and Certifications required are as follows: - None required. 1524 CONSTRUCTION METHODS. 152-4.1 GENERAL. When the Contractor's excavating operations encounter artifacts of historical or archeological significance, the operations shall be temporarily discontinued. At the direction of the Engineer, the Contractor shall excavate the site in such a manner as to preserve the artifacts encountered and allow for their removal. Such excavation will be paid for as extra work. This project includes the construction of airport pavements. Airport pavements differ significantly from the construction of highway pavements and other traffic pavement applications. In some cases, the aircraft for which the 10/01 SP P-152-1 1 I pavement is being built may be lighter than many commonly available pieces of construction and hauling equipment. Construction equipment, methods and means for construction of pavements on this project are the responsibility of the Contractor. However the Contractor should be aware that common methods, means and equipment selections that may be appropriate for other pavements in the same local area as this project may not be appropriate for the construction of pavements under this Contract. The Contractor's special attention is called to the fact that it is his responsibility to select proper equipment, means and methods to meet the requirements of the specifications. A subsurface investigation program was conducted as a part of the design process for this project. The Contractor's special attention is called to the fact that subgrade soils under pavements are expected to be moderately well drained, type GW -SW, fine to coarse sand, fine to coarse gravel, cobbles, and trace to some silt in varying percentages, and the groundwater table may be close to subgrade elevation during construction. The Contractor shall take these factors into consideration when selecting equipment, means and methods of excavation, hauling, placement and compaction for the construction of this project, specifically when considering compaction of subgrade soils and granular courses in the pavement section, as well as hauling equipment that will operate in pavement areas throughout the construction process. The Contractor shall exert proper control over the lift thickness and moisture content during construction. Should the equipment, means and methods adversely affect subgrade soils and/or previously constructed pavement sections, the Contractor shall reconstruct and repair all damaged areas at no additional cost to the Owner and with no adjustment to time for completion of construction. It is the Contractor's responsibility to make field investigations of subgrade soils prior to bidding if, in the opinion of the Contractor, he requires additional information in order to make prebid determinations of the equipment, means and methods to be used during constriction. Those areas outside of the pavement areas in which the top layer of soil material has become compacted, by hauling or other activities of the Contractor, shall be scarified and disked to a depth of 4 inches in order to loosen and pulverize the soil. If it necessary to interrupt existing surface drainage, sewers or under -drainage, conduits, utilities or similar underground structures, the Contractor shall be responsible for and shall take all necessary precautions to preserve them or provide temporary services. When such facilities are encountered, the Contractor shall notify the Engineer, who shall arrange for their removal if necessary. The Contractor shall, at his/her own expense, satisfactorily repair or pay the cost of all damage to such facilities or structures which may result from any of the Contractor's operations during the period of the Contract. Method of measurement for excavation, as described later in this specification, relies on design cross sections for computation of neat line design quantities. Copies of design cross sections are available upon request to interested bidders and a copy of those design cross sections and the original topographic map from which they were developed will be issued to the successful bidder. The design cross sections, where they do not match the locations of actual spot elevations shown on the topographic map, were developed by computer interpolation from those spot elevations. Prior to disturbing the site, Contractor shall verify the accuracy of the existing ground surface elevations shown on the design cross sections by verifying spot elevations at the same locations where original field survey data was obtained, as indicated on the topographic map. Contractor shall recognize that, due to the interpolation process, the actual ground surface at the location of the design cross sections may differ somewhat from the interpolated surface shown on those sections. Contractor's verification of original ground information, however, shall be limited to verification of spot elevations as indicated herein, and no adjustments will be made to the original ground information on the design cross sections unless the Contractor demonstrates that spot elevations shown are incorrect. For this purpose, spot elevations which are within 0.1 foot of the stated elevations shall be considered "no change" and only deviations in excess of 0.1 foot will be considered for adjustment of the original ground surface. If Contractor's verification identifies apparent errors in the spot elevations, Contractor shall notify Engineer in writing at least two weeks before the Contractor's scheduled commencement of excavation, to allow sufficient time to verify the submitted information and make adjustments to the design cross sections. Commencement of excavation work in any area shall constitute acceptance by the Contractor of the accuracy of the original ground spot elevations shown on the topographic map for that area. The quantity stated in the bid is based in part on the depth of topsoil required to be stripped. Every effort shall be made by the Contractor to come to an agreement with the Engineer on the depth of existing topsoil. The Contractor may accomplish this by digging test pits around the site prior to the start of construction in the presence of the Engineer and coming to a written agreement on the average depth of topsoil. If the depth agreed to is the same as 10/01 SP P-152-2 that used by the Engineer during design, no adjustments to the cross sections or quantities will be trade. If the depth differs, the Engineer will use the agreed upon depth to replot the cross sections and calculate the neat line Unclassified Excavation quantity. 1524.2 EXCAVATION. No excavation shall be started until the work has been staked out by the Contractor and the Contractor has agreed that the original ground lines shown on the original topographic mapping and design cross sections are accurate. All suitable excavated material shall be used in the formation of embankment, subgrade or for other purposes shown on the Plans. All unsuitable material shall be disposed of as shown or specified. When the volume of suitable materials to be excavated exceeds that required to construct the embankments to the grades indicated, the excess shall be used to grade the areas of ultimate development or disposed of as directed. When the volume of excavation does not provide sufficient suitable material for constructing the fill to the grades indicated, the deficiency shall be obtained from borrow areas. The grade shall be maintained so that the surface is well drained at all times. When necessary, temporary drains and drainage ditches shall be installed to intercept or divert surface water which may affect the work. The Contractor shall use pumps and/or otherwise dewater as necessary to maintain the work area. A. Selective Grading. When varying soils are encountered, the more suitable material, as designated by the Engineer during construction shall be used in constructing the embankment or in capping the pavement subgrade. If, at the time of excavation, it is not possible to place this material in its final location, it shall be stockpiled in approved areas. No separate payment will be made for selective grading or stockpiling. B. Undercutting. Undercutting shall be performed only when directed by the Engineer as follows: In Excavated Areas Under Proposed Pavement: Rock, shale, hardpan, loose rock, boulders, or other materials unsatisfactory for subgrades under proposed pavement (runways, taxiways, aprons, roads, shoulders), shall be excavated to a minimum depth of 12 inches, or to the depth directed by the Engineer, below the subgrade elevation. Muck, peat, matted roots or other yielding materials unsatisfactory for subgrade, shall be removed to the depth directed by the Engineer. In Embankment Areas Under Proposed Pavement: Muck, peat, matted roots or other yielding materials unsatisfactory for embankment foundation, shall be removed to the depths directed by the Engineer. In Excavated Areas Within Runway Safety Areas and Areas to be Turfed: Rock, shale, hardpan, loose rock, boulders or other materials unsatisfactory for subgrades beneath topsoil shall be removed to a minimum depth of 12 inches below final grade, or to the depth specified by the Engineer. Muck, peat, matted roots or other yielding materials shall be removed to the depth directed by the Engineer. Undercut areas under proposed pavement, wherever possible, shall be graded to drain to underdrains or weeps constructed to daylight at intervals as directed by the engineer. Undercut material shall be considered unclassified excavation. Materials removed during undercutting which are unsuitable for the formation of embankments shall be placed in spoil areas. Undercut areas under proposed pavement shall be backfilled and thoroughly compacted with Item P-214 Crushed Stone Base Course. Payment for the placement of this material shall be made under Item P-214 Crushed Stone Base Course. Where rock cuts are made and backfilled with selected material, any pockets created in the rock surface shall be shaped to drain freely, or as directed by the Engineer. Areas outside proposed pavement which are directed by the Engineer to be undercut, shall be backfilled with suitable on-site material obtained from grading operations and compacted in accordance with Section 4.6. The necessary backfilling shall constitute a part of the embankment L.1 LI 1 1 1 i 1 1 1 1 10101 SP P-152-3 I L and will not be paid for separately. If suitable on site material is not available, borrow material shall be utilized. C. Overbreak. Overbreak, including slides, is that portion of any material displaced or loosened beyond the finished work as planned or authorized by the Engineer. The Engineer shall determine if the displacement of such material was unavoidable and the decision shall be final. All overbreak shall be graded and compacted or removed by the Contractor and disposed of, all as directed. No payment will be made for the removal and disposal of overbreak which the Engineer determines as avoidable or for the material which is used to backfill the overbreak areas. Unavoidable overbreak shall be classified and paid for as unclassified excavation_ Backfilling of overbreak, both avoidable and unavoidable, shall comply with the requirements for backfilling undercut areas. D. Removal of Existing Structures and Utilities. The removal of existing utilities and related structures required to permit the orderly progress of work will be accomplished by the Contractor unless otherwise shown on the Plans. Removal of utilities shall be coordinated with the controlling authority. All existing foundations shall be removed to at least 2 feet below the top of subgrade, or as indicated on the Plans, and the material disposed of as directed. All foundations thus excavated shall be backfilled as specified in Section 152-4.2B and compacted as specified herein. Unless paid for otherwise, the cost for removal and disposal of utilities and related structures shall be considered incidental to the work involved. E. Compaction Requirements for Excavations. It shall be the Contractor's responsibility to properly compact all material in accordance with these Specifications and as shown on the Plans, and to correct any deficiencies resulting from insufficient or improper compaction of such materials. Compaction operations shall continue until the area is compacted to the depths and percent of maximum density stated below in accordance with ASTM D-698. If natural densities are not as required, Contractor shall compact subgrade from the surface to the densities required. If compaction from the surface is not possible, Contractor shall remove and replace subgrade to the required densities. As used in this specification, "non -cohesive" shall mean those soils having a plasticity index (PI) of less than 6. Subgrades Under Flexible Pavements Cohesive Soils Non -Cohesive Soils Depth % Compaction Depth % Compaction Top 4" 95% Top 6" 100% 4-8" 90% 6-9" 95% 8-12" 85% 9-18" 90% 12-15 " 80% 18-24" 85% Subgrades Under Rigid Pavements ' Cohesive Soils Non -Cohesive Soils Depth % Compaction Depth % Compaction Top 6" 90% Top 6" 100% 6-24" 95% All Other Areas (i.e., below pipes, duct banks, manholes, etc.) Cohesive Soils Non -Cohesive Soils Depth Depth Below Cut % Compaction Below Cut % Compaction 6" 90% 6" 95% All backfill over pipes, duct banks, etc. shall be compacted in accordance with Section 152-4.6. When removal, manipulation and replacement of suitable materials in order to obtain the required depth of density is ordered by the Engineer, payment for such will be paid for as unclassified excavation. �o o� SP P-152-4 When density tests are ordered more than twelve inches below subgrade, Contractor shall dig pits in the subgrade at the locations and to the depths requested. After completion of testing, Contractor shall backfill and compact the subgrade as specified. The in-place field density will be determined in accordance with ASTM D 1556 or ASTM D 2167. In lieu of the Sand Cone or Rubber Balloon methods, field density may be determined using a nuclear gage in accordance with ASTM D 2922. The gage should be field calibrated in accordance with paragraph 4 of D 2922. Use of D 2922 results in a wet unit weight and when using this method, ASTM D 3017 shall be used to determine the moisture content of the material. The calibration curves furnished with the moisture gages shall be checked as described in paragraph 7 of D 3017. The calibration checks of both the density and moisture gages shall be made at the beginning of a job and at intervals as determined by the Engineer. Density tests will be taken by the Engineer for every 10,000 square feet of completed subgrade for each lift which is required to be compacted. Failing tests shall be paid for by the Contractor. The finished grading operations, conforming to the typical cross section, shall be completed and maintained at least 1,000 feet ahead of the paving operations or as directed by the Engineer. In cuts, all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line of finished grade of slope. All cut slopes shall be uniformly dressed to the slope, cross section and alignment shown on the Plans or as directed by the Engineer. F. Blasting. Blasting will be permitted only when proper precautions are taken for the safety of all persons, the work and the property. All damage done to the work or property shall be repaired at the Contractor's expense. All operations of the Contractor in connection with the transportation, storage and use of explosives shall conform to all State and local regulations and explosive manufacturers instructions, and applicable approved permits shall be submitted to the Engineer for record purposes only. Such submittal will not relieve the Contractor of his responsibility in blasting operations. Where blasting is permitted, the Contractor shall employ a vibration consultant to advise on explosive charge weights per delay and to analyze records from seismograph recordings. The seismograph shall be capable of producing a permanent record of the three components of the motion in terms of particle velocity and in addition, shall be capable of internal dynamic calibration. In each distinct blasting area, where pertinent factors affecting blast vibrations and their effects in the area remain the same, the Contractor shall submit a blasting plan to the Engineer for record purposes only. This plan must consist of hole size, depth, spacing, burden, type of explosives, type of delay sequence, maximum amount of explosive on any one delay period, depth of rock and depth of overburden, if any. The Contractor shall keep a record of each blast fired; its date, time and location, the amount of explosives used, maximum explosive charge weight per delay period and seismograph records identified by instrument number and location. These records shall be made available to the Engineer on a monthly basis or in tabulated form at other times as requested. 1524.3 BORROW EXCAVATION. Borrow area(s) within the Airport property, if any, are indicated on the Plans. Borrow excavation shall be made only at these designated locations and within the horizontal and vertical limits as staked or as directed. When borrow sources are outside the boundaries of the Airport property, it shall be the Contractor's responsibility to locate and obtain the supply, subject to the approval of the Engineer. The borrow source shall be dedicated to this project. Contractor shall submit a plan showing dimensions and grades of borrow source, both existing and proposed. The Contractor shall notify the Engineer at least fifteen (15) days prior to beginning the excavation so necessary measurements and tests can be made. All topsoil shall be stripped and all unsuitable material shall be removed from the borrow pit by the Contractor prior to notifying the Engineer. Such material shall be stockpiled for later use in 10/01 SP P-152-5 restoring the borrow pit. No payment will be made for unsuitable materials stripped or taken from the borrow pit. All borrow pits shall be opened up to expose the vertical face of various strata of acceptable material to enable obtaining a uniform product. Borrow pits shall be excavated to regular lines to permit accurate measurements and they shall be drained and left in a neat, presentable condition with all slopes dressed uniformly. 1524.4 DRAINAGE FEATURES. Excavation for drainage ditches, construction of berms or levees or any other drainage features shall be performed in proper sequence with other construction. Intercepting ditches shall be constructed prior to starting adjacent excavation operations. All necessary work shall be performed to secure a finish true -to -line elevation and cross section. The Contractor shall maintain ditches and other drainage features constructed on the Project to the required cross section and shall keep them free of debris or obstructions until the Project is accepted. 1524.5 PREPARATION OF EMBANKMENT AREA. All sod shall be removed from the subgrade and from areas beneath future pavement, regardless of the height of embankment. Where an embankment is to be constructed to a height of 4 feet or less, all sod and vegetable matter shall be removed from the surface upon which the embankment is to be placed and the cleared surface shall be completely broken up by plowing or scarifying to a minimum depth of 6 inches. This area shall then be compacted as indicated in Paragraph 4.6. When the height of fill is greater than 4 feet, sod not required to be removed as stated above, shall be thoroughly disked and recompacted to the density of the surrounding ground before construction of embankment. Where embankments are to be placed 1 on natural slopes steeper than 3 to 1, or where shown on the plans, horizontal benches shall be constructed as shown on the Plans. No direct payment will be made for preparation of embankment area. The necessary clearing and grubbing and the quantity of excavation will be paid for under the various pay items of work involved. 1524.6 FORMATION OF EMBANKMENTS. Embankments shall be formed in successive horizontal layers of not more than 9 inches in loose depth for the full width of the cross section, unless otherwise approved by the Engineer. The grading operations shall be conducted, and the various soil strata shall be placed, to produce a soil structure as shown on the typical cross section or as directed. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be incorporated or buried in the embankment. Operations on earthwork shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing or other unsatisfactory conditions of the field. The Contractor shall slope and compact the embankment to provide proper surface drainage. ' The material in the layer shall be within 2 percent of optimum moisture content before rolling to obtain the prescribed compaction. In order to achieve a uniform moisture content throughout the layer, wetting or drying of the material and manipulation shall be required when necessary. Should the material be too wet to permit proper compaction or rolling, all work on all of the affected portions of the embankment shall be delayed until the material has dried to the required moisture content. Natural drying may be accelerated by blending in a dry material or manipulation alone to increase the rate of evaporation. Sprinkling of dry material to obtain the proper moisture content shall be done with approved equipment that will sufficiently distribute the water. Sufficient equipment to furnish the required water shall be available at all times. Samples of embankment materials for testing, both before and after placement and compaction, will be taken by the Engineer at a minimum of once for each 1,000 cubic yards of material placed per layer or other appropriate frequencies as determined by the Engineer. Based on these tests, the Contractor shall make the necessary corrections and adjustments in methods, materials or moisture content in order to achieve the correct embankment density. There shall be no compensation to the Contractor and no adjustment to time for completion of construction. Rolling operations shall be continued until the embankment is compacted to the depths and percent of maximum density stated below in accordance with ASTM D 698. As used in this specification, "non -cohesive" shall mean those 10101 SP P-152-6 s soils having a plasticity index (PI) of less than 6. Subgrades Under Flexible Pavements Cohesive Soils Non -Cohesive Soils Depth % Compaction Depth % Compaction Top 4" 95% Top 6" 100% Below 4" 90% Below 6" 95% Subgrades Under Rigid Pavements Cohesive Soils Non -Cohesive Soils Depth % Compaction Depth % Compaction All fill 90% Top 6 100% Below 6" 95% All Other Embankments Cohesive Soils Non -Cohesive Soils Depth % Compaction Depth % Compaction Top 3" * Top 3" Below 3" 90% Below 3" 95% * On all areas outside of pavement area, no compaction will be required on the top 3 inches of topsoil. It shall be the Contractor's responsibility to properly place and compact all materials for this project and to correct any deficiencies resulting from insufficient or improper compaction of such materials throughout the Contract period. The in-place field density will be determined by the Engineer in accordance with ASTM D 1556, ASTM D 2167 or ASTM D 2922. Compaction areas shall be kept separate and no layer shall be covered by another until the proper density is obtained. During construction of the embankment, the Contractor shall route his equipment at all times, both when loaded and when empty, over the layers as they are placed provided the equipment does not damage the embankment under future pavement areas. Contractor shall distribute the travel evenly over the entire width of the embankment. The equipment shall be operated in such a manner that hardpan, cemented gravel, clay or other chunky soil material will be broken up into small particles and become incorporated with the other material in the layer. In the construction of embankments, layer placement shall begin in the deepest portion of the fill. As placement progresses, layers shall be constructed approximately parallel to the finished pavement grade line. When rock and other embankment material are excavated at approximately the same time, the rock shall be incorporated into the outer portion of the embankment and the other material shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches in their greatest dimensions will not be allowed in the top 6 inches of the fill. Rock fill shall be brought up in layers as specified or as directed and every effort shall be exerted to fill the voids with the finer material forming a dense, compact mass. Rock or boulders shall not be disposed of outside the excavation or embankment areas, except at places and in the manner designated by the Engineer. When the excavated material consists predominantly of rock fragments of such size that the material cannot be placed in layers of the prescribed thickness without crushing, pulverizing or further breaking down the pieces, such material may be placed in the embankment as directed in layers not exceeding 2 feet in thickness. Each layer shall be leveled and smoothed with suitable leveling equipment and by distribution of spalls and finer fragments of rock. These type lifts shall not be constructed within 4 feet of the finished subgrade nor closer than 10 feet horizontally from finished 10/01 SP P-152-7 1 embankment slopes. Density requirements will not apply to portions of embankments constructed of materials which cannot be tested in accordance with specified methods. Frozen material shall not be laced in the embankment nor shall embankment be laced upon frozen material. P P P There will be no separate measurement or payment for compacted embankment and all costs incidental to placing in layers, compacting, disking, watering, mixing, sloping and other necessary operations for construction of embankments will be included in the Contract price for unclassified excavation, borrow excavation or other items. 1524.7 FINISHING AND PROTECTION OF SUBGRADE. After the subgrade has been substantially completed, all low areas, holes or depressions shall be brought to grade with suitable material. To check the subgrade for fine grade, the Contractor shall pin and stringline the subgrade with a 50 foot grid along straight sections of typical grade. In transition areas and curved sections, Contractor shall pin and stringline the subgrade with a 25 foot grid. Alternate methods of checking the fine grade may be used only when authorized by the Engineer. Scarifying, blading, rolling and other methods shall be performed to provide a thoroughly compacted and sealed subgrade shaped to the lines and grades shown on the Plans. Grading and sealing of the subgrade shall be performed so that it will drain readily. The Contractor shall take all precautions necessary to protect the subgrade from damage. Contractor shall limit hauling over the finished subgrade to that which is essential for construction purposes. All ruts or rough places that develop in a completed subgrade shall be smoothed and recompacted. ' There will be no separate measurement or payment for finishing and protection of subgrade. No subbase, base or surface course shall be placed on the subgrade until the subgrade has been reviewed by the Engineer. 1524.8 HAUL. All hauling will be considered a necessary and incidental part of the work. Its cost shall be considered by the Contractor and included in the Contract unit prices for the pay items involved. No payment will be made separately or directly for hauling on any part of the work. The Contractor's equipment shall not cause damage to any excavated surface, compacted lift or to the subgrade as a result of hauling operations. Any damage to subgrade, excavated surface or compacted lifts caused as a result of the Contractor's hauling operations shall be ' fully repaired at the Contractor's expense. Contractor shall be responsible for providing, maintaining and removing any haul roads or routes within or outside of the work area, and shall return the affected areas to their former condition, unless otherwise authorized in writing by the Owner. No separate payment will be made for any work or materials associated with providing, maintaining and removing haul roads or routes. 1524.9 TOLERANCES. In those areas upon which a subbase or base course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 16 -foot straightedge applied parallel and at right angles to the centerline or expected direction of paving operations, it shall not show any deviation in excess of 1/2 -inch and shall not be more than 1/2 -inch from true grade as established by grade hubs or pins. Any deviation in excess of these 1 amounts shall be corrected by loosening, adding or removing materials; reshaping; and recompacting to specified densities. All turfed areas within the grading limits shall be graded to the lines and grades shown on the Plans or as directed by the Engineer. In turfed areas, finished grade shall be within 0.10 -foot of proposed grade as established by grade hubs or pins. Any deviation in excess of this amount shall be corrected by loosening, adding or removing materials ' and reshaping. All turfed areas shall be graded such that they are free draining regardless of the tolerance. 1524.10 TOPSOIL. When topsoil is specified or required as shown on the Plans, it shall be salvaged from stripping or other grading operations. The topsoil shall meet the requirements of Item T-902. If, at the time of ' excavation or stripping, the topsoil cannot be placed in its proper and final section of finished construction, the material shall be stockpiled at approved locations. Stockpiles shall not be placed within runway or taxiway safety area limits and shall not be placed on areas which subsequently will require any excavation or embankment. 1001 SP P-152-8 t 1 If, in the judgement of the Engineer, it is practical to place the salvaged topsoil at the time of excavation or stripping, the material shall be placed in its final position without stockpiling or further rehandling. Upon completion of grading operations, stockpiled topsoil shall be handled and placed as directed or as required in Item T-902. The quantity of topsoil removed and placed directly or stockpiled and later placed shall be considered unclassified excavations. Excess topsoil from the stockpile not utilized in the finished work shall be placed in locations on the site or disposed of as directed by the Engineer. No direct payment shall be made for rehandling of stockpiled topsoil. The cost of stripping, stockpiling, placing and/or disposal shall be included in the Contract unit price per cubic yard for unclassified excavation. 1524.11 REMOVAL OF WATER. Removal of water, if encountered, shall be in accordance with the Removal of Water Section of the General Provisions. Performance of the work described in this section is not payable directly, but shall be considered as a subsidiary obligation of the Contractor and included in the Contract price for the pay items of work involved. 1524.12 SPOIL AREAS. All spoil material which is suitable for embankment and excess topsoil shall be disposed of on airport property as shown on the Contract Drawings or as directed by the Airport Authorities. Spoil material , which is not suitable for embankment shall be disposed of on airport property as shown on the Contract Drawings unless otherwise specified. Prior to placing spoil off airport property, Contractor shall submit a "Spoil Deposition and Release" to the Engineer. A sample form is contained in Specific Airport Operating Requirements of these , Specifications and shall be acceptable to the Engineer prior to removing material from the work area. Contractor shall submit a plan of the spoil area to the Engineer. No spoil shall be placed until the plan is acceptable to the Engineer. The plan shall include proposed dimensions and grades of the completed spoil areas. Prior to placing spoil in on-site locations, Contractor shall strip topsoil from limits of spoil area. Upon completion of spoil operations, Contractor shall cover the spoil area with previously stripped topsoil. Contractor shall grade, seed and mulch the spoil area. Grading shall be such that the final turfed spoil area is maintainable with Owner's mowing equipment. Contractor shall provide drainage for the spoil area consistent with existing drainage patterns of the surrounding areas. The surface elevation of spoil areas shall not extend above the surface elevation of adjacent usable areas of the Airport, unless specified on the Plans. Spoil which is suitable for embankments shall be placed in accordance with the Formation of Embankments section of this specification. No direct payment will be made for stripping, grading, topsoiling, seeding & mulching the spoil area. The disposition of spoil material shall be considered incidental to this Contract and the costs shall be included in the various pay items involved. 152-5 METHOD OF MEASUREMENT. Prior to determination of final quantities, the Engineer will field verify that the Contractor has met grading tolerances by means of field cross sections. Field cross sections will be taken randomely at intervals not exceeding 500 feet, however, a minimum of three sections will be taken for each baseline or centerline. If the final grades are in tolerance and acceptable to the Engineer and Owner, then no adjustments will be made to the neat line quantities. If the final grades are not in tolerance, but the deviation is acceptable to the Engineer and Owner, then adjustments will be made to the neat line quantities based on a final topographic survey or final cross sections. If the final grades are not in tolerance and are not acceptable to the Engineer and Owner, then the Contractor shall regrade the areas that are out of tolerance. Upon completion of regrading operations, Engineer will field verify that the Contractor has met grading tolerances as stated above. 152-5.1 The quantity of unclassified excavation to be paid for shall be the number of cubic yards excavated, 10/01 SP P-152-9 1 including topsoil, measured in its original position based on the calculation of neat line quantities. The neat line quantities developed from design cross sections, as modified by the actual topsoil stripping depth, the Contractor's verification of existing grade or authorized additional work, shall constitute the method of measurement provided the work completed is within tolerance. Measurement shall not include the quantity of material excavated without authorization beyond the excavation and embankment limits or the quantity of material used for purposes other than those directed. Measurement for all unclassified excavation will be neat line quantity computed by the average end area method within the payment limits shown on the Contract Drawings. In fill areas, the end area is that bound by original grade and the theoretical ground surface after topsoil stripped or pavement removed. In cut areas, the end area is that bound by original grade and the theoretical line below topsoil placed, the theoretical ground surface after topsoil stripped or subgrade, whichever applies. Original grade has been established by topographic mapping or field cross sections ' taken for design purposes. The theoretical line below topsoil placed will be the line based on design grades minus the depth of topsoil placed. After completion of all excavation operations and prior to the placing of base or subbase material, the final excavation will be field verified by the Engineer. When the depth of topsoil stripped differs from that used to calculate design quantities, the Engineer will use the agreed upon depth and calculate new neat line quantities for unclassified excavation. The new neat line quantities will be used for payment purposes. Topographic mapping or cross sectioning for the exclusive purpose of determining quantities for payment will be employed only where work is ordered outside of excavation and embankment limits. When required, original and final field cross sections will be taken by the Engineer at intervals not exceeding 100 feet. 152-6 BASIS OF PAYMENT. 152-6.1 For unclassified excavation, payment will be made at the Contract unit price per cubic yard for material in its original position. No payment will be made for rehandling of stockpiled materials. This price shall be full compensation for furnishing all materials, labor, equipment, tools and incidentals necessary to complete the item. Payment will be made under: - Item P-152-6.1 - Unclassified Excavation - per cubic yard TESTING REQUIREMENTS ' ASTM D 698 Tests for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5.5 -pound Rammer and 12 -inch Drop ASTM D 1556 Test for Density of Soil In -Place by the Sand Cone Method ASTM D 1557 Tests for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using a 10 -pound Rammer and 18 -inch Drop ASTM D 1883 Test Method for Bearing Ratio of Laboratory Compacted Soils (CBR). ASTM D 2167 Test for Density of Soil In -Place by the Rubber Balloon Method ASTM D 2922 Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) ASTM E-329 Use in the Evaluation of Testing and Inspection Agencies Used in Construction 10101 SP P-152-10 ASTM D 2487 MATERIAL REQUIREMENTS Classification of Soils for Engineering Purposes END OF ITEM 10101 SP P-152-11 1 t 1 r 1 L 1 ITEM P-156 SOIL EROSION AND SEDIMENT CONTROL 156-1 DESCRIPTION'. 156-1.1 This item shall consist of the installation and maintenance of temporary and permanent control measures, and the removal and restoration of temporary control measures to control water pollution, soil erosion and siltation in accordance with the Storm Water Pollution Prevention Plan (SWPPP) included hereafter as Attachment "A", and as shown on the Contract Drawings. Control measures shall be maintained throughout the life of this contract or until final stabilization as directed by the Engineer. 156-2 MATERIALS. 156-2.1 SILT FENCE. Silt fence shall consist of fabric, wood posts and wire fence. Fabric shall be synthetic filtering fabric recommended by the manufacturer for use as a silt fence and shall have the following properties: PHYSICAL PROPERTIES Grab Tensile Strength Grab Elongation Ultraviolet Permittivity Apparent Opening Size REQUIREMENT 90 lbs. (Min) 50 % (Max) 70 % (Min) 0.01 Sec. -1 (Min) #30 to #50 U.S. Std. Sieve (Min.) :II ASTM D 4632 ASTM D 4632 ASTM D 4355 ASTM D 4491 ASTM D 4751 Wood posts shall be of sound quality hardwood with minimum dimensions of 2"x2"x36". Wire fence shall be 14 gauge minimum with maximum 6 inch mesh opening. 156-2.2 STONE FILLING. Stone filling shall conform to the requirements of Item D-712 Bank and Channel Protection. 156-2.3 FILTER FABRIC. Filter fabric shall conform to the requirements of Item D-709 Filter Fabric. 156-2.4 STABILIZATION FABRIC. Stabilization fabric shall conform to the requirements of Item D-710 Stabilization Fabric. 156-2.5 STRAW BALES. Bales of straw shall be free from noxious weeds or grasses and shall be securely bound by twine or wire. 156-2.6 STORM SEWER PIPES. Storm Sewer Pipe shall conform to the requirements of Item D-701 Pipe for Storm Drains and Culverts. 156-2.7 CRUSHED STONE BASE COURSE. Crushed Stone Base Course shall conform to the requirements of Item P-214 Crushed Stone Base Course. 156-3 SUBMITTALS AND CERTIFICATIONS. 156-3.1 Submittals of "Shop and Setting Drawings", "Working Drawings", Catalogue Data" and "Certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and Certifications required are as follows: - Catalog data and certification showing that materials to be supplied meet the requirements specified. 4/03 P-156-1 1564 CONSTRUCTION REQUIREMENTS. 1564.1 GENERAL (REFER TO ATTACHMENT "A"). In the event of conflict between these requirements and pollution control laws, rules, or regulations of other Federal, State, or local agencies, the more restrictive laws, rules, or regulations shall apply. 1564.2 SCHEDULE. Two weeks prior to the start of construction, the Contractor shall submit his soil erosion and sedimentation control implementation schedule for the approval by Engineer and Owner. Schedule shall reflect dates for accomplishment of proposed temporary and/or permanent control devices. 1564.3 AUTHORITY OF ENGINEER. The Engineer has the authority to limit the surface area of erodible earth material exposed by clearing and grubbing excavation, borrow and fill operations, and to direct the Contractor to provide immediate permanent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment. 156-4.4 CONSTRUCTION DETAILS. The Contractor shall incorporate all permanent and/or temporary erosion control features into the project at the earliest practicable time, at the locations designated on the Contract Drawings, in accordance with Attachment "A" (Storm Water Pollution Prevention Plan) and as directed by the Engineer. The Contractor shall install and maintain the appropriate erosion control features in accordance with the details shown on the Contract Drawings. Except where future construction operations will damage slopes, the Contractor shall immediately perform the permanent seeding, mulching and other specified slope protection. Additional temporary soil erosion and sediment control measures shall be implemented by the Contractor to correct unforeseen conditions that develop during construction, as directed by the Engineer. Where erosion is likely to be a problem, clearing and grubbing operations should be scheduled and performed so that grading operations and permanent erosion control features can follow immediately thereafter if the project conditions permit; otherwise, temporary erosion control measures may be required between successive construction stages. The Contractor shall limit the area of clearing, grubbing, excavation, borrow, and embankment operations in progress, commensurate with his/her capability and progress in keeping the finished grading, mulching, seeding, and other such permanent control measures current in accordance with the schedule. Should seasonal limitations make such coordination unrealistic, temporary erosion control measures shall be taken immediately to the extent feasible and justified. In the event that temporary erosion and sediment control measures are required due to the Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or are ordered by the Engineer, such work shall be performed by and at the expense of the Contractor. The erosion and sediment control features installed by the Contractor shall be acceptably maintained by the Contractor until final stabilization of the areas disturbed have been approved and accepted by the Engineer and Owner. Contractor shall be responsible for all soil erosion and sedimentation until the site is finally stabilized. Final stabilization shall mean all soil disturbing activities have been completed and a uniform perennial vegetative cover a with a density of 80% for the area has been established. Permanent erosion and sediment control features such as rock outlet protections shall remain in place upon final stabilization of the area. Temporary erosion and sediment control features such as straw bale dikes, silt fences, storm drain inlet protections shall be removed upon final stabilization of the area. Upon removal of temporary erosion and sediment control features, the Contractor shall restore all disturbed areas to a condition equal to or better than original. There will be 4103 P-156-2 I a 1 no separate payment made for restoration of surfaces. Contractor shall consider the cost of restoration as a subsidiary obligation of performing the work and shall include the costs of restoration in the various pay items involved. Whenever construction equipment must cross watercourses at frequent intervals, and such crossings will adversely affect the sediment levels, temporary structures shall be provided. Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into or near rivers, streams, and impoundments or into natural or manmade channels leading thereto. Construction operations shall be scheduled to minimize the amount of dust created from construction activities. Contractor shall control dust by sprinkling the site with water, mulching, constructing barriers to control air currents or as directed by Engineer. No direct measurement or payment shall be made for dust control. Payment shall be included under Item M-100 Maintenance and Protection of Traffic. 1564.5 FINES. Any fines levied against the Owner due to the Contractor's unsatisfactory implementation or maintenance of the soil erosion and sediment control features, or from any actions taken which are not in accordance with NYSDEC SPDES General Permit for Stormwater Discharges from Construction Activities - Permit No. GP -02- 01 dated January 8, 2003, shall be paid for by the Contractor. 156-5 METHOD OF MEASUREMENT. 156-5.1 The quantity of straw bale dike or silt fence to be paid for shall be the number of linear feet of straw bale dike or silt fence installed, measured along the centerline, completed, in place and accepted as satisfactory by the Engineer. 156-5.2 The quantity of rock outlet protection to be paid for shall be measured by the number of cubic yards of material placed and accepted as satisfactory by the Engineer. 156-5.3 The quantity of storm drain inlet protection in turf to be paid for shall be the number of each type completed, in place and accepted as satisfactory by the Engineer. 156.6 BASIS OF PAYMENT. ' Progress payments will be made for these items in proportion to the total amount of contract work complete, less any deductions for unsatisfactory and unmaintained soil erosion and sediment control features. If the Contractor fails to implement temporary soil erosion and sediment control features as required by this Specification and maintain these features in accordance with this Specification, the Owner shall correct the adverse conditions by any means deemed appropriate and shall deduct the cost of the corrective measures from any monies due the Contractor. Where major nonconformance with the requirements of this Specification is noted by the Engineer and prompt Contractor compliance is deemed not to be obtainable, all contract work may be stopped by direct order of the Engineer. 156-6.1 Payment will be made at the contract unit price per linear foot for straw bale dike or silt fence installed as designated on the Contract Drawings or as directed by the Engineer. These prices shall be full compensation for furnishing all materials and for all.preparation, hauling, maintenance, installation, replacement, removal, restoration, and off-site disposal of these materials and for all labor, equipment, tools and incidentals necessary to complete the item. No separate or additional payment shall be made for maintenance or replacement of these items. 156-6.2 Payment will be made at the contract unit price per each for storm drain inlet protection in turf installed as 1 4/03 P-156-3 designated on the Contract Drawings or as directed by the Engineer. These prices shall be frill compensation for furnishing all materials and for all preparation, hauling, maintenance, installation, replacement, removal, restoration, and off-site disposal of these materials and for all labor, equipment, tools and incidentals necessary to complete the item. No separate or additional payment shall be made for maintenance or replacement of these items. Payment will be made under: Item P-156-6.1 Silt Fence - Per Linear Foot Item P-156-6.1 Straw Bale Dike - Per Linear Foot Item P-156-6.2 Storm Drain Inlet Protection in Turf - Per Each END OF ITEM 4/03 P-156-4 t 1 1 1 1 1 i 1 1 1 1 4/03 ATTACHMENT "A" TO ITEM P-156, SOIL EROSION AND SEDIMENT CONTROL STORM WATER POLLUTION PREVENTION PLAN (SWPPP) FOR THE CONSTRUCTION OF APRON AND ACCESS TAXIWAY AT ELIZABETH FIELD AIRPORT FISHER'S ISLAND, NEW YORK TOWN OF SOUTHOLD TABLE OF CONTENTS 1.0 Introduction 2.0 Notice of Intent Requirements 3.0 Storm Water Pollution Prevention Plan 3.1 Site Description 3.2 Controls A. Stabilization Practices 1. Seeding 2. Mulching 3. Preservation of Vegetation 4. Stabilized Construction Entrance 5. Dust Control B. Structural Practices 1. Straw Bale Dike 2. Silt Fence 3. Storm Drain Inlet Protection 4. Sediment Trap (In dry wells) 3.3 Storm Water Management 3.4 Water Quality and Quantity Controls 3.5 Other Requirements 3.6 Inspections 3.7 Maintenance 3.8 Contractors 3.9 Hydraulic Calculations 4.0 Retention of Records 5.0 Notice of Termination Requirements APPENDICES: Appendix A Location Plan General Plan Grading Plans Soil Erosion and Sediment Control Details Appendix B Weekly Soil Erosion and Siltation Control Inspection Checklist Appendix C Contractors SWPPP Certification Form Appendix D Notice of Termination 4/03 1.0 INTRODUCTION The Clean Water Act states that storm water discharges associated with an industrial activity from a point source, including through a separate municipal storm sewer system, is unlawful unless authorized by a National Pollutant Discharge Elimination System (NPDES) permit. In New York State, the New York State Department of Environmental Conservation (NYSDEC) administers the NPDES through the State Pollution Discharge Elimination System (SPDES) program. According to the SPDES General Permit, construction sites or common plans of development that result in disturbance of one or more acres are subject to permitting requirements. This plan outlines the manner in which to reduce the potential of storm water runoff pollution during construction activities and assigns responsibilities to ensure that the contractor and his subcontractors implement the requirements of the Storm Water Pollution Prevention Plan (SWPPP). The SWPPP was developed based on the NYSDEC SPDES General Permit for Storm Water Discharges from Construction Activities that are classified as "Associated with Construction Activity", dated January 8, 2003. 2.0 NOTICE OF INTENT REQUIREMENTS To obtain coverage under a general permit, a Notice of Intent (NOI) must be submitted by the owner at least five (5) days prior to commencement of construction activities. Contractor shall not begin work on any portion of this project that requires implementation of SWPPP procedures until after the time period has elapsed following NYSDEC's receipt of the NOI. 3.0 STORM WATER POLLUTION PREVENTION PLAN This Storm Water Pollution Prevention Plan (SWPPP) was developed to set guidelines during construction activities to minimise erosion and sediment laden runoff. A copy of this SWPPP shall be retained at the construction site throughout the duration of this project. The Contractor shall meet all conditions of this SWPPP and all conditions within the NYSDEC SPDES General Permit for Storm Water Discharges from Construction Activities - Permit No. GP -02-01 dated January 8, 2003. The contractor shall be responsible for implementation of SWPPP procedures including being responsible for any subcontractors who are performing work that requires implementation of SWPPP procedures. During the course of the project and upon approval by the Owner, the Contractor shall amend the plan whenever there is a change in construction operations, or site conditions which may have an effect on the potential for the ' discharge of pollutants. 3.1 Site Description. A. This project generally includes the construction of approximately 37,500 SF of apron with tie downs for 7 small aircraft, and 180 linear feet of 25 foot wide access taxiway to Runway 7-25. The proposed development generally includes construction of a 4 -inch thick asphalt pavement above a 8 - inch layer of aggregate base course. This includes the associated excavation, grading, paving, drainage, and marking that is necessary to complete construction B. Below is a description of the intended sequence of major construction activities which involve soil disturbance: - Clear, grub and install temporary erosion and sediment controls simultaneously where possible. - Remove, stockpile and seed any excess topsoil and install temporary erosion and sediment controls simultaneously. - Excavate and grade construction site. - Install utilities and pavement. Final grade, replace topsoil, seed and mulch all disturbed turf areas outside of pavement limits immediately upon acceptance of the grade. 4;03 -1- 4/03 Replace remaining topsoil. Seed and mulch all areas disturbed from construction activities. - After stabilization, remove temporary erosion and sediment controls. C. The total project area is approximately 1.8 acres of which approximately 1.8 acres are expected to be disturbed from grading operations during construction. D. The existing soil is primarily type GW -SW, fine to coarse sand, fine to coarse gravel, cobbles, and trace to some silt in varying percentages, which is expected to be moderately drained, variable, and non -cohesive. The runoff coefficient utilized for pavement is 0.90 and for turf is 0.25. The runoff coefficient within the grading area limits will change as a result of this project. E. A location plan, general plan, grading plans, and soil erosion and sediment control details have been included in Appendix A. The location plan shows the project location while the general plan identifies the overall project site. Project grading plans have been included to indicate grading limits, drainage patterns, grade slopes, location of erosion and sediment controls and storm water discharge locations. The soil erosion and sediment control details have been included to identify controls to be utilized on this project. F. The storm water runoff from this project will be discharged into the Atlantic Ocean via an existing storm drainage system and proposed drainage swales, culverts and ditches. Review of the existing topography reveals that this drainage area before development discharges across this same general area and therefore, the drainage patterns have not been altered. G. The present owner is: Fishers Island Ferry District PO Box H Fishers Island, New York 06390 The contact person for the project is: Thomas Doherty Phone: 631-788-7463 3.2 Controls - The Contractor shall be required to construct and maintain the following erosion and sediment ' controls in accordance with this document and the associated Contract Documents for this project. There shall not be more than five (5) acres of disturbed soil at any one time without prior written approval from the NYSDEC. A. Stabilization Practices. , Seeding. Immediately after completion of grading operations, topsoil shall be replaced and all areas disturbed from grading operations shall be seeded in an effort to stabilize the site. Temporary stabilization measures (including topsoiling, seeding and mulching) shall be initiated as soon as practicable in portions of the site where construction activities have temporarily or permanently ceased, but in no case more than 14 days after construction activity has ceased, except as noted below: - Where the initiation of stabilization measures by the 14th day after construction activity temporarily or permanently ceased is precluded by snow cover. In this situation, stabilization measures shall be initiated as soon as possible. - Where construction activity will resume on a portion of the site within 21 days from when ' activities ceased, (e.g. the total time period that construction activity is temporarily ceased is less than 21 days) then stabilization measures do not have to be initiated on that portion of the site by the 14th day after construction activity temporarily ceased. 2. Mulching. Directly after seeding, all disturbed areas shall be mulched to prevent surface L L i i r compaction, reduce runoff and erosion, control weeds and help establish plant cover. 3. Preservation of Vegetation. The Contractor shall make every effort to protect trees, shrubs, ground cover and any other vegetation adjacent to the work areas. The purpose of preserving existing vegetation where obtainable is to reduce soil erosion and enhance water quality. Stabilized Construction Entrance. A stabilized construction entrance shall be constructed where traffic will be entering or leaving a construction site to or from a street, alley, sidewalk or parking area. The purpose of the stabilized construction entrance is to reduce or eliminate the tracking of sediment onto public streets. 5. Dust Control. Dust resulting from land -disturbing activities shall be controlled to prevent surface and air movement of dust from disturbed soil surfaces. Dust control measures are necessary on construction roads, access points and other disturbed areas subject to dust movement. B. Structural Practices_ Straw Bale Dike. - Straw bales shall be installed to intercept sediment -laden runoff from small drainage areas of disturbed soil. The straw bale reduces runoff velocity and effects deposition of transported sediment. - Straw bales have an estimated design life of three months, depending upon weather conditions, and shall be maintained and replaced as required. 2. Silt Fence. - A silt fence is used to intercept sheet flow runoff from small drainage areas. The silt fence also reduces runoff velocity and effects deposition of transported sediment. - Silt fence shall be maintained to prevent sediment bypass and shall be removed and replaced when bulges develop in the silt fence. Storm Drain Inlet Protection. - A storm drain inlet protection shall be installed around inlets. The purpose is to prevent sediment - laden water from entering inlets to a storm drain system. - Inspect and clean the excavated basin after every storm. Sediment should be removed when 50 percent of the storage volume is achieved. All sediment removed from the trap shall be deposited in a protected area and in such a manner that it will not erode. 4. Sediment Trap (In dry wells) - Sediment traps (i.e. dry wells) shall be constructed to intercept sediment -laden runoff and to retain sediment. The dry wells will capture and temporarily store stormwater from the new additional pavement before allowing it to infiltrate the soil. - Sediment shall be removed from the dry well when the sediment has accumulated to one- quarter of the design depth of the structure. All sediment removed from the structure shall be deposited in a protected area and in such a manner that it will not erode. 3.3 Storm Water Management. The best approach to storm water management for construction activities is through the use of a self -designed Storm Water Pollution Prevention Plan (SWPPP). The development of the SWPPP through the use of Best Management Practices (BMP) is to prevent erosion and pollutants from the construction materials mixing with storm water runoff and being discharged from the project site. ' BMP's should be designed to prevent, or at least control, the pollution of storm water before it has a chance to affect receiving waters. Using BMP's in this way improves the discharge water quality. Specific requirements for management of storm water and maintaining water quality include, but are not limited to: 1 4103 -3- 4103 1 A. There shall be no increase in turbidity that will cause a substantial visible contrast to natural condition; B. There shall be no suspended, colloidal, and settleable solids that will cause deposition or impair the waters for their best usages, and; C. There shall be no residue from oil and floating substances, visible oil film, globules or grease. In addition, local ordinances may affect these Best Management Practices. Any conditions or specific local ordinances are to be included in the development of the BMP's for the project. The following steps will help ensure proper handling of construction wastes: A. Contractor shall designate a waste collection area onsite. B. An adequate number of containers with lids or covers shall be placed in the collection area. C. When required, containers shall be located in a covered area. D. Waste collection shall be coordinated when containers are full. If a container does overflow, cleanup shall be performed immediately. The following steps will help ensure proper handling of hazardous construction products and materials: A. Check with local waste management authorities to determine what the requirements are for disposing of hazardous materials. B. Use all of the product before disposing of the container C. Do not remove the original product label from the container as it contains important information. D. Surplus products will not be mixed together prior to disposal unless specifically recommended E. by the manufacturer. The manufacturer's recommended disposal methods, printed on the label, shall be followed. E. Contaminated soils may be encountered onsite during earthmoving activities or during the cleanup of a spill or leak of a hazardous product. A sample of the contaminated material will require laboratory analysis. Disposal methods will be determined following the review of the analytical results. The excavated material shall be stored in a roll -off. The roll -off shall be covered to prevent precipitation from entering it. F. Residual concrete remaining in concrete mixing trucks may be emptied or washed onsite. Excess concrete and wash water shall be disposed of in a manner that prevents contact between , these materials and storm water which will be discharged from the site. Dikes shall be constructed around the area to contain these materials until they harden, at which time they may be incorporated into the fill on site, or disposed of off-site. Excess concrete, or concrete that , does not meet the project specifications shall be handled in a similar manner. On a construction site, the material storage area can become a major source of risk due to possible mishandling of materials or accidental spills. The following steps will help ensure proper material management: A. Pesticides will be handled as infrequently as possible. All applicable Federal, State, and local regulations shall be observed when using, handling, or disposing of these materials. B. Oil, gasoline, and lubricants shall be handled carefully to minimize their exposure to stormwater. C. Equipment shall be available to contain and clean up petroleum spills in fuel storage areas, and shall be on board maintenance and fueling vehicles. D. Petroleum products shall be stored in covered areas. Dikes shall be constructed around fuel vehicle storage areas to contain spills. E. The application of fertilizers shall be limited to the area specified and the minimum recommended application rate. F. Soil erosion and sediment control practices will reduce the amount of fertilizers that can leave ' the site in runoff. G. Use of detergents onsite shall be limited to only that which is essential to perform the work. -4- 1 1 1 �1 �1 i rI� L� 1 t Wash water containing detergents shall not be discharged to the storm sewer system. H. Equipment shall be available to contain and clean up spills of hazardous materials in the areas where these materials are stored or used. Spills shall be cleaned up immediately. Materials shall be stored in a dry covered area. I. Store and handle material to prevent spills. Keep materials in tightly seal containers in a well ventilated area. J. All containers shall be clearly labeled. K. Exposure to storm water contact shall be reduced if there is a spill. L. Cleanup procedures shall be clearly posted. M. Personnel responsible for responding to a spill of toxic or hazardous materials shall be identified and properly trained, or a private firm that specializes in spill cleanup shall be identified. 3.4 Water Quality & Quantity Controls. Post -construction stormwater management practices have been developed with the intention of reducing the risk of increased runoff velocity, erosion and point source discharges once the project has been completed. The post -construction practices that have been developed contain permanent structural and vegetative measures that are intended for soil stabilization, runoff control and sediment control. Permanent Control Measures 1. Grass Channel. - A grass channel shall be constructed where added vegetative protection is needed to control erosion from concentrated runoff and to reduce the rate of stormwater runoff. - All grass channels shall be constructed according to the grading plans for this project. Stabilization of the grass channel shall be as described in Section 3.2.A. - Each grass channel shall have a stable outlet consisting of a drainage structure. All outlets shall be stabilized prior to the operation of the grass channel. - Vegetation in the grass channel shall be maintained by mowing as required during the growing season to maintain grass heights between 4 to 6 inches. 3.5 Other Requirements. A. Any discharges other than storm water must be in compliance with the appropriate SPDES permit (other than this permit). B. No solid materials including building materials, shall be discharged to waters of the United States, except as authorized by a federal or state law. C. All construction activities shall be in compliance with all federal, state and local laws as required. D. The contractor shall be responsible to insure that the plan has been approved by local officials and any other authorizing agency. 3.6 Inspections. Inspections are important for visually evaluating potential storm water runoff pollution sources at the facility. All projects should be inspected periodically to ensure contaminants are not present in the storm water exiting a project site. On projects which apply for coverage under the SPDES General Permit, qualified professionals of the Owner shall inspect and evaluate the site. Qualified professionals are persons knowledgeable in the principles and practices of erosion and sediment control such as a licensed professional engineer, Certified Professional in Erosion and Sediment Control (CPESC), or a soil scientist. The Owner shall have a qualified professional conduct an assessment of the site prior to the commencement of construction and certify in an inspection report that the erosion and sediment controls described in the SWPPP have been installed or implemented. Following the commencement of construction, site inspections shall occur at least once every seven calendar days as well as within 24 hours of the end of a rain storm ' where the total rainfall is 0.5 inches or greater. Where portions of the construction area have been finally stabilized, the inspection of such portions shall be conducted at least once every month, until the entire site is finally stabilized. A copy of the erosion and sediment control inspection checklist has been included in 4,03 -5- P Appendix B. The Owner shall prepare a written summary of the project status with respect to compliance with the Permit , at a minimum frequency of every three months during which coverage under the Permit exists. The summary should address the status of achieving each component of the SWPPP. The Owner shall post at the site, in a publicly accessible location, a summary of the site inspection activities on a monthly basis. Each inspection shall, at the minimum, include the following: ' - On a site map, indicate the extent of all disturbed site areas and drainage pathways. Indicate site ' areas that are expected to undergo initial disturbance or significant site work within the next 14 - day period. - Indicate on a site map all areas that have undergone temporary or permanent stabilization. - Indicate all disturbed site areas that have not undergone active site work during the previous 14 - day period. - Inspect all soil erosion and sediment control practices and record the approximate degree of sediment accumulation as a percentage of the sediment storage volume. - Inspect all erosion and sediment control practices and record all maintenance requirements such as verifying the integrity of barrier or diversion systems (silt fencing) and containment systems (sediment basins). , - Identify any evidence of rill or gully erosion occurring on slopes and any loss of stabilizing vegetation or seeding/mulching. - Document any excessive deposition of sediment or ponding water along barriers or diversion ' systems. Record the depth of sediment within containment structures, any erosion near outlet and overflow structures, and verify the ability of rock filters around perforated riser pipes to pass water. - Discharge locations shall be inspected to ensure erosion control measures are effective in ' preventing significant impacts to receiving waters. - Location where vehicles enter or exit the site shall be inspected for evidence of offsite sediment tracking. , The process for conducting the evaluation shall follow these steps: - Review the Storm Water Pollution Prevention Plan and draw up a list of any items of concern. - List all specified control measures and areas covered in the plan. - Conduct inspections to determine whether all storm water pollution prevention measures are accurately identified in the plan, are in place, and working properly. - Document findings and inspections in a site log book. - Modify SWPPP as appropriate. (Note: The plan shall be modified by the contractor and site inspector within 7 days of the inspection). ' 3.7 Maintenance. The contractor is required to inspect and maintain all soil erosion and sediment controls throughout the duration of the project and until final stabilization of the site. "Final Stabilization" means that all soil disturbing activities at the site have been completed, and that a uniform, perennial vegetative cover with a density of 80% has been obtained. Maintenance shall include, but not be limited to, repair or replacement of any existing controls, removal of I sediment and any other measures deemed necessary, which would reduce soil erosion and sediment runoff . Sediment shall be removed from sediment traps or sediment ponds whenever their capacity has been reduced by fifty (50) percent from the design capacity. Refer to Section 3.2 for maintenance of individual controls. I 3.8 Contractors. The Contractor must sign a SWPPP certification form before undertaking any construction 4/03 -6- 1 1 activity at the site which requires implementation of the soil erosion and sediment control practices. This ' certification states that the Contractor has thoroughly read and understands all components of the SWPPP. The Contractor is responsible for any and all subcontractors working on the project. A copy of the Contractor's Certification Form has been included in Appendix C. ' 3.9 Hydraulic Calculations. The proposed grading for this project will allow the stormwater to sheet flow to proposed drainage swales adjacent to the Taxiway and apron. Adjacent surface runoff will continue to follow existing drainage patterns. A new catch basin shall be added to collect and convey water from the runway edge swale being cut-off by the proposed taxiway. Three new dry wells will be added to collect, store and leech additional storm water from the new pavement. These new structures will be linked together with 12" dia. pipes to take advantage of the combined storage potential. The storage volume of ' the new drainage system consisting of the dry wells, swales, and pipes will accommodate a rainfall event of approx. 4.6" over the new pavement. This rainfall amount corresponds to a 5 year, 24 hour storm event. In the event that the volume of water exceeds this amount, the excess will outfall,to the existing drainage system adjacent to the runway edge. 4.0 RECORD RETENTION A copy of the SWPPP shall be retained at the job site throughout the duration of the project. The Owner shall retain copies of the SWPPP, all reports, and records of data used to complete Notice of Intent, for three years from the date the site is finally stabilized. 5.0 NOTICE OF TERMINATION REQUIREMENTS Prior to filing a Notice of Termination (NOT) the Owner shall have a qualified professional perform a final i site inspection. The qualified professional shall certify that the site has undergone "Final Stabilization" using either vegetative or structural stabilization methods and that all temporary erosion and sediment controls have been removed. In addition, the qualified professional must certify that the permanent ' structure(s) have been constructed as described in the SWPPP. When the project is completed and the site has been stabilized, the Owner must submit a NOT. A copy of the NOT form has been included in Appendix D. The NOT shall be submitted to the following ' address: NYS DEC "Notice of Termination" Division of Water 625 Broadway, 4t' Floor Albany, NY 12233-3505 1 1 4/03 -7- LOCATION PLAN (See Sheet No. 1 of Contract Drawings) GENERAL PLAN (See Sheet No. 2 of Contract Drawings) GRADING PLAN (See Sheet No. 3 of Contract Drawings) SOIL EROSION & SEDEWENT CONTROL DETAILS (See Sheet No. 7 of Contract Drawings) 4/03 1 1 1 i t 1 1 1 1 1 1 1 1 I:1wI 11 Vull WEEKLY SOIL EROSION AND SEDMENT CONTROL INSPECTION CHECKLIST 4/03 EROSION AND SEDIMENT CONTROL INSPECTION CHECKLIST Airport Name: Elizabeth Field Airport Date of Inspection: Project Title: Apron and Access Taxiway Inspector's Name: Project No.: 211.008.002 Contractor's Name: The State Pollutant Discharge Elimination System General Permit for Construction Activity (Permit) requires site inspections to be conducted at least every 7 calendar days and within 24 hours of the end of a storm event of 0.5 inches of rain or greater. Prior to conducting site inspection, review previous site inspection report to identify reported deficiencies and the proposed corrective actions to address these deficiencies. During the site inspection, evaluate whether the implemented corrective actions proposed in the previous site inspection adequately addressed reported deficiencies. Did you review the previous site inspection report? Yes ❑ No ❑ Did the previous site inspection require an update to the Stormwater Pollution Prevention Plan (SWPPP)? Yes ❑ No ❑ If so was the SWPPP updated? Yes ❑ No ❑ Is the monthly site inspection summary posted? Yes ❑ No ❑ Does it need to be updated? Yes ❑ No ❑ Does the quarterly summary report need to be updated? Yes ❑ No ❑ Site Map The Permit requires the project site map be utilized as part of the site inspection process. The site map will be used to visually depict various construction stages of the site. The various stages are to be depicted by the use of different color highlighters. The following outlines the color to be used for the selected construction activity: Blue will indicate all disturbed site areas and drainage pathways that have undergone active site work within last 14 days. Green will indicate site areas which have been temporary or permanently stabilized. Yellow will indicate site areas which have not undergone construction activity within the last 14 days but will within the next seven days. Pink will indicate site areas which have not undergone construction within the last 14 days and will not undergo construction within the next 7 days. Notify contractor that this site area needs to be temporary or permanently stabilized. aro3 B-1 1 r� 1 1 [1 1 1 1 1 1 1 1 i Ap roximately how many acres are within the Blue area? Acres Approximately how many acres are within the Yellow area? Acres Ap roxiurmn y how many acres are within the Pink area? Acres Add all of the acreage from the three areas Acres If the total area is greater than five (5) acres, then the portion of the site in excess of five acres shall be temporarily or permanently stabilized, unless written permission is obtained from the NYSDEC in advance for any land disturbance of five acres or greater. 4.03 B-2 PERSON CORRECTIVE INSPECTION ITEM YES NO NOTIFIED ACTION a. Is the approximate degree of sediment accumulation as a percentage of the sediment storage volume greater than 50%? Record percentage % (SPDES permit requires sediment to removed once it extends 50% threshold) b. Are the erosion and sediment controls operating correctly? c. Is there any loss of stabilizing vegetation or seedin /mulchin ? d. Any ponding water along barrier or diversion structures? e. Any erosion near outlet and overflow structures? f. Is the construction entrance stabilized and operating correctly? f. Any evidence of rill or gully erosion occurring on slopes? g. Are rock filters around perforated riser pipes able to pass water? 4.03 B-2 EROSION AND SEDIMENT CONTROL INSPECTION CHECKLIST CHEMICAL STORAGE SECTION 4/03 B-3 M M M M M r= M M M= M M M= M M M M PERSON CORRECTIVE INSPECTION ITEM YES NO NOTIFIED ACTION a. Are outside transfer and/or storage areas kept in a neat and orderly condition? b. Are all storage containers (tanks, drums, etc.) holding fluids which could potentially pollute stormwater runoff, placed in a containment area of some kind? c. Are drums (that are not empty) properly stored in a containment area, in an upright position, under cover, on top of a pallet, and with lids or buns secure? d. Are all tanks properly labeled? e. Is there any evidence of stains or leaks from vehicles, equipment, machinery, or storage items at the facility? f. Are there any signs of unauthorized dumping? g. Is solid waste removed regularly? 4/03 B-3 M M M M M r= M M M= M M M= M M M M i = = = = = = = = = = = = = M M EROSION AND SEDIMENT CONTROL INSPECTION CHECKLIST Were the Corrective Action(s) Identified in Last Inspection Report Implemented? Yes ❑ No ❑ If yes, Did the Corrective Actions Rectify the Problem? Yes ❑ No ❑ If No, What New Corrective Actions are to be Taken and When: Indicate Deficiencies Identified During the Current Site Inspection (which were not already identified in this report): Who was Notified of Problem(s) and When Were They Notified? Corrective Actions to be Taken by Whom and When: Are the Corrective Actions to be taken consistent with the current SWPPP? Yes ❑ No ❑ If no, the SWPPP needs to be updated prior to the next site inspection to refer the inclusion of these corrective actions Contractor Signature: Inspector's Signature: C&S Reviewing P.E.: 4/03 Date: Date: Date: _ B-4 CONTRACTOR'S CERTIFICATION FORM 1 [I 1 11 CONTRACTOR S EXECUTED SWPPP CERTIFICATION TO BE INSERTED (A copy of the certification can be found in the Bid Section of the conformed Contract Documents) 1 1 NOTICE OF TERMINATION (NOT) FOR STORM WATER DISCHARGES ASSOCIATED WITH CONSTRUCTION ACTIVITY UNDER THE SPDES GENERAL PERMIT New York State Department of Environmental Conservation ' Division of Water 625 Broadway, 4th Floor Albany, New York 12233-3505 ' NOTICE TE A OTIC OF RMIN TION For Stormwater Discharges Associated with Construction Activity UNDER SPDES GENERAL PERMIT: ❑ #GP -93-06 or ® #GP -0z -0t Please indicate your permit identification number: NYR _ �,aiwG'wiw�wb-/ai+i S CY-r ttifr`l✓.n.y�_:.:._.. ,_.... - .. -"-r'-'- -a,: :f: .o .. *";'­w"^,w✓.rr..:^-.. _ _ I . Owner/Operator Dame Town of Southold/ Fishers Island Ferry District 2a. Mailing. Address: PO Box H 2b. CityrState/Zip: Fishers Island, NY 06390 ' a Contact Person Thomas Doherty r r 3b Phone 631-788-7463 3c E—mail:mgrfiferr Cafisherstsland net =.?,C "4 x Ss.`n'"°F`Tn+• „4•e' <,.?. _r. '" -R�t11 O3 <_ 4. Facility'Project Site Name: Elizabeth Field Airport / Apron and Access Taxiway, ' Sa. Street Address: — 5b. City/State/Zip: Fishers Island. NY 06390 1 11 1 1 1 7 Is site stabilized in accordance w th permit and SWPPP? ® yes ❑ no ❑ Other reason for termination of permit coverage: (briefly explain) 8a. Are tlhere permanent stormwater control structures remaining on the site? ® yes ❑ no If the answer to question 8a. is no, go to question 8c. If the answer to question 8a. is yes, answer the following questions 8b., 8c., and 8d.: 8b. Is the design and function of each described in the final SWPPP? ® yes ❑ no 8c. Have the new owners been given a copy of the operation and maintenance requirements for long-term operation? ® yes ❑ no 8d. Who will be responsible for Icing -term maintenance? Fishers Island Ferry District � I Se. What is the final percent imperviousness of the site? 56 % (1.0 acre paved out of 1.8 total site affected) I I certify under penalty of law that this document was prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person(s) who manage the system, or those persons directly responsible for gathering the information, the infomnation submitted is, to the best of my knowledge and belief, true, accurate and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. �I Printed Name: Thomas Doherty Title/Position: Port Manager Mailing Address: PO Box H Telephone: 631-788-7463 E-mail: rngrffenypfishersisland.net Signatw•e: Date: ITEM P-214 CRUSHED AGGREGATE BASE COURSE 214-1 DESCRE ION. 214-1.1 This item consists of a base course composed of crushed aggregate constructed on the prepared course in accordance with these Specifications and in conformity to the dimensions and typical cross sections shown on the Plans. 214-2 MATERIALS. 214-2.1 AGGREGATE. A. Quality Requirements. The aggregate shall consist of clean, sound, durable particles of crushed ledgerock or crushed gravel and shall be free from coatings of clay, silt, vegetable matter and other objectionable materials and shall contain no clay balls. Fine aggregate passing the number 1/4 inch sieve shall consist of fines from the operation of crushing the coarse aggregate. If necessary, fine aggregate may be added to produce the correct gradation. The fine aggregate shall be produced by crushing ledgerock that meet the requirements for wear and soundness specified for coarse aggregate. The crushed aggregate portion which is retained on the 3/8 inch sieve shall contain not more than 15 percent, by weight, of particles so flat or elongated, or both, that the ratio between the maximum and the minimum dimensions of a circumscribing rectangular prism exceed 5:1 when tested in accordance with ASTM D 4791 and shall have at least 90 percent by weight of particles with at least two fractured faces and 100 percent with at least one fractured face. The area of each face shall be equal to at least 75 percent of the smallest midsectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces. The percentage of wear shall not be greater than 45 percent when tested in accordance with ASTM C 131. The sodium sulfate soundness loss shall not exceed 12 percent, after 5 cycles, when tested in accordance with ASTM C 88. The fraction passing the No. 40 sieve shall have a liquid limit no greater than 25 and a plasticity index of not more than 4 when tested in accordance with ASTM D 4318. The fine aggregate shall have a minimum sand equivalent value of 35 when tested in accordance with ASTM D 2419. B. Gradation Requirements. The gradation (job mix) of the final mixture shall fall within the design range indicated in Table 1, when tested in accordance with ASTM C 117 and C 136. The final gradation shall be continuously well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on an adjacent sieve or vice versa. TABLE 1 REQUIREMENTS FOR GRADATION OF AGGREGATE Sieve Size 2 Inch 1/4 Inch No. 40 No. 200 Design Range Percentage by Weight Passing Sieves 100 25-60 5-40 0-10 10101 SP P-214-1 P214.doc C. Sampling and Testing. Prior to the start of production, Contractor shall submit to the Engineer, certified test results showing that the aggregate meets the Quality Requirements and Gradation Requirements of this section. At the discretion of the Engineer, the aggregates may be tested for compliance with the Quality Requirements of this specification prior to the start of and during production. The sampling points and intervals will be determined by the Engineer. Contractor shall make material available to the Engineer for compliance testing. All tests necessary to determine compliance with the specification requirements will be made by the Engineer at no expense to the Contractor. All re -testing required due to failing test results shall be at the expense of the Contractor. During production, aggregate which is not stockpiled shall be tested for compliance with Gradation Requirements at least once daily. Sampling shall be performed at the flowing aggregate stream (bins or belt discharge) or conveyor belt in accordance with ASTM D-75. Testing shall be in accordance with ASTM C-117 and C-136. In lieu of daily testing for Gradation Requirements, Contractor may elect to place aggregate in stockpiles prior to transporting to the project site. Construction and sampling of stockpiles shall be in accordance with ASTM D- 75 and NYSDOT Soil Control Procedure SCP -13, except that the maximum stockpile size shall not exceed 4,000 c.y unless authorized by the Engineer. Testing shall be in accordance with ASTM C-117 and C-136. A stockpile shall be considered acceptable for transportation to the project site when the samples tested meet the Gradation Requirements. At least two weeks prior to the start of production, the Contractor shall inform the Engineer of the methods which are proposed for providing aggregate to the project site so that arrangements can be made for sampling and testing aggregates. 214-3 SUBMITTALS AND CERTIFICATIONS. 214-3.1 Submittals of "Shop and Setting Drawings," "Working Drawings," "Catalogue Data" and "Certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and certifications required are as follows: 2144.1 PREPARING UNDERLYING COURSE. The underlying course shall be checked and accepted by the Engineer before placing and spreading operations are started. Any ruts or soft yielding places caused by improper drainage conditions, hauling or any other cause shall be corrected at the Contractor's expense before the base course is placed thereon. Material shall not be placed on frozen subgrade. 2144.2 A10O NG. The aggregate shall be uniformly blended during crushing operations or mixed in a plant. The plant shall blend and mix the materials to meet the specifications and to secure the proper moisture content for Lcompaction. 2144.3 PLACING. The crushed aggregate base material shall be placed on the moistened subgrade in layers of uniform thickness with a mechanical spreader box. The maximum depth of a compacted layer shall be 6 inches unless otherwise directed by the Engineer. If the total depth of the compacted material is more than 6 inches, it shall be constructed in two or more layers. In multi -layer construction, the base course shall be placed in approximately io/oi SP P-214-2 P2Kdoc Certified test results for flat or elongated particles. ' _ Certified test results for fractured faces. - Certified test results for wear (L.A. Abrasion). Certified test results for sodium sulfate soundness loss. Certified test results for liquid limit & plasticity index. - Certified test results for sand equivalent. - Gradation Sieve Analysis. 214.4 CONSTRUCTION METHODS. 2144.1 PREPARING UNDERLYING COURSE. The underlying course shall be checked and accepted by the Engineer before placing and spreading operations are started. Any ruts or soft yielding places caused by improper drainage conditions, hauling or any other cause shall be corrected at the Contractor's expense before the base course is placed thereon. Material shall not be placed on frozen subgrade. 2144.2 A10O NG. The aggregate shall be uniformly blended during crushing operations or mixed in a plant. The plant shall blend and mix the materials to meet the specifications and to secure the proper moisture content for Lcompaction. 2144.3 PLACING. The crushed aggregate base material shall be placed on the moistened subgrade in layers of uniform thickness with a mechanical spreader box. The maximum depth of a compacted layer shall be 6 inches unless otherwise directed by the Engineer. If the total depth of the compacted material is more than 6 inches, it shall be constructed in two or more layers. In multi -layer construction, the base course shall be placed in approximately io/oi SP P-214-2 P2Kdoc In no case will thin layers of material be added to the top layer of a base course to meet grade. If the elevation of the top layer is more than 1/2 -inch below grade, the top layer of base shall be scarified to a depth of at least 3 inches, new material added and the layer shall be blended and recompacted to bring it to grade. If the finished surface is more than 1/4 -inch above plan grade, it shall be cut back to grade and rerolled. 214-4.7 SURFACE TOLERANCE. The finished surface shall not vary more than 3/8 inch when tested with a 16 - foot straightedge applied parallel with or at right angles to the centerline or expected direction of paving operations. Any deviation in excess of this amount shall be corrected by the Contractor at the Contractor's expense. 214-4.8 MAINTENANCE. The base course shall be maintained in a condition that will meet all specification requirements until the work is accepted. Equipment used in the construction of an adjoining section may be routed over completed portions of the base course, provided no damage results and provided that the equipment is routed , over the full width of the base course to avoid rutting or uneven compaction. 214-5 METHOD OF MEASUREMENT. 1 214-5.1 The quantity of crushed aggregate base course to be paid for shall be the number of cubic yards of material i0i01 SP P-214-3 P?14.doc equal -depth layers. The previously constructed layer shall be cleaned of loose and foreign material prior to placing the next layer. The surface of the compacted material shall be kept moist until covered with the next layer. 214-4.4 COMPACTION. Immediately upon completion of the spreading operations, the crushed aggregate shall be thoroughly compacted. The number, type and weight of rollers shall be sufficient to compact the material to the required density. The moisture content of the material during placing operations shall not be below, nor more than 1-1/2 percentage points above, the optimum moisture content as determined by ASTM D 698. 214-4.5 ACCEPTANCE SAMPLING AND TESTING FOR DENSITY. Crushed Aggregate Base Course shall be accepted for density on a lot basis per lift. A lot will consist of an area prepared for testing not to exceed 2,400 square yards. Each lot shall be divided into two equal sublots. One test shall be made for each sublot. Sampling locations will be determined by the Engineer on a random basis in accordance with statistical procedures contained in ASTM D 3665. Each lot will be accepted for density when the field density is at least 100 percent of the maximum density of laboratory prepared specimens. The laboratory density shall be determined in accordance with ASTM D698. The ' in-place field density shall be determined in accordance with ASTM D 1556 or D 2167. If the specified density is not attained, the entire lot shall be reworked and/or recompacted and two additional random tests made. This procedure shall be followed until the specified density is reached. In lieu of the core method of field density determination, acceptance testing may be accomplished using a nuclear gage in accordance with ASTM D 2922. The gage should be field calibrated in accordance with paragraph 4 of D 2922. Calibration tests shall be conducted on the fust lot of material placed that meets the density requirements. Use of D 2922 results in a wet unit weight and when using this method, ASTM D 3017 shall be used to determine the moisture content of the material. The calibration curves furnished with the moisture gages shall be checked as described in paragraph 7 of D 3017. The calibration checks of both the density and moisture gages shall be made at the beginning of a job and at intervals as determined by the Engineer. If a nuclear gage is used for density determination, two random readings shall be made for each sublot. 214-4.6 FINISHING. The surface of the crushed aggregate base course shall be finished by blading or with automated equipment especially designed for this purpose. To check the surface for fine grade, the Contractor shall pin and stringline the surface with a 50 foot grid along straight sections of typical grade. In transition areas and curved sections, Contractor shall pin and stringline the surface with a 25 foot grid. Alternate methods of checking the fine grade may be used only when authorized by the Engineer. Fine grade will be acceptable when the surface is within +1/4 inch or —1/2 inch of design elevation. In no case will thin layers of material be added to the top layer of a base course to meet grade. If the elevation of the top layer is more than 1/2 -inch below grade, the top layer of base shall be scarified to a depth of at least 3 inches, new material added and the layer shall be blended and recompacted to bring it to grade. If the finished surface is more than 1/4 -inch above plan grade, it shall be cut back to grade and rerolled. 214-4.7 SURFACE TOLERANCE. The finished surface shall not vary more than 3/8 inch when tested with a 16 - foot straightedge applied parallel with or at right angles to the centerline or expected direction of paving operations. Any deviation in excess of this amount shall be corrected by the Contractor at the Contractor's expense. 214-4.8 MAINTENANCE. The base course shall be maintained in a condition that will meet all specification requirements until the work is accepted. Equipment used in the construction of an adjoining section may be routed over completed portions of the base course, provided no damage results and provided that the equipment is routed , over the full width of the base course to avoid rutting or uneven compaction. 214-5 METHOD OF MEASUREMENT. 1 214-5.1 The quantity of crushed aggregate base course to be paid for shall be the number of cubic yards of material i0i01 SP P-214-3 P?14.doc 1 fj 1 1 1 'J 1 1 1 placed, compacted and accepted by the Engineer. The quantity of crushed aggregate base course shall be measured in its final position based on the depth multiplied by the surface area of crushed aggregate base course placed in accordance with the plans and details. Crushed aggregate base course placed in areas outside those indicated without authorization will not be measured for payment. 214-6 BASIS OF PAYMENT. 214-6.1 Payment shall be made at the Contract unit price per cubic yard for Crushed Aggregate Base Course. This price shall be full compensation for furnishing all materials, for preparing and placing these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-2146.1 - Crushed Aggregate Base Course - Per Cubic Yard TESTING REQUIREMENTS ASTM C 29 Unit Weight of Aggregate ASTM C 88 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C 117 Materials Finer than No. 200 (75 mm) Sieve in Mineral Aggregates by Washing ASTM C 131 Resistance to Abrasion of Small Size Coarse Aggregate by Use of the Los Angeles Machine ASTM C 136 Sieve or Screen Analysis of Fine and Coarse Aggregate ASTM D 75 Sampling Aggregate ASTM D 422 Particle Size Analysis of Soils ASTM D 698 Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.5-1b (2.49 kg) Rammer and 12 -in (305 mm) Drop ASTM D 1556 Density of Soil in Place by the Sand -Cone Method ASTM D 1557 Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 10 -Ib (4.5 kg) Rammer and 18 -in (145 mm) Drop ASTM D 2167 Density of Soil in Place by the Rubber -Balloon Method ASTM D 2419 Sand Equivalent Value of Soils and Fine Aggregate ASTM D 2922 Density of Soil and Soil -Aggregate in Place by Nuclear Methods ASTM D 3017 Moisture Content of Soil and Soil -Aggregate in Place by Nuclear Methods ASTM D 3665 Random Sampling of Paving Materials ASTM D 4318 Liquid Limit, Plastic Limit and Plasticity Index of Soils ASTM D 4791 Flat or Elongated Particles in Coarse Aggregate MATERIAL REQUIREMENTS None END OF ITEM 1 10/01 SP P-214-4 P214.doc 1 1 ITEM P-409 BITUMINOUS PAVEMENT 409-1 DESCRIPTION. 409-1.1 This item shall consist of surface, base and true and level courses composed of mineral aggregate and bituminous material mixed in a central mixing plant that has been approved by the New York State Department of Transportation and is equipped with automatic batching controls and recording device, and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross- sections shown on the Plans. Each course shall be constructed to the depth, typical section, or elevation required by the plans and shall be rolled, finished, and approved before the placement of the next course. 409-2 MATERIALS. 409-2.1 The materials for the bituminous pavement shall meet the requirements of the New York State Department of Transportation Standard Specifications latest issue, Section 401-2 - Materials, plus all revisions and addenda pertaining thereto. The composition of the bituminous plant mixtures shall meet the requirements under Table 401-1, for the following courses: Base Course - Type 1 ' Binder Course - Type 3 Shim Course - Type 5 Top Course Type 7F 409-2.2 BITUMINOUS MATERIAL. The Performance Graded Binder (PGB) used in the production of these mixes shall be defined by AASHTO Provisional Standard MPI - Standard Specification for Performance Graded Asphalt Binder. The PGB to be used shall be PG 64-22 unless otherwise approved by the Engineer. Acceptance of the PGB is contingent upon satisfactory test results from samples taken. The PGB shall not be delivered to the HMA Production Facility at a temperature in excess of 347°F (175°C). Mixing should be done at as low a temperature as practical to obtain complete coating of asphalt on the aggregate particles and to provide a mixture that conforms to design criteria shown in Table 1. However, minimum temperature shall assure a field laydown temperature of not less than 250°F (121°C). The Contractor shall furnish vendor's certified test reports for each lot of bituminous material shipped to the project. The vendor's certified test report for the bituminous material can be the basis for acceptance or tested independently by the Engineer. 409-3 SUBMITTALS AND CERTIFICATIONS. 409-3.1 Submittals of "Shop and Setting Drawings", "Working Drawings", "Catalogue Data" and "Certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and Certifications required are as follows: - NYSDOT approved Job Mix Formulas for each type of bituminous mix used in the work. - Material identification and certification that material meets NYSDOT Standard Specifications for Plant Mix ' Pavements. - Paving plan showing the sequence and widths of paving lanes, length of pulls (showing start and stop) and 6/03 SP P-409-1 1 L� 1 t t l] F1 1 direction of pulls. Certification of scales by local governing agency. 409-4 CONSTRUCTION METHODS. 4094.1 WEATHER LIMITATIONS. The bituminous mixture shall not be placed upon a wet surface or when the underlying course is less than specified in Table 4. The temperature requirements may be waived by the Engineer, if requested; however, all other requirements including compaction shall be met. TABLE 4. BASE TEMPERATURE LIMITATIONS Mat Thickness Base Temperature (TyIinimum) < 1 in. (2.5 cm) > 1 in. (2.5 cm), < 3 in. (7.5 cm) > 3 in. (7.5 cm 50 Deg. F 10 Deg. C 45 Deg. F 7 Deg. C 40 Deg. F 4 Deg. C 4094.2 BITUMINOUS MIXING PLANT. Asphalt concrete produced in batching or continuous mix plants shall meet the requirements of New York State Department of Transportation Standard Specifications, Section 401-3.02. The automation and recordation features shall be used during plant production. The Contractor must submit evidence that the plant is currently approved by the New York State Department of Transportation to the Engineer before the start of plant production. Sufficient storage space shall be provided for each size of aggregate. The storage yard shall be neat and orderly, and the separate stockpiles shall be readily accessible for sampling. Plants used for the preparation of bituminous mixtures shall conform to the requirements of ASTM D 995. A. Truck Scales. The bituminous mixture shall be weighed on approved scales furnished by the Contractor, or on certified public scales at the Contractor's expense. Scales shall be inspected and sealed as often as the Engineer deems necessary to assure their accuracy. Scales shall conform to the requirements of the General Provisions, Section titled "Measurement of Quantities". B. Testing Facilities. The Contractor shall provide laboratory facilities at the plant for the use of the Engineer's acceptance testing and the Contractor's quality control testing in accordance with New York State Department of Transportation Standard Specifications, latest issue, Section 401-3.02. C. Inspection of Plant. The Engineer or his authorized representative shall have access, at all times, to all areas of the plant for checking adequacy of equipment; inspecting operation of the plant; verifying weights, proportions and materials properties; and checking the temperatures maintained in the preparation of the mixtures. D. Storage Bins and Surge Bins. Paragraph 3.9 of ASTM D 995 is deleted. Instead, the following applies. Use of surge bins or storage bins for temporary storage of hot bituminous mixtures will be permitted as follows: (1) The bituminous mixture may be stored in surge bins for a period of time not to exceed 3 hours . (2) The bituminous mixture may be stored in insulated storage bins for a period of time not to exceed 24 hours. The bins shall be such that mix drawn from them meets the same requirements as mix loaded directly into trucks. If the Engineer determines that there is an excessive amount of heat loss, segregation or oxidation of the mixture due to temporary storage, no overnight storage will be allowed. 409-4.3 HAULING EQUIPMENT. Trucks used for hauling bituminous mixtures shall have tight, clean, smooth metal beds. To prevent the mixture from adhering to them, the beds shall be lightly coated with a minimum amount of paraffm oil, lime solution, or other approved material. Each truck shall use a suitable cover during transit and at 1 6/03 SP P-409-2 1 1 the job site. When necessary, so that the mixture will be delivered to the site at the specified temperature, truck beds shall be insulated. 409-4.4 BITUMINOUS PAVERS. Bituminous pavers shall be self-contained, power -propelled units with an activated screed, heated if necessary, and shall be capable of spreading and finishing courses of bituminous plant mix material which will meet the specified thickness, smoothness, and grade. The paver shall have sufficient power to propel itself and the hauling equipment without adversely affecting the finished surface. The paver shall be capable of operating at forward speeds consistent with satisfactory laying of the mixture. The Contractor shall provide a bituminous paver capable of paving 25 -foot wide paving lanes. Additional screed sections shall be provided with heating units and vibratory screed extensions made by the same manufacturer as the main screed. • Automatic transverse and longitudinal grade screed control devices are required. On pavers with a screed width greater than 17 feet, controls that operate from references on both sides of the paver shall be provided. The paver shall have a receiving hopper of sufficient capacity to permit a uniform spreading operation. The hopper shall be equipped with a distribution system to place the mixture uniformly in front of the screed without segregation. The screed shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, or gouging the mixture. The paver shall be equipped with a grade control system capable of automatically maintaining the specified screed elevation. The control system shall be automatically actuated from either a reference line or surface through a system of mechanical sensors or sensor -directed mechanisms or devices which will maintain the paver screed at a predetermined transverse slope and at the proper elevation to obtain the required surface. The transverse slope controller shall be capable of maintaining the screed at the desired slope within plus or minus 0.1 percent. The controls shall be capable of working in conjunction with any of the following attachments when authorized by the Resident Engineer: A. Ski -type device of not less than 30 feet (9.14 m) in length or as directed by the Engineer. B. Taut stringline (wire) set to grade. I C. Short ski or shoe. D. Laser control. Contractor shall provide a 16 -foot straightedge. Straightedge shall be box aluminum approximately 2" x 4" and shall be available to the Resident Engineer during all paving operations. 409-4.5 ROLLERS. Rollers of the vibratory, steel wheel, or pneumatic -tired type shall be used. They shall be in good condition, capable of reversing without backlash, and operating at slow speeds to avoid displacement of the bituminous mixture. The number, type, and weight of rollers shall be sufficient to compact the mixture to the required density while it is still in a workable condition. The use of equipment which causes excessive crushing of the aggregate will not be permitted. Rollers shall be in accordance with New York State Department of Transportation Standard Specifications, latest issue, Section 401-3.06, Rollers. 4094.6 PREPARATION OF BITUMINOUS MATERIAL. The bituminous material shall be heated in a manner that will avoid local overheating and provide a continuous supply of the bituminous material to the mixer at a uniform temperature. The temperature of the bituminous material delivered to the mixer shall be sufficient to provide a suitable viscosity for adequate coating of the aggregate particles, but shall not exceed 325° F. 4094.7 PREPARATION OF MINERAL AGGREGATE. The aggregate for the mixture shall be heated and dried prior to introduction into the mixer. The maximum temperature and rate of heating shall be such that no permanent 6/03 SP P-409-3 damage occurs to the aggregates. The temperature of the aggregate and mineral filler shall not exceed 3500 F when the asphalt is added. Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged by overheating. The temperature shall not be lower than is required to obtain complete coating and uniform distribution on the aggregate particles and to provide a mixture of satisfactory workability 409-4.8 PREPARATION OF BITUMINOUS MIXTURE. The aggregates and the bituminous material shall be weighed or metered and introduced into the mixer in the amount specified by the job mix formula. The combined materials shall be mixed until the aggregate obtains a uniform coating of bitumen and is thoroughly distributed throughout the mixture. Wet mixing time shall be the shortest time that will produce a satisfactory mixture, but not less than 25 seconds for batch plants. The wet mixing time for all plants shall be established by the Contractor, based on the procedure for determining the percentage of coated particles described in ASTM D 2489, for each individual plant and for each type of aggregate used. The wet mixing time will be set to achieve 95 percent of coated particles. For continuous mix plants, the minimum mixing time shall be determined by dividing the weight of its contents at operating level by the weight of the mixture delivered per second by the mixer. The moisture content of all bituminous mix upon discharge shall not exceed 0.5 percent. 4094.9 PREPARATION OF THE UNDERLYING SURFACE. Immediately before placing the bituminous mixture, the underlying course shall be cleaned of all dust and debris. A prime coat shall be applied in accordance with Item P-602, if required by the contract specifications. For overlays, immediately before placing the bituminous mixture, the underlying course shall be cleaned and prepared in accordance with Special Provision Item P-400 - Preparation of Existing Pavement and Item P-603 Bituminous Tack Coat. Unless otherwise directed by the Engineer, Contractor shall apply Tack Coat between each lift. 409-4.10 TRANSPORTING, SPREADING AND FINISHING. The mixture shall be transported from the mixing plant to the site in vehicles conforming to the requirements of Section 409-4.3. Deliveries shall be scheduled so that spreading and rolling of all mixture prepared for one day's run can be completed during daylight hours. No paving or ' rolling will be allowed at night. Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric temperature. The Contractor shall be required to install 100 tons per hour minimum, and 800 tons per day minimum of bituminous Pavement. Contractor may elect to use a transfer vehicle to deliver mix to the paver. Laydown thicknesses shall be such that the compacted lifts fall within the following range, unless otherwise approved: Min. Lift Max. Lift Type 1 - Base 2" 4" Type 3 - Binder 21h" 31/2" Type 7F - Top 1 " 11/z " Prior to the daily placement of bituminous material, the Contractor shall prepare a daily laydown plan for approval by the Engineer. The laydown plan shall include at least (1) location of work (via a sketch) and (2) laydown temperature. The mix shall be placed and compacted at a temperature suitable for obtaining density, surface smoothness and other specified requirements but not less than 2500F. Placing of the mixture shall be continuous at a desired rate of 100 tons per hour, unless otherwise approved by the Engineer. The first pass shall be made using a taut stringline on both sides of the paver. Subsequent passes shall be made using a short ski or shoe on the previously placed lane and a taut stringline on the other side. The stringline shall be mounted on sensor brackets every 25 feet on straight sections and layed out in cords along curves. Cord length will be dependent on the radius of the curve. The shorter radius curves shall have closer spacing of sensor brackets. The 6)03 SP P-409-4 stringline shall extend onto the existing pavement, or the previous mat, at least 50 feet prior to pullout, so that the paver runs on automation. Setting grade stakes and taut stringline includes establishing all of the conditions necessary for the stringline to adequately serve for grade referencing. The factors include but are not limited to: A. Setting grade stakes away from the mat edge an additional distance to compensate for the extended distance of the wire from the stake. B. Setting the stringline at an established height, or relative height above finished grade. l� C. Stringline shall be anchored at both ends of the wire to reduce sagging. I D. Additional anchors shall be used along curved sections to assist in keeping the stringline attached to the crossarm of the grade stake. ,r E. Stringline shall be set as low as practical to help avoid disturbance by workers. Upon arrival, the mixture shall be placed to the full width by a bituminous paver. It shall be struck off in a uniform layer of such depth that when the work is completed, it shall have the required thickness and shall conform to the grade and contour indicated. The speed of the paver shall be regulated to eliminate pulling and tearing of the bituminous mat. Unless otherwise permitted, placement of the mixture shall begin along the centerline of a crowned section or on the high side of areas with a one-way slope. The mixture shall be placed in consecutive adjacent strips having a minimum width of 25 feet unless otherwise approved, except where edge lanes require strips less than 25 feet to complete the area. In cases other than the centerline joint, the longitudinal joint in one layer shall be offset from that in the layer immediately below by at least 1 foot. The joint at the centerline of the pavement shall line up with previous layer centerline joints. Transverse joints in one layer shall line up with transverse joints in the previous layers unless otherwise approved by the Engineer. Transverse joints in adjacent lanes shall line up with each other extending across the full width of the pavement. Upon completion of paving operations, transverse joints shall be sawed and sealed in accordance with the plans and as directed by the Engineer. If approved by the Engineer in special cases, transverse joints in one layer shall be offset by at least 10 feet from transverse joints in the previous layer and transverse joints in adjacent lanes shall be offset a minimum of 10 feet. Cost for sawing and sealing joints in proposed pavement shall be included in bid price per ton of asphalt. No separate measurement or payment shall be made for this work. On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the mixture may be spread, raked and luted by hand tools. No course shall be placed on top of a previously placed course on the same day unless otherwise approved by the Engineer. No course shall be placed on top of a previously placed course until the lower course has cooled to ambient temperature. Artificial means of cooling shall be prohibited. 4094.11 COMPACTION OF MIXTURE. After placing, the mixture shall be thoroughly and uniformly compacted in accordance with New York State Department of Transportation Standard Specifications, latest issue, Section 401-3.12, Compaction. The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture and be effective in compaction. Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be corrected at once. Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until all roller marks are eliminated, the surface is of uniform texture, true to grade and cross section, and the required field density is obtained. To prevent adhesion of the mixture to the roller, the wheels shall be kept properly moistened (and scrapers used), but 6iO3 SP P-409-5 r r excessive water will not be permitted. A small amount of detergent or water soluble oil may be permitted in the water used. Any mixture which becomes loose and broken, mixed with dirt, or in anway defective shall be removed and Y Y , replaced with fresh hot mixture and immediately compacted to conform to the surrounding area. This work shall be done at the Contractor's expense. Skin patching shall not be allowed. 4094.12 JOINTS. The Contractor shall develop a paving laydown plan which will minimize the number of cold joints in the pavement. The plan must be approved by the Engineer prior to the start of production paving. The formation of all joints shall be made in such a manner as to ensure a continuous bond between the courses and obtain the required density. All joints shall have the same texture as other sections of the course and meet the requirements for smoothness and grade. The roller shall not pass over the unprotected end of the freshly laid mixture except when necessary to form a transverse joint. When necessary to form a transverse joint, it shall be made by means of placing a bulkhead or by tapering the course. The tapered edge shall be cut back to its full depth and width on a straight line to expose a vertical face prior to placing the adjacent lane. In both methods, all contact surfaces shall be given a tack coat of bituminous material before placing any fresh mixture against the joint. On longitudinal joints, the Contractor shall not pave a distance to exceed ten times the ambient temperature, or a distance as directed by the Engineer. Longitudinal joints which are allowed to cool below 150°F, are irregular, damaged, uncompacted or otherwise defective, shall be cut back a minimum of 6 inches by saw cutting, or otherwise by a method approved by the Engineer to form a vertical face. No separate measurement or payment will be made for saw cutting longitudinal joints. Tack shall be applied to the joint prior to the placement of the adjacent lane. Material removed to facilitate construction of longitudinal joints shall be deducted from the total daily tonnage. Upon completion of paving operations, all transverse paving joints and all joints between existing pavement and new pavement shall be sawed and sealed in accordance with the plans and as directed by the Engineer. In addition, contractor shall saw cut and seal new joints in the final surface, at locations shown on the plans. Joint sealing shall be performed in accordance with Item P-605, Joint Sealing Filler. Cost for saw cutting and sealing joints in proposed pavement shall be included in the bid price.per ton of asphalt. No separate measurement or payment shall be made for this work. 4094.13 SHAPING EDGES. While the surface is being compacted and finished, the Contractor shall carefully trim the outside edges of the pavement to the proper alignment. Edges so formed shall be beveled while still hot with the back of a rake or a smoothing iron and thoroughly compacted by tampers or by other satisfactory methods, providing a neat, smooth and straight edge. 409-4.14 TRUE AND LEVEL COURSE. The true and leveling course shall be compacted with the same effort used to achieve compaction of the mat. Prior to the daily placement of the True and Level Course, the Contractor shall have his proposed laydown and rolling plan approved in writing by the Engineer. The plan shall indicate: A. Initial laydown temperature of the material. B. The wheel load and tire pressure of the pneumatic roller. C. The number of passes by each piece of equipment. D. The minimum temperature of the material upon completion (not less than 1750F). For compacted thickness up to 1-1/2 inches, a top course shall be used. For compacted thickness in excess of 1-1/2 inches, Type 3 - Binder shall be used. No lift of Asphalt Concrete Truing and Leveling Course shall be placed at a compacted thickness greater than 3-1/2 inches. When placing the True and Level Course, Contractor shall provide grade control as required by Section 409-4.10. 1 6/03 SP P-409-6 I If undue displacement, cracking or shoving of the material occurs or if maximum densification of the material is not achieved, the Contractor shall modify his procedure as directed by the Engineer. 409-5 ACCEPTANCE CRITERIA. A. Smoothness. The finished surfaces of the pavement shall not vary more than 3/8 inch for the base course or 1/4 inch for the surface course. Each lot shall be evaluated with a 12 -foot straightedge. The lot size shall be 2,000 square yards. Measurements will be made perpendicular and parallel to the centerline at distances not to exceed 50 feet. When more than 15 percent of all measurements within a lot exceed the specified tolerance, the Contractor shall remove the deficient area by milling and saw cutting the perimeter of the lift being repaired, and replace with new material. Tack coat shall be applied to all surfaces prior to replacement. Skin patching shall not be permitted. Repair shall be performed at no cost to the Owner. B. Grade. The finished surface of the pavement shall not vary from the grade line elevations and cross sections shown on the plans by more than 1/2 inch. The finished grade of each lot will be determined by running levels at intervals of 50 feet (15.2 m) or less longitudinally and transversely to determine the elevation of the completed pavement. The lot size shall be 2,000 square yards. When more than 15 percent of all the measurements within a lot are outside the specified tolerance, the Contractor shall remove the deficient area by milling and saw cutting the perimeter of the lift being repaired, and replace with new material. Tack coat shall be applied to all surfaces prior to placement. Skin patching for correcting low areas shall not be permitted. Repair shall be performed at no cost to the Owner. 409-6 METHOD OF MEASUREMENT. 409-6.1 The tonnage of bituminous pavement shall be measured by the number of tons of each bituminous mixture used in the accepted work. The automatic recording devices at the bituminous mixing plant will be used to determine the basis for the tonnage. 409-7 BASIS OF PAYMENT. 409-7.1 Payment shall be made at the Contract price per ton for each bituminous mixture used in the accepted work. The price shall be full compensation for furnishing all materials, including aggregates and bitumen, and for all preparation, mixing and placing these materials, and for all labor, equipment, tools and incidentals necessary to complete the item. No additional payment will be made for quality adjustment factors. Payment shall be made under: Item P-409-7.1 - Bituminous Surface Course (Type 7F, Top) - per Ton Item P-409-7.1 - Bituminous Base Course (Type 3, Binder) - per Ton END OF ITEM y 6/03 SP P-409-7 I 1 ITEM P-603 1 BITUMIlVOUS TACK COAT 1 1 t 1 1 1 1 1 1 1 1 603-1 DESCRIPTION. 603-1.1 This item shall consist of preparing and treating a bituminous or concrete surface with bituminous material in accordance with these Specifications and in conformity with the limits shown on the Contract Drawings or established by the Engineer. 603-2 MATERIALS. 603-2.1 111TVMLNOUS MATERIALS. The bituminous material shall be emulsified asphalt and shall conform to the requirements of Table 1. The type, grade, controlling specification and application temperature of bituminous material to be used shall be approved by the Engineer and shall be in accordance with the New York State Department of Transportation Standard Specifications, latest issue, plus all revisions and addenda pertaining thereto. TABLE 1 - BITUIVIINOUS MATERIAL Type and Grade Specification Emulsified Asphalt SS-lh NYSDOT Item 702-3601 CSS -1h NYSDOT Item 702-4501 HFMS-2h NYSDOT Item 702-3401 603-3 SUBMITTALS AND CERTIFICATIONS. 603-3.1 Submittals of "Shop and Setting Drawings", "Working Drawings", Catalogue Data" and "Certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and Certifications required are as follows: - Submittal for bituminous material identifying material, and meeting NYSDOT Standard Specifications. - The Contractor shall furnish the vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the Project. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. All such test reports shall be subject to verification by testing samples of material received for use on the Project. 603-4 CONSTRUCTION METHODS. 603-4.1 WEATHER LIMITATIONS. The tack coat shall be applied only when the existing surface is dry and the atmospheric temperature is above 60 degrees F. The temperature requirements may be waived, but only when so directed by the Engineer. 6034.2 EQUIPMENT. The Contractor shall provide equipment for heating and applying the bituminous material. The distributor shall be designed, equipped, maintained and operated so that bituminous material at even heat may be applied uniformly on variable widths of surface at the specified rate. The allowable variation from the specified rate shall not exceed 10 percent. Distributor equipment shall include a tachometer, pressure gages, volume measuring devices or a calibrated tank and a thermometer for measuring temperatures of tank contents. The distributor shall be self -powered and shall be equipped with a power unit for the pump and full circulation spray bars adjustable laterally and vertically. 10i01.noc SP P-603-1 A power broom and/or blower shall be provided for any required cleaning of the surface to be treated. 6034.3 APPLICATION OF BITUNIINOUS MATERIAL. Immediately before applying the tack coat, the full width of surface to be treated shall be swept with a power broom and/or air blast to remove all loose dirt and other objectionable material. Emulsified asphalt shall be diluted by the addition of water when directed by the Engineer and shall be applied a sufficient time in advance of the paver to ensure that all water has evaporated before any of the overlying mixture is placed on the tacked surface. Surface Type Application Rate (titers/m2) Application Rate (Gal/Y2) New Hot Mix Asphalt 0.14-0.18 .031- .040 Milled Surfaces 0.21-0.25 .046- .055 Existing Hot Mix Asphalt 0.21-0.25 .046-.055 Portland Cement Concrete 0.17-0.30 .037-.066 Vertical Surfaces (curbs, concrete drainage structures and appurtenances 0.27-0.32 .059-.070 The bituminous material including vehicle or solvent shall be uniformly applied with a bituminous distributor at the rates specified, unless otherwise directed by the Engineer. The application rate and method of application shall be accepted by the Engineer prior to use. Following application, the tack coat shall be allowed to cure without being disturbed for such period of time as may be necessary to permit drying and setting of the tack coat. This period shall be determined by the Engineer. The surface shall then be maintained by the Contractor until the next course has been placed. Suitable precautions shall be taken by the Contractor to protect the surface against damage during this interval. iI I 6034.4 FREIGHT AND WEIGH BILLS. Before the final estimate, the Contractor shall file with the i Engineer receipted bills when railroad shipments are made and certified weigh bills when materials are received in any other manner, of the bituminous materials actually used in the construction covered by this Contract. The Contractor shall not remove bituminous material from the tank car or storage tank until the initial outage and temperature measurements have been taken by the Engineer, nor shall the car or tank be released until the final outage has been taken by the Engineer. Copies of freight bills and weigh bills shall be furnished to the Engineer during the progress of the work. 603-5 METHOD OF MEASUREMENT. 603-5.1 The bituminous material for tack coat shall be measured by the gallon. Volume shall be corrected to the volume at 60 degrees F in accordance with Table IV -3 of The Asphalt Institute's Manual MS- 6 for emulsified asphalt. Water added to emulsify asphalt will not be measured for payment. I Ll J 1 oroi.Doc SP P-603-2 I w= m" w air a -a Sr Am a m mom MR WK m m r m TABLE IV -3 TEMPERATURE -VOLUME CORRECTIONS FOR EMULSIFIED ASPHALTS °C T 'M °C T `M °C T `M °C - T `M °C T `M� 10.0 50 1.00250 20.0 68 0.99800 30.0 86 0.99350 40.0 104 0.98900 50.0 122 0.98450 10.6 51 1.00225 20.6 69 0.99775 30.6 87 0.99325 40.6 105 0.9887.5 50.6 123 0.98425 11.1 52 1.00200 21.1 70 0.99750 31.1 88 0.99300 41.1 106 0.98850 51.1 124 0.98400 11.7 53 1.00175 21.7 71 0.99725 31.7 89 0.99275 41.7 107 0.98825 51.7 125 0.98375 12.2 54 1.00150 22.2 72 0.99700 32.2 90 0.99250 42.2 108 0.98800 52.2 126 0.98350 12.8 55 1.00125 22.8 73 0.99675 32.8 91 0.99225 42.8 109 0.98775 52.8 127 0.98325 13.3 56 1.00100 23.3 74 0.99650 33.3 92 0.99200 43.3 110 0.98750 53.3 128 0.98300 13.9 57 1.00075 23.9 75 0.99625 33.9 93 0.99175 43.9 111 0.98725 53.9 129 0.98275 14.4 58 1.00050 24.4 76 0.99600 34.4 94 0.99150 44.4 112 0.98700 54.4 130 0.98250 15.0 59 1.00025 25.0 77 0.99575 35.0 95 0.99125 45.0 113 0.98675 55.0 131 0.98225 15.6 60 1.00000 25.6 78 0.99550 35.6 96 0.99100 45.6 114 0.98650 55.6 132 0.98200 16.1 61 0.99975 26.1 79 0.99525 36.1 97 0.99075 46.1 115 0.98625 56.1 133 0.98175 16.7 62 0.99950 26.7 80 0.99500 36.7 98 0.99050 46.7 116 0.98600 56.7 134 0.98150 17.2 63 0.99925 27.2 81 0.99475 37.2 99 0.99025 47.2 117 0.98575 57.2 135 0.98125 17.8 64 0.99900 27.8 82 0.99450 37.8 l00 0.99000 47.8 118 0.98550 57.8 136 0.98100 18.3 65 0.99875 28.3 83 0.99425 38.3 101 0.98975 48.3 119 0.98525 58.3 137 0.98075 18.9 66 0.99850 28.9 84 0.99400 38.9 102 0.98950 48.9 120 0.98500 58.9 138 0.98050 19.4 67 0.99825 29.4 85 0.99375 39.4 103 0.98925 49.4 121 0.98475 59.4 139 0.98025 10/01.1)oc SP P-603-3 TABLE IV -3 TEMPERATURE -VOLUME CORRECTIONS FOR EMULSIFIED ASPHALTS IF -7c-1 °F I °C I °F I `M °C I °F 1 ';7]1 60.0 140 0.98000 68.3 155 0.97625 76.7 170 0.97250 60.6 141 0.97975 68.9 156 0.97600 77.2 171 0.97225 61.1 142 0.97950 69.4 157 0.97575 77.8 172 0.97200 61.7 143 0.97925 70.0 158 0.97550 78.3 173 0.97175 62.2 144 0.97900 70.6 159 0.97525 78.9 174 0.97150 62.8 145 0.97875 71.1 160 0.97500 79.4 175 0.97125 63.3 146 0.97850 71.7 161 0.97475 80.0 176 0.97100 63.9 147 0.97825 72.2 162 0.97450 80.6 177 0.97075 64.4 148 0.97800 72.8 163 0.97425 81.1 178 0.97050 65.0 149 0.97775 73.3 164 0.97400 81.7 179 0.97025 65.6 150 0.97750 73.9 165 0.97375 82.2 180 0.97000 66.1 151 0.97725 74.4 166 0.97350 82.8 181 0.96975 66.7 152 0.97700 75.0 167 0.97325 83.3 182 0.96950 67.2 153 0.97675 75.6 168 0.97300 83.9 183 0.96925 67.8 154 0.97650 [76.1 169 T0,797275 84.4 184 0.96900 °C = Observed Temperature in Degrees Celsius. °F = Temperature in Degrees Fahrenheit. *M = Multiplier for correcting volumes to the basis of 15.6 °C (60T). wio 1. ooc SP P-603-4 1 1 1 1 1 1 1 1 1 1 1 1 A 1 i 1 1 1 603-6 BASIS OF PAYMENT. 603-6.1 Payment shall be made at the contract unit price per gallon of bituminous material corrected at 60° F. This price shall be full compensation for furnishing all materials, for all preparation, delivery and application of these materials, and for all labor, equipment, tools and incidentals necessary to complete the item. Payment will be made under: Item P-603-6.1 - Bituminous Tack Coat - per Gallon MATERIAL REQUIREMENTS ASTM D977 Emulsified Asphalt ASTM D2397 Cationic Emulsified Asphalt Asphalt Institute Manual MS -6 Table IV -3 Temperature -Volume Corrections for Emulsified Asphalts IWOLnoc END OF ITEM SP P-603-5 ITEM P-605 JOINT SEALING FILLER 605-1 DESCRIPTION. 605-1.1 This item shall consist of sawcutting joints, providing and installing a resilient, adhesive joint sealing filler capable of effectively sealing joints and cracks in pavements, in accordance with the specifications and Contract Drawings. 605-2 MATERIALS. 605-2.1 JOINT SEALERS. Joint sealing materials shall meet the requirements of one or more of the following types as indicated on the Contract Drawings. Fed. Spec. SS -S-200 Sealing Compounds, Two -Component, Elastomeric, Polymer Type, Jet Fuel, Resistant, Cold Applied. ASTM D-1854 Jet Fuel Resistant Concrete Joint Sealer, Hot Poured Elastic Type ASTM D-2628 Preformed Polychloroprene Elastomeric Joint Seals for Concrete Pavements ASTM D-3405 Joint Sealants, Hot Poured, for Concrete and Asphalt Pavements ASTM D-3569 Joint Sealant, Hot Poured, Elastomeric, Jet Fuel Resistant Type, for Portland Cement Concrete Pavements ASTM D-3581 Joint Sealant, Hot Poured, Jet Fuel Resistant Type, for Portland Cement Concrete and Tar Concrete Pavements If preformed joint sealer is specified, the manufacturer shall certify that the preformed seal will exert a minimum pressure of 3.0 pounds per square inch when compressed to 80 percent of nominal width and a maximum of 25.0 pounds per square inch when compressed to 50 percent of nominal width. Each lot or batch of sealing compound shall be delivered to the job site in the manufacturer's original sealed container. Each container shall be marked with the manufacturer's name, batch or lot number and the safe heating temperature and shall be accompanied by the manufacturer's certification stating that the compound meets the requirements of this Specification. Each lot of preformed joint sealer delivered to the job site shall be accompanied by the manufacturer's certification stating that it meets the requirements of this Specification. 605-2.2 LUBRICANT. Lubricant for installation of preformed joint seal shall be a one -component poly- chloroprene compound containing only soluble phenolic resins blended together with anti -oxidants and acid acceptors in aromatic hydrocarbon solvent mixture and shall meet the following requirements: Average Weight Per Gallon, Pounds Solids Content, Percent by Weight Film Strength, psi Elongation, Percent Requirements 7.8 22-28 2,300 Min. 750 Min. iiss.Doc SP P-605-1 ASTM D1644, Method A D412 D412 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Each shipment of lubricant shall be delivered to the job site in the manufacturer's original sealed container. Each container shall be marked with the manufacturer's name, batch or lot number and the date of manufacture and shall be accompanied by the manufacturer's certification stating that the lubricant meets the requirements of the Specification. This lubricant shall be stored at a temperature between 50 degrees F (10 degrees C) and 80 degrees F (27 degrees Q and shall be used within 270 days of its manufacture. 605-2.3 BACKER ROD. Backer rod shall be a compressible, non -shrinking, non -staining, non-absorptive material and shall be non-reactive with the crack sealant. The melting point of the backer rod must be at least 5°F greater than the maximum pouring temperature of the sealant being used when tested in accordance with ASTM D 789. Backer rod shall have a water absorption of not more than 5% by weight when tested in accordance with ASTM C 509. The backer rod shall be 1/4 -inch larger in diameter than the nominal width of the routed and cleaned joint or crack. 605-2.4 BOND BREAKER. Bond breaker shall be polyethylene or polyester tape, 3 mil minimum thickness, non- absorptive, non-reactive, adhesive back tape, compatible with the sealer and made specifically for this purpose. Bond breaker tape shall be consistent with the joint seal manufacturer's installation instructions. 605-3 SUBMITTALS AND CERTIFICATIONS 605-3.1 Submittals of "Shop and Setting Drawings", "Working Drawings", "Catalogue Data" and "Certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and Certifications required are as follows: - Catalog Data showing that the joint sealer meets the requirements specified. - Catalog data showing that lubricant meets the requirements specified. - Catalog data showing that backer rod meets the requirements specified. - Catalog data showing that bond breaker meets the requirements specified. 605-4 CONSTRUCTION METHODS. 6054.1 TIME OF APPLICATION. Joints shall be sealed as soon as the concrete has cured the required amount of time. No traffic will be allowed on pavements (including construction vehicles) until the joints have been sealed in accordance with this Specification. The pavement temperature shall be above 40 degrees F (5 degrees C) at the time of the installation of the preformed joint seal or 50 degrees F (10 degrees Q at the time of installation of poured joint sealing material. 6054.2 PREPARATION OF JOINTS. Immediately before sealing, the joints shall be thoroughly cleaned of all laitance, curing compound and other foreign material. Cleaning shall be accomplished by sandblasting, wire brushing or high pressure water blast. Upon completion of cleaning, the joints shall be blown out with compressed air. The joint faces shall be surface dry when the seal is applied. Prior to resealing joints, the existing joint material shall be removed to the depth as shown on the Contract Drawings. If joint sealer other than that originally used is specified, all existing joint sealer shall be removed. Sandblasting or wire brushing is the recommended method of cleaning since the joints can be primed immediately after the cleaning. 6054.3 INSTALLATION OF SEALANTS. Joints shall be inspected for proper width, depth, alignment and preparation, and shall be approved by the Engineer before sealing is allowed. Sealants shall be placed in accordance with the following requirements: A. Hot Poured Sealants. The joint sealant shall be applied uniformly solid from bottom to top and shall be u95.DX SP P-605-2 1 Backup material or bond breaker in the bottom of the joint to be filled is required to control the depth of the ■ filled without formation of entrapped air or voids. A backing material shall be placed as shown on the Contract Drawings and shall be non -adhesive to the concrete or the sealant material. The heating kettle shall be an indirect heating type, constructed as a double boiler. A positive temperature control and mechanical agitation shall be provided. The sealant shall not be heated to more than 20 degrees F (A 1 degrees C) below the safe heating temperature. The safe heating temperature can be obtained from the manufacturer's shipping container. A direct connecting pressure type extruding device with nozzles shaped for insertion into the joint shall be provided. Any sealant spilled on the surface of the pavement shall be removed immediately. B. Cold Applied Sealants. Cold applied joint sealing compound shall be applied by means of pressure equipment that will force the sealing material to the bottom of the joint and completely fill the joint without spilling the material on the surface of the pavement. A backing material shall be placed as shown on the Contract Drawings and shall be non -adhesive to the concrete or the sealant material. Sealant which does not bond to the concrete surface of the joint walls, contains voids or fails to set to a tack -free condition will be rejected and replaced by the Contractor at no additional cost. Before sealing the joints, the Contractor shall demonstrate that the equipment and procedures for preparing, mixing and placing the sealant will produce a satisfactory joint seal. This shall include the preparation of two small batches and the application of the resulting material. Backup material or bond breaker in the bottom of the joint to be filled is required to control the depth of the ■ sealant, to achieve the desired shape factor and to support the sealant against indentation and sag. Backup materials and bond breakers shall be compatible with the sealant, shall not adhere to the sealant, shall be compressible without extruding the sealant and shall recover to maintain contact with the joint faces when the joint is open. C. Preformed Elastomeric Joint Seals. Preformed joint sealer shall be placed using equipment capable of installing the sealer in the upright position, without cutting, nicking, distorting or otherwise damaging the seal. Lubricant shall be applied to the concrete or the preformed seal, or both, and the seal shall be installed in a substantially compressed condition and at the depth below the surface of the pavement as shown on the Contract Drawings. The method of installation shall be such that the joint sealer will not be stretched more than 5 percent of the minimum theoretical length or compressed more than 2 percent. The method of installation shall be checked for stretching or compression, using transverse joint sealer. The check shall consist of installing sealer in five joints of at Ieast 25 feet in length, removing the sealer immediately after installation and checking the length. This check may be modified by premarking or precutting the sealer to length prior to installation if this is compatible with the equipment being used. If the measured length of any of these five sealers indicated that the sealer is stretched or compressed beyond these limits, the installation shall be modified to correct the situation. Once satisfactory sealing operations have started, one joint length per every hundred shall be removed and checked. If the limits are exceeded, the joint sealers on either side should be removed until the condition disappears. The affected joints shall be resealed in a satisfactory manner at no cost to the Owner and the method of installation shall be checked again for satisfactory procedure. The seal shall be installed in the longest practicable lengths in longitudinal joints and shall be cut at the joint intersections for continuous installation of the seal in the transverse joints. 605-5 METHOD OF MEASUREMENT. 605-5.1 No measurement will be made for direct payment of joint sealing filler, as the cost of furnishing and installing shall be considered as a subsidiary obligation in the completion of the work. 605-6 BASIS OF PAYMENT. 605-6.1 No payment will be made separately or directly for this item on any part of the work unless otherwise listed in the various pay items. All joint sealing filler will be considered a necessary and incidental part of the work and its cost shall be considered by the Contractor and included in the contract price for the pay items of work involved. I ims.noc SP P-605-3 I w TESTING REQUIREMENTS ' ASTM D-412 Tests for Rubber Properties in Tension ASTM D-1644 Tests for Nonvolatile Content of Varnishes MATERIAL REQUIREMENTS ASTM D-1854 Jet Fuel Resistant Concrete Joint Sealer, Hot Poured Elastic Type ASTM D-2628 Preformed Polychloroprene Elastomeric Joint Seals for Concrete Pavements ASTM D-3405 Joint Sealants, Hot Poured, for Concrete and Asphalt Pavements ASTM D-3406 Joint Sealants, Hot Poured, Elastomeric Type, for Portland Cement Concrete Pavements ASTM D-3569 Joint Sealant, Hot Poured, Elastomeric, Jet Fuel Resistant Type, for Portland Cement Concrete Pavements ASTM D-3581 Joint Sealant, Hot Poured, Jet Fuel Resistant Type, for Portland Cement Concrete and Tar Concrete Pavements Fed. Spec. SS -S-200 Sealing Compounds, Two Component, Elastomeric, Polymer Type, Jet Fuel Resistant, Cold Applied ' END OF ITEM 1/95. DOC SP P-605-4 L� ITEM P-612 FIELD OFFICE 612-1 DESCRIPTION. 612-1.1 This item shall consist of providing, furnishing and maintaining an Engineer's Field Office for the exclusive use of and occupancy by the Consultant field engineers. The field office and all appurtenances shall be onsite, installed and operational at least 7 days prior to commencement of construction. 612-2 FIELD OFFICE. 612-2.1 FIELD TRAILER. The field office shall meet the requirements of the New York State Department of' Transportation Standard Specifications, latest issue, plus all revisions and addenda pertaining thereto, Section 637 and shall be a Type "B" Engineer's Office. 612-2.2 FURNISHING EXISTING FACILITIES AND BUILDINGS. The Contractor may furnish equivalent facilities in existing buildings provided such facilities and buildings are located to provide convenient service and provided that the building location and facilities are approved by the Engineer in writing. 612-2.3 COMPUTER EQUIPMENT & APPURTENANCES. The Contractor shall provide and maintain a personal computer (PC) in the field office. The PC shall have a 1.0 GHz (min.) Intel Pentium processor, VGA Monitor, all required cables, 128 MB (min.) of RAM, 20 GB (min.) hard drive, and U.S. Robotics Sportster 56K modem or equal. The following software shall be installed also: Windows 98 (note: if XP, then must be XP Professional), Microsoft Office 97 Small Business Edition. The Contractor shall provide a dedicated phone line to be used with this system and an Uninterrupted Power Supply. A Microsoft compatible mouse shall be provided with applicable drivers installed. A Hewlett Packard Laser Jet IV (HP LI IV) printer (or approved equal), and all required cables, cartridges, paper and supplies shall be provided and maintained. The PC system shall be set up, configured, and operational at the time of the field office set up. Manuals shall be provided for all equipment and software, and all required appurtenances shall be provided and maintained. 612-2.4 CELL PHONE EQUIPMENT. The Contractor shall provide one Nextel cellular phone for use by on-site inspection staff. The phone shall be digital cellular phones equipped with Direct Connect (digital two-way radio feature). To insure uniform communication methods during construction, the Contractor's representative on the project site shall also possess a phone with the same features. 612-3 METHOD OF MEASUREMENT. 612-3.1 Payment will be made at the lump sum price bid for the field office. 6124 BASIS OF PAYMENT. 6124.1 The lump sum price bid shall include the cost of all labor, material, equipment, utility charges and all incidentals necessary to complete this item. Partial payments may be made at the discretion of the Engineer as the work progresses, based on contract time or % work complete. Payment will be made under: Item P-612-4.1 - Field Office - Lump Sum END OF ITEM I 3i02 SP P-612 ?612.aoc I 1 ITEM P-620 RUNWAY AND TAXIWAY PAINTING 620-1 DESCRIPTION. 620-1.1 This item shall consist of the painting of numbers, markings and stripes, including reflective media and the removal of existing markings on the surface of pavements in accordance with these specifications and at the locations shown on the Contract Drawings, or as directed by the Engineer. 620-2 MATERIALS. 620-2.1 MATERIALS ACCEPTANCE. The Contractor shall furnish manufacturer's certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. The reports can be used for material acceptance or the Engineer may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Engineer upon arrival of shipment of materials to the site. 620-2.2 PAINT. Paint shall be Waterbome, meeting the requirements of Federal Specification TT -P-1952. Paint shall be furnished in White No. 37925 or Yellow No. 33538 or Yellow No. 33655 in accordance with Federal Standard No. 595. Paint shall be furnished in Type I (standard drying time for no pick-up) or Type II (fast drying time for no pick-up) when tested in accordance with ASTM D-711. Black paint used to outline pavement markings shall meet the requirements of Federal Specification TT- P-110. Paint shall be used with reflective media for permanent pavement markings, unless otherwise shown or specified. Temporary markings and black paint shall not have reflective media. 620-2.3 REFLECTIVE MEDIA. Glass spheres shall meet the requirements of Federal Specification TT -B-1325, Type I, gradation A or Type III. 620-3 SUBMITTALS AND CERTIFICATIONS 620-3.1 Submittals of "Shop and Setting Drawings", "Working Drawings", "Catalogue Data" and "Certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and Certifications required are as follows: - Manufacturer's certified test reports showing that paint meets the requirements specified. - Manufacturer's certified test reports showing that reflective media meets the requirements specified. 6204 CONSTRUCTION METHODS. 6204.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry and when the surface temperature is above 45 degrees F (7 degrees C) and rising and the pavement temperature is at least 5 degrees F (2.7 degrees C) above the dew point, and when the weather is not foggy or windy. The suitability of the weather ' will be determined by the Engineer. 6204.2 EQUIPMENT. All equipment for the work shall be approved by the Engineer and shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead and or silica dispensing machine and such auxiliary hand painting equipment as may be necessary to satisfactorily complete the job. 1001 SP P-620-1 P620A_ DC The mechanical marker shall be an atomizing spray -type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall apply markings of uniform cross sections and clear-cut edges without running or spattering and without over spray. 6204.3 PREPARATION OF SURFACE. Immediately before application of the paint, the surface shall be dry, and free from dirt, grease, oil, laitance, or other foreign material which would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by sweeping and blowing or by other methods as required to remove all dirt, laitance, and loose materials. Paint shall not be applied to portland cement concrete pavement until the areas to be painted is clean of curing material. Sand blasting or high pressure water shall be used to remove curing materials. No direct payment for the work of this section will be made. All preparation of surfaces shall be considered a necessary and incidental part of the work and the costs shall be included in the various pay items involved. 6204.4 LAYOUT OF MARKINGS. On those sections of pavement where no previously applied markings are available to serve as a guide, the proposed markings shall be laid out in advance of the paint application. 6204.5 NON -CONFORMING MARKINGS. Existing markings that do not conform with proposed markings shall be removed by sandblasting or vacuum blasting, such that 95% of all paint is removed to the satisfaction of the Owner and Engineer. After removal of non -conforming on bituminous asphalt pavements, Contractor shall apply a pavement sealer to the area. Pavement sealer shall be applied in accordance with the manufacturers recommendations. Black paint shall not be used to cover non -conforming markings. No direct payment for the work of this section will. be made. All marking removal shall be considered a necessary and incidental part of the work and the costs shall be included in the various pay items involved. 620-4.6 APPLICATION. Contractors shall also apply reflective media to the paint. There shall be no measurement for payment for providing reflective media. The costs for providing the materials shall be considered incidental to the work and shall be included in the pay items involved. Paint shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall not be applied until the layout and condition of the surface have been approved by the Engineer. The edges of the markings shall not vary from a straight line more than 1/2 -inch in 50 feet and dimensions shall be within the following tolerances: Dimension and Spacing Tolerance 36 inches or less +/- '/z inch greater than 36 inches to 6 feet +/- 1 inch greater than 6 feet to 60 feet +/- 2 inches greater than 60 feet +/- 3 inches All paint delivered to the job site must be accompanied by the manufacturer's certification. The paint shall be delivered in sealed containers clearly labeled by the manufacturer. The reports shall not be interpreted as a basis for final acceptance. The Contractor shall notify the Engineer upon arrival of a shipment of paint to the job site. The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rates specified in this section. The addition of thinner will not be permitted. A period of time that shall elapse between placement of a bituminous surface course or seal coat and application of paint shall be in accordance with the manufacturer's recommendation. Glass beads shall be distributed upon the marked areas immediately after application of the paint. A dispenser shall be furnished which is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Application for waterborne paint shall be no more than 115 s.f./gal. Application rates for glass beads, Type I, Gradation A shall be no less than 7 lbs./gal of paint, and for Type III, no less than 12 lbs./gal of paint. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. 10/01 SP P-620-2 P620A.dm 1 1 1 1 n i Temporary markings shall be applied at a rate no greater than 50 s.f./gal. All emptied containers shall be returned to the paint storage area for checking by the Engineer. The containers shall not be removed from the airport or destroyed until authorized by the Engineer. 6204.7 REMOVAL OF TEMPORARY MARKINGS. Temporary markings shall be removed in accordance with Section 4.5, Non -Conforming Markings, of this specification. No direct payment will be made for this item. The costs of removal of temporary markings shall be included in Item M-100, Maintenance and Protection of Traffic. 620-4.8 PROTECTION. After application of the paint, all markings shall be protected from damage until the paint is dry. All surfaces shall be protected from disfiguration by spatter, splashes, spillage, or drippings of paint. 620-5 METHOD OF MEASUREMENT. 620-5.1 The quantity of runway and taxiway painting, and paint removal to be paid for shall be the number of square feet of paint (including glass beads) complete in place, or paint removed, all performed in accordance with the specifications and accepted by the Engineer. 620-6 BASIS OF PAYMENT. 620-6.1 Payment shall be made at the Contract unit price per square foot for runway and taxiway painting (including glass beads), and paint removed. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-620-6.1 - Runway and Taxiway Painting with Glass Beads - per Square Foot TESTING REQUIREMENTS IASTM D-711 No Pick -Up Time for Traffic Paint 1 MATERIAL REQUIREMENTS Fed. Spec. TT -B-1325 Beads (Glass Spheres) Retroreflective Fed. Spec. TT -P-110 Paint, Traffic Black (Non-reflectorized) Fed. Spec. TT -P-1952 Paint, Traffic and Airfield Marking, Waterborne Fed. Spec. R -P -355d Pitch, Coal Tar Emulsion (Coating for Bituminous Pavements) Federal Standard 595 Colors used in Government Procurement END OF ITEM 10/01 SP P-620-3 P620A.doc i ITEM P-625 ' COAL -TAR PITCH EMULSION SEAL COAT 625-1 DESCRIPTION. 1 625-1.1 This item shall consist of an application of a coal -tar emulsion seal coat, with or without mineral aggregate, applied on an existing, previously prepared bituminous surface, in accordance with these specifications, for the area shown on the plans or as designated by the Engineer, including temporary painting. The material is intended for use as a fuel resistant sealer. 625-2 MATERIALS. 1 625-2.1 AGGREGATE. The aggregate shall either be a natural or manufactured angular aggregate and shall be composed of clean, hard, durable, uncoated particles, free from lumps of clay and all organic matter. The aggregate shall meet the gradation in Table 1, when tested in accordance with ASTM C136. TABLE 1. GRADATION OF AGGREGATES 625-2.2 BITUMINOUS MATERIALS. The bituminous material shall be a coal -tar pitch emulsion, prepared from a high-temperature, coal -tar pitch, conforming to the requirements of ASTM D 490, grade 11/12. Oil and water gas tar shall not be used even though they comply with ASTM D 490. The coal -tar pitch emulsion shall conform to all requirements of Federal Specification R -P-355 except that the water content shall not exceed 50 percent. 625-2.3 WATER. The water used in mixing shall be potable and free from harmful soluble salts. The temperature of the water added during mixing shall be at least 50 degrees F (10 degrees Q. The pH of the water added during mixing shall conform to the requirements of the coal -tar emulsion manufacturer. 625-2.4 TEMPORARY PAINT. Temporary paint shall be provided and installed on all taxiways and taxilanes shown to be sealcoated within 24 hours of placement of bituminous surface course in accordance with Item P-620. 625-3 COMPOSITION AND APPLICATION. 625-3.1 COMPOSITION. The coal -tar pitch emulsion seal coat shall consist of a mixture of coal -tar pitch emulsion, water and aggregate in the proportions that fall within the ranges shown in Table 2. 625-3.2 JOB MIX FORMULA. For a non -rubberized seal coat, the Contractor shall submit the proportions of water, emulsion and sand proposed for use to the Engineer at least 10 days prior to the start of operations. A copy of test data showing the results of the fuel resistance test in accordance with the Mix Design Procedure contained in Section 625-3.5 shall also be submitted to the Engineer. 10ro1.n0c SP P-625-1 Percentage By Weight Sieve Size Passing Sieves , No. 8 100 No. 16 97-100 No. 20 85-100 No. 30 15-85 No. 40 2-15 No. 50 --- No. 100 0-2 , 625-2.2 BITUMINOUS MATERIALS. The bituminous material shall be a coal -tar pitch emulsion, prepared from a high-temperature, coal -tar pitch, conforming to the requirements of ASTM D 490, grade 11/12. Oil and water gas tar shall not be used even though they comply with ASTM D 490. The coal -tar pitch emulsion shall conform to all requirements of Federal Specification R -P-355 except that the water content shall not exceed 50 percent. 625-2.3 WATER. The water used in mixing shall be potable and free from harmful soluble salts. The temperature of the water added during mixing shall be at least 50 degrees F (10 degrees Q. The pH of the water added during mixing shall conform to the requirements of the coal -tar emulsion manufacturer. 625-2.4 TEMPORARY PAINT. Temporary paint shall be provided and installed on all taxiways and taxilanes shown to be sealcoated within 24 hours of placement of bituminous surface course in accordance with Item P-620. 625-3 COMPOSITION AND APPLICATION. 625-3.1 COMPOSITION. The coal -tar pitch emulsion seal coat shall consist of a mixture of coal -tar pitch emulsion, water and aggregate in the proportions that fall within the ranges shown in Table 2. 625-3.2 JOB MIX FORMULA. For a non -rubberized seal coat, the Contractor shall submit the proportions of water, emulsion and sand proposed for use to the Engineer at least 10 days prior to the start of operations. A copy of test data showing the results of the fuel resistance test in accordance with the Mix Design Procedure contained in Section 625-3.5 shall also be submitted to the Engineer. 10ro1.n0c SP P-625-1 TABLE 2. COMPOSITION OF MIXTURE Coat Type of Number Seal Coat Composition & Quantities Water Aggregate Application Rate gal./gal. lbs/gal. gal./sq. yd. ' of emul. of emul. (per application) 1st Coat Sand Slurry 0.15 (max) 2-5 0.15-0.20 2nd Coat Sand Slurry 0.15 (max) 2-5 0.15-0.20 3rd Coat Plain Emulsion 0.10 (max) - 0.08-0.10 625-3.3 APPLICATION RATE. The sand slurry coal -tar emulsion seal coat shall be applied in three coats. The first and second coats shall consist of a sand slurry; the third coat shall consist of a plain emulsion. The application rate submitted with the job mix formula shall be verified during placement of the test section and shall fall within the limits shown in Table 2. 625-3.4 TEST SECTION. Prior to full production, the Contractor shall prepare a quantity of mixture in the proportions shown in the approved mix design. The amount of mixture shall be sufficient to place a test section, a minimum of 250 square yards, at the rate specified in the job mix formula. The area to be tested shall be designated by the Engineer and shall be located on a representative section of the pavement to be seal coated. The actual application rate shall be determined by the Engineer during placement of the test section and shall depend on the condition of the pavement surface. The Contractor is required to have the manufacturer on-site during the application of the test section and during all subsequent production applications. The test section shall be used to verify the adequacy of the mixture and to determine the application rate. The same equipment and method of operations shall be used on the test section as will be used on the remainder of the work. ' If the test section should prove to be unsatisfactory, the necessary adjustments to the mix composition, application rate, placement operations, and equipment shall be made. Additional test sections shall be placed and evaluated, if required. Full production shall not begin without the Engineer's approval. Acceptable test sections shall be incorporated into the measurement for payment. 625-3.5 MIX DESIGN PROCEDURE. This procedure shall be used to determine the capability of the materials furnished by the Contractor to produce a seal coat mix within the range of Table 2. The formulation is a combination of coal tar pitch emulsion, water and sand. The samples furnished by the Contractor shall be combined in the proportions recommended by the supplier and subjected to a sequence of five tests designed to eliminate any materials or combination of materials which do not meet the test criteria. Unacceptable materials in the formulation shall be eliminated from further consideration. A. FUEL RESISTANCE 1. Scope. This method determines the resistance of the coal tar emulsion seal coat to kerosene. 2. Apparatus. 2.1 Two 6" x 6" square 16 gauge sheet metal masks with a 4" x 4" square center removed. 2.2 6" x 6" unglazed white ceramic tile with an absorption rate of 10-18 percent (determined in accordance with ASTM C 67). 2.3 Brass ring, 2" diameter and 2" high. Ito/01.DOC SP P-625-2 2.4 Kerosene meeting requirements of ASTM D 3699. 2.5 Silicone rubber sealant. 3. Procedure 3.1 Immerse the ceramic tile in distilled water for a minimum of ten minutes. 3.2 Remove excess water from the file to produce a damp surface before applying the seal coat. 3.3 Using the mask described in 2.1 apply one layer of the coal tar emulsion mixture to the tile. Spread even with the top of the mask using a spatula or other straight edge. ' 3.4 Allow the sample to cure for 96 hours at 77 + 2 degrees F and 50 + 10 percent relative humidity. 3.5 Position a second mask on top of the first mask. 3.6 Apply a second coat of coal tar emulsion mixture. Spread even with the top of the second mask. 3.7 Cure as in step 3.4. 3.8 After curing, affix the brass ring to the seal coat on the tile with silicone rubber. 3.9 Fill the brass ring with kerosene. 3.10 After 24 hours, remove the kerosene from the brass ring, blot dry and immediately examine the film for softness and loss of adhesion. Immediately after the film is examined, break the tile in half, exposing that part of the tile whose film was subjected to the kerosene. 3.11 Evaluate for penetration of kerosene through the sealer and loss of adhesion. 4. Report 4.1 Report the results as pass or fail. Visible evidence of leakage or discoloration shall constitute failure of the test. A "pass" rating in the fuel resistance test is required. 6254. SUBMITTALS AND CERTIFICATIONS. 6254.1 Submittals of "Shop and Setting Drawings", "Working Drawings", Catalogue Data" and "Certifications" ' for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and Certifications required are as follows: - Submittal for aggregate meeting the requirements specified. , - Gradation sieve analysis for aggregate. - Submittal for bituminous material meeting the requirements specified. - Coal -tar pitch emulsion job mix formula. - Rates and method of application. 625-5 CONSTRUCTION METHODS. 625-5.1 WEATHER LIMITATIONS. The seal coat shall not be applied when the surface is wet or when the humidity or impending weather conditions will not allow proper curing nor when the atmospheric or pavement temperature is below 50 degrees F (10 degrees C), unless otherwise directed by the Engineer. 625-5.2 EQUIPMENT AND TOOLS. The Contractor shall furnish all equipment, tools, and machinery necessary for the performance of the work. a. Distributors. Distributors or spray units used for the spray application of the seal coat shall be self- propelled and capable of uniformly applying 0.15 to 0.55 gallons per square yard (0.69 to 2.5 liters per square meter) of material over the required width of application. Distributors shall be equipped with removable manhole covers, tachometers, pressure gauges, and volume -measuring devices. The mix tank shall have a mechanically powered, full -sweep mixer with sufficient power to move and , homogeneously mix the entire contents of the tank. 10/01.00c SP P-625-3 The distributor shall be equipped with a positive pump so that a constant pressure can be maintained on the mixture to the spray nozzles. b. Mixing Equipment. The mixing machine shall have a continuous flow mixing unit capable of accurately delivering a predetermined proportion of aggregate, water and emulsion and of discharging the thoroughly mixed product on a continuous basis. The mixing unit shall be capable of thoroughly blending all ingredients together and discharging the material to the spreader box without segregation. c. Spreading Equipment. Attached to the mixing machine shall be a mechanical -type squeegee distributor, equipped with flexible material in contact with the surface to prevent loss of slurry from the spreader box. It shall be maintained to prevent loss of slurry on varying grades and adjusted to assure uniform spread. There shall be a lateral control device and a flexible strike -off capable of being adjusted to lay the slurry at the specified rate of application. The spreader box shall have an adjustable width. The box shall be kept clean; coal -tar emulsion and aggregate build-up on the box shall not be permitted. d. Calibration. The Contractor shall famish all equipment and materials and labor necessary to calibrate the equipment. It shall be calibrated to assure that it will produce and apply a mix that conforms to the job mix design. Commercial equipment should be provided with a method of calibration by the manufacturer. All calibrations shall be made with the approved job materials prior to applying the seal coat to the pavement. A copy of the calibration test results shall be famished to the Engineer. 625-5.3 PREPARATION OF PAVEMENT SURFACE. Bituminous pavement surfaces which have been softened by petroleum derivatives or have failed due to any other cause shall be removed to the full depth of the damage and replaced with new bituminous concrete similar to that of the existing pavement. Areas of the pavement surface to ' be treated shall be in a firm consolidated condition. They shall be sufficiently cured so that there is no concentration of oils on the surface. A period of 90 days shall elapse between the placement of a bituminous surface course and the application of the seal coat. It is expected that owner will take beneficial occupancy of the area before application of the seal coat. The Contractor shall be responsible for cleaning the pavement surface and supplying a phasing plan for application that allows continued use of the apron area during application. Temporary paint shall be provided and installed on all taxiways and taxilanes shown to be sealcoated within 24 hours of placement of bituminous surface course in accordance with Item P-620. The cost of temporary paint shall be considered incidental to Item P-625 and shall not be paid for separately. Cracks and vegetation in cracks shall be treated in accordance with Item P-400 Preparation of Existing Pavement. 625-5.4 CLEANING EXISTING SURFACE. Prior to placing the seal coat, the surface of the pavement shall be clean and free from dust, dirt, or other loose foreign matter, grease, oil, or any type of objectionable surface film. When directed by the Engineer, the existing surface shall be cleaned with wire brushes and a power blower. Areas that have been subjected to fuel or oil spillage shall be wire brushed to remove any dirt accumulations. The area shall then be primed with shellac or a synthetic resin to prevent the seal coat from debonding. ' 625-5.5 BOND COAT. After the surface has been prepared, a bonding coat of 3 parts water to 1 part coal tar pitch emulsion shall be applied as a bonding agent. The bond coat shall be applied at the rate of 0.05 to 0.10 gal/sy of surface. A bond coat shall be applied only if recommended by the seal coat supplier. When a bond coat is not recommended, the pavement shall be dampened with a fog spray of water if recommended by the seal coat supplier. No standing water shall remain on the surface. ' 625-5.6 HANDLING. The mixture shall be continuously agitated from the initial mixing until its application on the pavement surface. The distributor or applicator, pumps, and all tools shall be maintained in satisfactory working 10i01.00c SP P-625-4 condition. 625-5.7 APPLICATION OF SAND SLURRY. The sand slurry shall be applied in two applications at a uniform , rate with a distributor, spray unit, or squeegee at the approved rate determined from the test section. When the emulsion, water and aggregate are blended, the material shall be premixed to produce a homogeneous mixture of uniform consistency. The quantities of materials to be combined in each batch shall be in accordance with the approved mix design. The mixing sequence of the various components shall be the same as indicated in the job mix formula. After all components are in the mixer, the mixing shall continue for approximately five minutes or longer, if necessary. The mixing shall produce a smooth, free flowing homogeneous mixture of uniform consistency. Slow mixing shall be continuous from the time the emulsion is placed into the mixer until the slurry is applied by distributor truck or I poured into the spreading equipment. During the entire mixing process, no breaking, segregating, or hardening of g the emulsion nor bailing, lumping, or swelling of the aggregate shall be permitted. The slurry shall be applied at a uniform rate to provide the quantity determined during placement of the test strip. When a spreader box is used, a sufficient amount of slurry shall be fed in the spreader box to keep a full supply against the full width of the squeegee, so that complete coverage of all surface voids and cracks is obtained. Manufacturer's recommendations regarding application by spraying or squeegeeing should be followed. In areas inaccessible to equipment, the slurry may be applied by means of a hand squeegee. Upon completion of the work, the seal coat shall have no pin holes, bare spots, or cracks through which liquids or ' foreign matter could penetrate to the underlying pavement. The finished surface shall present a uniform texture. Each application shall be allowed to dry thoroughly before the next coat is applied. I 625-5.8 APPLICATION OF PLAIN EMULSION. Plain emulsion shall be applied at a uniform rate with a distributor or spray unit at the approved rate determined from the test section. When it is necessary to dilute the emulsion in order to aid application, the emulsion may be diluted with clean water but not by more than 10 percent. 625-5.9 CURING. The seal coat shall be permitted to dry for a minimum of 24 hours after the final application before opening to traffic and shall be sufficiently cured to drive over without damage to the seal coat. It is the Contractor's responsibility to ensure the seal coat is sufficiently cured before opening the pavement to traffic. Any damage to the uncured mixture shall be the responsibility of the Contractor to repair. Contractor shall be responsible for cleaning all surfaces upon which the seal coat is tracked. Contractor shall provide warning tape & cones or barricades at all entrances to buildings to prevent inadvertent tracking. Contractor shall also provide runners at building entrances that must remain open for airport operations. 625-6 QUALITY CONTROL. 625-6.1 CONTRACTOR'S CERTIFICATION. The Contractor shall furnish the manufacturer's certification that ' each consignment of emulsion shipped to the project meets the requirements of Federal Specification R -P-355, except that the water content shall not exceed 50 percent. The certification shall also indicate the solids and ash content of the emulsion and the date the tests were conducted. The certification shall be delivered to the Engineer prior to the beginning of work. The manufacturer's certification for the emulsion shall not be interpreted as a basis for final acceptance. Any certification received shall be subject to verification by testing samples received for project use. 625-6.2 SAMPLING. Four random samples of material, from each days production, shall be tested for viscosity to determine conformance with the requirements contained in Table 3. One random sample per day shall be tested for the other properties of Table 3. In addition, a one -quart sample will be obtained daily and stored in a glass container. The container shall be sealed against contamination and retained in storage by the Owner for a period of , six months. Samples shall be stored at room temperature and not be subjected to freezing temperatures. The Contractor shall provide a qualified testing laboratory to acquire all samples and perform all required testing at the Contractor's expense. All test results shall be submitted to the engineer within 24 hours of sampling. 10/01Dnoc SP P-625-5 1 1 1 1 1 1 1 1 1 1 1 1 1 i A sample of undiluted coal tar emulsion shall be taken from each consignment shipped to the job. 625-7 METHOD OF MEASUREMENT. 625-7.1 The quantity of coal -tar pitch emulsion seal coat to be paid for shall be the number of square yards measured at the completion of the final application. Satisfactory test sections shall be included in the measurement; however, unsatisfactory or failing test sections shall be omitted from measurement. 625-8 BASIS OF PAYMENT. 625-8.1 Payment shall be made at the Contract unit price per square yard for coal -tar pitch emulsion seal coat. These prices shall fully compensate the Contractor for furnishing all materials and for all labor, equipment, tools, temporary painting, and incidentals necessary to complete the items. Payment will be made under: Item P-625-8.1 - Coal -Tar Pitch Emulsion Seal Coat - Per Square Yard TESTING REQUIREMENTS ASTM 136 Sieve or Screen Analysis of Fine and Coarse Aggregates MATERIAL REQUIREMENTS Fed. Spec. R -P-355 Pitch, Coal -Tar Emulsion (Coating for Bituminous Pavements) ASTM D 490 Tars (for use in) Road Construction END OF ITEM 10i01.o0c SP P-625-6 ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS 701-1 DESCRIPTION. 701-1.1 This item shall consist of the construction or removal of pipe culverts and storm drains in accordance with these Specifications and in reasonably close conformity with the lines and grades shown on the Plans. The bid price per linear foot of pipe in place shall include the cost of excavation, backfill and restoration of surfaces, , removal of water, the cost of furnishing and installing all trench bracing, all pipe and fittings required to complete the pipe drain as shown on the Plans and the material for and the making of all joints including all connections to existing drainage pipe and structures. 701-2 MATERIALS. 701-2.1 GENERAL. Materials shall meet the requirements shown on the Plans and specified below. 701-2.2 PIPE. Pipe shall be of the type called for on the plans or in the proposal and shall be in accordance with ' the following appropriate requirements. Metallic Coated Corrugated Steel Pipe (Type I, IIR or II) ASTM A 760 Post -Coated and Lined (Bituminous or Concrete) Corrugated Steel Sewer and Drainage Pipe ASTM A 849 Corrugated Aluminum Alloy Culvert Pipe ASTM B 745 Reinforced Concrete Pipe ASTM C 76 Reinforced Concrete Arch Pipe ASTM C 506 Reinforced Concrete Elliptical Pipe ASTM C 507 Polyvinyl Chloride (PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings ASTM F 949 Polyvinyl Chloride (PVC) Pipe ASTM D 3034 ' Corrugated Polyethylene Drainage Tubing AASHTO M 252 Corrugated Polyethylene Pipe, 300 to 1200 mm Diameter (SICPP) AASHTO M 294M Polyvinyl Chloride (PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter ASTM F 794-97 Reinforced Concrete Pipe End Sections NYSDOT 706-07 Galvanized Steel Pipe End Sections NYSDOT 707-10 701-2.3 CONCRETE. Concrete shall be in accordance with the New York State Department of Transportation Standard Specifications, latest issue, plus all revisions and addenda pertaining thereto, Section 555-2. Unless otherwise shown on the Plans, the concrete shall be Class A, with a maximum permissible slump of 3 1h inches. Cement shall be Portland Cement Type I or Type II. 701-2.4 RUBBER GASKETS. Rubber gaskets for rigid pipe shall conform to the requirements of ASTM C 443. Rubber gaskets for PVC and polyethylene pipe shall conform to the requirements of ASTM F 477. Rubber gaskets for zinc -coated steel pipe and precoated galvanized pipe shall conform to the requirements of ASTM D 1056, for the "RE" closed cell grades. Ribbed PVC pipe shall have a flexible elastomeric seal conforming to ASTM D 3212. , 701-2.5 MORTAR. Mortar shall be composed of one part portland cement and two parts mortar sand, by volume. The portland cement shall conform to the requirements of ASTM C 150, Type I. The sand shall conform to the requirements of ASTM C 144. Hydrated lime may be added to the mixture of sand and cement in an amount not to exceed 15% of the weight of cement used. The hydrated lime shall meet the requirements of ASTM C-206. The 10101 SP D-701-1 WOLDOc I r water shall be clean and free of deleterious amounts of acid, alkalies, or organic material. If the water is of questionable quality, it shall be tested in accordance with AASHTO T-26. 701-2.6 JOINT FILLERS. Poured filler for joints shall conform to the requirements of ASTM D 1190. 701-2.7 PLASTIC GASKETS. Plastic gaskets shall conform to the requirements of AASHTO M 198 (Type B). 701-2.8 CONTROLLED LOW STRENGTH MATERIAL (CLSM). Controlled low strength material shall conform to the requirements of Item P-153. When CLSM is used, all joints shall have gaskets. 701-2.9 LINING. Lining, if required, shall be as specified on the Plans. 701-2.10 BRICK. Brick, if required, shall conform to the requirements of ASTM C 32, Grade SM. 701-3 SUBMITTALS AND CERTIFICATIONS 701-3.1 Submittals of "Shop and Setting Drawings", "Working Drawings", "Catalogue Data" and "Certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and Certifications required are as follows: Catalog data for each type of pipe meeting the requirements specified. NYSDOT approved Concrete Mix Design. 7011 CONSTRUCTION METHODS. ' 7014.1 EQUIPMENT. All equipment necessary and required for the proper construction of storm sewers and culverts shall be on the Project, in first-class working condition and approved by the Engineer before construction is permitted to start. The Contractor shall provide appropriate hoisting equipment to handle the pipe while unloading and placing it in its final position without damage to the pipe. The Contractor shall provide hand tampers and pneumatic tampers to obtain the required compaction of the pipe bed and the backfill, as specified. 7014.2 EXCAVATION. The Contractor shall do all unclassified excavation to the required depths as shown on the Plans. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the pipe and thorough tamping of the bedding material under and around the pipe, but shall not be less than the external diameter of the pipe plus 6 inches on each side. ' Where rock, hardpan or other unyielding material is encountered, it shall be removed below the foundation grade for a depth of at least 12 inches or 1/2 inch for each foot of fill over the top of the pipe, whichever is greater, but not more than three-quarters of the nominal diameter of the pipe. The width of the excavation shall be at least 1 foot greater than the horizontal outside diameter of the pipe. The excavation below grade shall be backfilled with selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over 6 inches in uncompacted depth to form a uniform but yielding foundation. Where a firm foundation is not encountered at the grade established due to soft, spongy or other unstable soil, the unstable soil shall be removed and replaced with approved granular material for the full trench width. The Engineer ' shall determine the depth of removal necessary. The granular material shall be compacted to provide adequate support for the pipe. The excavation for pipes that are placed in embankment fill shall not be made until the embankment has been completed to a height above the top of the pipe as shown on the Plans. 10/01 SP D-701-2 D70I.Doc All required excavation shall be included in the unit price bid per lineal foot for the pipe, including rock excavation, if encountered. The Contractor shall do such trench bracing, sheeting or shoring necessary to perform and protect the excavation as required for safety and conformance to governing laws. The bracing, sheeting or shoring shall not be removed in one operation, but shall be done in successive stages as determined by the Engineer to prevent overloading of the pipe during backfilling operations. The cost of the bracing, sheeting or shoring and the removal of same shall be included in the unit price bid per foot for the pipe. All trench bracing, sheeting and shoring shall be in accordance with the Sheeting and Bracing section of the General Provisions. 7014.3 PIPE REMOVAL. Where existing pipe are to be removed in the same trench as proposed pipes, the Contractor shall consider such removal including headwalls and end sections as an incidental part of construction and include the costs thereof in the various pay items involved. Where existing pipes are to be removed outside of proposed trenching limits, they shall be paid for separately. The cost of such removal shall include excavation, pipe, headwall and end section removal, disposal, bulkheads, and backfill. Restoration shall be as specified below in the section titled "Cleaning and Restoration of Site". Backfill shall be with suitable on-site material unless otherwise shown or specified. Backfill under paved areas shall be as shown on the Contract Drawings. Pipes shall be removed as shown on the Contract Drawings and as directed by the Engineer. When pipes are removed and disconnected from existing structures, the opening in the structure shall be closed watertight with brick and mortar. When pipes are to be replaced, any structure modifications required to accept the proposed pipe shall be done with all connections grouted watertight. 7014.4 BEDDING. The pipe bedding shall conform to the class or type as specified on the Plans. A. Rigid Pipe. Class A bedding shall consist of a continuous concrete cradle conforming to the Plan details. Class B bedding shall consist of lining material placed in loose layers not exceeding 6 inches to the depths and widths as shown on the Plans or as directed by the Engineer. Each layer shall be thoroughly compacted to prevent after settlement. Class C bedding shall consist of bedding the pipe in its natural foundation to a depth of not less than 10 percent of its vertical outside diameter. The bed shall be shaped to fit the pipe and shall have recesses shaped to receive the bell of bell and spigot pipe. B. Flexible Pipe. For flexible pipe, the bed shall be roughly shaped to fit the pipe and a bedding blanket of I sand or fine granular material shall be provided as shown on the Plans or as directed by the Engineer. C. PVC and Polyethylene Pipe. For PVC and polyethylene pipe, the bedding material shall consist of course sands and gravels with a maximum particle size of 3/4 -inch. For pipes installed under paved areas, no more than 12 percent of the material shall pass the No. 200 sieve. For all other areas, no more than 50 percent of the material shall pass the No. 200 sieve. The bedding shall be placed to the depths and widths as shown on the Plans or as directed by the Engineer. 701-4.5 LAYING PIPE. The pipe laying shall begin at the lowest point of the trench and proceed upgrade. The lower segment of the pipe shall be in contact with the bedding throughout its full length. Bell or groove ends of rigid pipes and outside circumferential laps of flexible pipes shall be placed facing upgrade. The Contractor's facilities for lowering the pipe into the trench shall be such that neither the pipe nor the trench will be damaged or disturbed. The Engineer shall inspect all pipe before it is laid and reject any section that is damaged , by handling or is defective to a degree which will materially affect the function and service of the pipe. The grade and alignment of each pipe shall be determined and maintained by the use of an approved laser system or approved batter boards (over the trench or parallel lines). 10/01 SP D-701-3 MOLDOC I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The laser system shall be operated according to the manufacturer's recommendations and safety standards. The line and grade of the laser shall be checked at not more than 50 -feet away from the starting point and then periodically throughout the course of the working day. Any variation from the line and grade shall be immediately reported to the Engineer. When the line parallel to the grade of the sewer is used, this line is to be supported above the ground surface on batter boards spaced not to exceed 40 -feet apart and rigidly anchored to and supported by substantial posts driven into the ground on each side of the trench. Not less than 3 batter boards shall be installed and maintained in proper position at all times as a check on the accuracy of the grade lines. The Engineer shall be immediately notified of any misalignment of batter boards set in accordance with established cuts or elevations. The elevations of batter boards and the alignment of the grade line shall be determined from the elevations and alignment of the offset points located alongside the trench except where established directly by means of surveying instruments. The pipe shall be firmly and accurately set to line and grade so that the invert will be smooth and uniform. The pipe shall be protected from water during placement and until the mortar in the joints has thoroughly set. Pipe shall not be laid on frozen ground. The upgrade end of pipelines not terminating in a structure shall be plugged or capped as approved by the Engineer. Pipe which is not true in alignment or which shows any settlement after laying shall be taken up and relaid without extra compensation. The Contractor shall provide, as may be necessary, for the temporary diversion of stream flow in order to permit the installation of the pipe under dry conditions. Paved or partially lined pipe shall be placed so that the longitudinal centerline of the paved segment coincides with the flow line. Elliptical and elliptically reinforced pipes shall be placed with the manufacturer's top of pipe mark within five degrees of a vertical plane through the longitudinal axis of the pipe. 7014.6 JOINING PIPE. Joints shall be made with rubber gaskets, plastic gaskets or coupling bands. Rubber ring gaskets shall be installed to form a flexible watertight seal. A. Concrete Pipe. Concrete pipe may be either bell and spigot or tongue and groove. The method of joining pipe sections shall be such that the ends are fully entered and the inner surfaces are reasonably flush and even. B. Metal Pipe. Metal pipe shall be firmly joined by form fitting bands conforming to the requirements of ASTM A760 for steel pipe and AASHTO M 196 for aluminum pipe. C. PVC and Polyethylene Pipe. Joints for PVC and polyethylene pipe shall conform to the requirements of ASTM D 3212. Joints for PVC and polyethylene pipe shall shall conform to the requirements of AASHTO M 304. Gaskets for polyethylene pipe shall conform to the testing requirements of ASTM F477. Fittings for polyethylene pipe shall conform to the requirements of AASHTO M 252 or M 294M. 7014.7 BACKFILLING. Pipes shall be inspected before any backfill is placed and any found to be out of alignment, unduly settled or damaged shall be removed and relaid or replaced at the Contractor's expense. Materials for backfill shall be as shown on the Plans. Backfill with suitable on-site material, when specified, shall not contain frozen lumps, nor stones that would be retained on a 2 -inch sieve, nor chunks of highly plastic clay or other objectionable material. If specified, backfill with Controlled Low Strength Material shall meet the requirements of Item P-153. 10,101 SP D-701-4 D701.DOC 1 When the top of the pipe is even with or below the top of the trench, backfill shall be compacted in layers not exceeding 6 inches on both sides of the pipe and to an elevation of 1 foot above the top of the pipe or to natural ground level, whichever is greater. Care shall be exercised to thoroughly compact the backfill material under the haunches of the pipe. Material shall be brought up evenly on both sides of the pipe. When the top of the pipe is above the top of the trench, the backfill shall be compacted in layers not exceeding 6 ' inches and shall be brought up evenly on both sides of the pipe to an elevation of 1 foot above the top of the pipe. The width of backfill on each side of the pipe for the portion above the top of the trench shall be as shown on the Plans or as directed by the Engineer. For PVC and polyethylene pipe, the backfill shall be placed in two stages; one to the top of the pipe and the other at least 12 inches over the top of the pipe. The backfill material shall be as specified above in the section titled "Bedding ". All backfill shall be compacted to the density required under Item P-152. 701-4.8 CONNECTIONS. Where the Plans call for connections to existing or proposed structures, these connections shall be watertight and made so that a smooth uniform flow line will be obtained throughout the drainage system. 701-4.9 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt and rubbish from the site. Suitable material may be deposited in embankment or shoulders areas. Unsuitable material shall be disposed of off airport property or as ordered by the Engineer. When no other work is proposed over the pipe trench under this contract, the Contractor shall restore all disturbed areas to their original condition. After all work is completed, the Contractor shall remove all tools and other equipment, leaving the entire site free, clear and in good condition. Performance of the work described in this Section is not payable directly, but shall be considered as a subsidiary obligation of the Contractor covered under the contract unit price for the pipe. 7014.10 INSPECTION. Prior to final approval of the drainage system, the Engineer, accompanied by the Contractor's representative, shall make a thorough inspection by an appropriate method of the entire installation. Any indication of defects in material or workmanship or obstruction to flow in the pipe system shall be further investigated and corrected. Defects due to the Contractor's negligence shall be corrected by the Contractor without additional compensation and as directed by the Engineer. To detect leakage in precast concrete pipes installed under existing or proposed pavement, the pipe shall be subjected to an exfiltration test in accordance with ASTM C 969, or precast concrete pipe between 4 inches and 24 inches in diameter may be tested with low pressure air in accordance ASTM C 924. The exfiltration test shall be performed between consecutive manholes (or end sections). The test shall be performed by filling the pipe with water to a height of two feet above the top of the pipe at the upstream manhole or two feet above ground water, whichever is higher, and allowing the pipe to remain saturated for a period of 72 hours. When subjected to such test, the allowable leakage shall not exceed 200 gallons per inch of pipe diameter per mile in a 24-hour period. Allowable losses for air pressure testing shall meet the criteria contained in ASTM C 924. Use or failure of an air test shall not preclude acceptance by appropriate water exfiltration testing. To detect leakage in plastic pipes installed under existing or proposed pavement, the pipe shall be subjected to a low pressure air in accordance ASTM F 1417. Allowable losses for air pressure testing shall meet the criteria contained in ASTM F 1417. Any pipe sections failing the exfiltration or air test shall be repaired and retested. If passing tests cannot be achieved, the pipe sections shall be removed and new pipe installed. , 10/01 SP D-701-5 n70I.DX 1 701-4.11 REMOVAL OF WATER. Removal of water, if encountered, shall be in accordance with the Removal of Water Section of the General Provisions. Performance of the work described in this Section is not payable directly, but shall be considered as a subsidiary obligation of the Contractor and included in the contract price for the pay items of work involved. 701-5 METHOD OF MEASUREMENT. 701-5.1 The length of pipe to be installed shall be measured in linear feet of pipe in place, completed and approved. It shall be measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. All trenching, excavation, common backfill, sheeting and bracing, restoration of surfaces, dewatering, structure modifications, connections, fittings and pressure tests (as required) shall be included in the footage as typical pipe sections in the pipe being measured. 701-5.2 The number of each type and size of end section shall be measured by the unit, complete and in place. 701-6 BASIS OF PAYMENT. 701-6.1 Payment will be made at the contract unit price per linear foot of the type, size and class of pipe designated to be installed. This price shall be full compensation for furnishing of all materials and for all preparation, excavation and installation or removal of these materials and for all labor, equipment, tools and incidentals necessary to complete the items. 701-6.2 Payment will be made at the contract unit price per each end section famished and installed in place. This price shall be full compensation for the famishing of all materials and for all preparation, excavation and installation of these materials and for all labor, equipment, tools and incidentals necessary to complete this item. Payment will be made under: Item 701-6.1 12 -Inch Diameter SICPP (Smooth Interior Corrugated Polyethylene Pipe) - Per Linear Foot 10/01 SP D-701-6 D701.DOC MATERIAL REQUIREMENTS ASTM A 760 Corrugated Steel Pipe, Metallic Coated for Sewers and Drains ASTM A 849 Post -Coated and Lined (Bituminous or Concrete) Corrugated Steel Sewer and Drainage Pipe ASTM B 745 Corrugated Aluminum Alloy Culvert Pipe ASTM C 32 Specification for Sewer and Manhole Brick ASTM C 76 ASTM C 94 Reinforced Concrete Culvert, Storm Drain and Sewer Pipe Ready Mixed Concrete ASTM C 144 Aggregate for Masonry Mortar ASTM C 150 Portland Cement ASTM C 206 Specification for Finishing Hydrated Lime ' ASTM C 443 Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets ASTM C 506 Reinforced Concrete Arch Culvert, Storm Drain and Sewer Pipe ASTM C 507 ASTM C 924 Reinforced Concrete Elliptical Culvert, Storm Drain and Sewer Pipe Testing Concrete Sewer Lines by Low -Pressure Sir Test ASTM C 969 Infiltration an Exfiltration Acceptance Testing of Installed Precast Concrete Pipe Sewer Lines ' ASTM D 1056 Flexible Cellular Materials - Sponge or Expanded Rubber 10/01 SP D-701-6 D701.DOC ASTM D 1190 Specification for Concrete Joint Sealer, Hot -Poured Elastic Type ASTM D 3034 Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings ASTM D 3212 Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals , ASTM F 477 Elastomeric Seals (Gaskets) for Joining Plastic Pipe ASTM F 794 Polyvinyl Chloride (PVC) Ribbed Drain Pipe & Fittings Based on Controlled Inside Diameter ASTM F 949 Polyvinyl Chloride (PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings ASTM F 1417 Installation Acceptance of Plastic Gravity Sewer Lines Using Low -Pressure Air AASHTO M 196 Corrugated Aluminum Pipe for Sewers and Drains AASHTO M 198 Joints for Circular Concrete Sewer and Culvert Pipe Using Flexible Watertight AASHTO M 294M Gaskets Corrugated Polyethylene Pipe 300 to 1200 mm Diameter ' AASHTO M 252 Corrugated Polyethylene Drainage Tubing AASHTO M 304 Polyvinyl Chloride (PVC) Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter AASHTO T 26 Quality of Water to be Used in Concrete NYSDOT 706-07 New York State Department of Transportation Standard Specification Section 706-07 Reinforced Concrete Pipe End Sections NYSDOT 707-10 New York State Department of Transportation Standard Specification Section 707-10 Galvanized Steel End Sections END OF ITEM 1 1 1 C� 10/01 SP D-701-7 WOLDOC 1 7_J ITEM D-709 FILTER FABRIC ' 709-1 DESCRIPTION. ' 709-1.1 This item shall consist of a filter fabric furnished and installed in accordance with this Specification and in strict accordance with the manufacturer's recommendations. 709-2 MATERIALS. 709-2.1 The filter fabric shall be a non -woven fabric manufactured for use as a filter fabric. Filter fabric shall have the following properties: Physical Property Requirement Test Method Grab Strength 80 pounds (Min.) (ASTM D4632) Puncture Strength 25 pounds (Min.) (ASTM D4833) Trapezoid Tear Strength 25 pounds (Min.) (ASTM D4533) Apparent Opening Size #50 to #70 U.S. Std. Sieve (ASTM D4751) 709-2.2 Filter fabric values should represent "minimum average roll values". 709-2.3 Filter fabric shall be currently listed for underdrain on the approved list for "Materials and Equipment for use on New York State Department of Transportation Projects". 709-3 SUBMITTALS AND CERTIFICATIONS. 709-3.1 Submittals of "Shop and Setting Drawings", "Working Drawings", "Catalogue Data" and "Certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and Certifications required are as follows: - Catalog data and certification showing that the material meets the requirements specified. 7094 CONSTRUCTION METHODS. 7094.1 Filter fabric shall be installed in accordance with the details shown on the Contract Drawings and in strict ' accordance with the manufacturer's recommendations. Filter fabric which becomes tom or damaged shall be replaced or patched. The patch shall extend three (3) feet beyond the perimeter of the tear or damage. All filter overlaps shall be in accordance with the manufacturer's recommendations or one -foot, whichever is greater. ' 709-5 METHOD OF MEASUREMENT. 709-5.1 No measurement will be made for direct payment of filter fabric as the cost of furnishing and installing shall ' be considered as a subsidiary obligation in the completion of work. 709-6 BASIS OF PAYMENT. ' 709-6.1 No payment will be trade separately or directly for this item on any part of the work unless otherwise listed in the various pay items. All fabric will be considered by the Contractor and included in the contract price for the pay items of work involved. END OF ITEM 1 12/97 SP D-709-1 D709.DOC 1 ITEM D-710 STABILIZATION FABRIC 710-1 DESCRIPTION. This item shall consist of ground stabilization fabric furnished and installed in accordance , with this specification and in accordance with the manufacturer's recommendations. 710-2 MATERIALS. Stabilization fabric shall be a non -woven or woven geotextile. Stabilization fabric shall be ' currently listed for undercut on the approved lists for "Materials and Equipment for use on NYSDOT Projects". Stabilization fabric shall have the following properties based on "minimum average roll values": Physical Properties Test Method Requirement Grab Strength (ASTM D4632) 180 pounds (Min.) , Grab Elongation (ASTM D4632) 50 percent (Max.) Puncture Strength (ASTM D4833) 75 pounds (Min.) Trapezoid Tear Strength (ASTM D4533) 75 pounds (Min.) 710-3 SUBMITTALS AND CERTIFICATIONS. 710-3.1 Submittals of "Shop and Setting Drawings", "Working Drawings", "Catalogue Data" and "Certifications" ' for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and Certifications required are as follows: - Catalog data showing that the stabilization fabric meets the requirements specified. 710-4 CONSTRUCTION METHODS. , 7104.1 Stabilization fabric shall be installed in accordance with the details shown on the Contract Drawings and in accordance with the manufacturer's recommendations. Contractor shall protect fabric from exposure to sunlight during transportation and storage. After placement, the stabilization fabric shall not be left exposed for more than two (2) weeks. Traffic or construction equipment shall not operate directly on the stabilization fabric. Seams on adjacent rolls shall be overlapped a minimum of 2 feet. Stabilization fabric which becomes tom or damaged shall be replaced or patched. The patch shall extend three (3) feet beyond the perimeter of the tom or damaged area. 710-5 METHOD OF MEASUREMENT. 710-5.1 The quantity of stabilization fabric to be paid for shall be the number of square feet, in place, excluding all seams and overlaps, complete and accepted. The square footage shall be determined from the areas and dimensions given on the Contract Drawings. 710-6 BASIS OF PAYMENT. 7104.1 Payment will be made at the Contract unit price per square foot for stabilization fabric. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools and incidentals necessary to complete the item. Payment will be made under: , Item D-710-6.1 - Stabilization Fabric - per Square Foot END OF ITEM 6/03 SP D-710-1 D710.DOC 1 ITEM D-711 LINING 711-1 DESCRIPTION. 711-1.1 This item shall consist of run -of -crusher hard durable ledgerock placed in accordance with these ' Specifications and shall conform to the dimensions shown on the Plans and established by the Engineer. 711-2 MATERIALS. 711-2.1 Lining material shall consist of clean, sound, durable particles of crushed ledgerock meeting the requirements of New York State Department of Transportation Standard Specifications, latest issue plus all revisions and addenda pertaining thereto, Section 304-2 Type 2 subbase course. 711-3 SUBMITTALS AND CERTIFICATIONS. ' 711-3.1 Submittals of "Shop and Setting Drawings," Working Drawings," "Catalogue Data" and "Certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and certifications required are as follows: - Gradation sieve analysis. - Certification that material meets NYSDOT Standard Specifications for Subbase Course. ' 7114 CONSTRUCTION METHODS. 7114.1 Lining material shall be placed in loose layers not exceeding 6 inches in depth unless otherwise directed by the Engineer and compacted to a density of 95% in accordance with ASTM D698. Successive layers shall be added and thoroughly compacted by hand and pneumatic tampers approved by the Engineer until the lining is brought up to the proper thickness and grade. ' 711-5 METHOD OF MEASUREMENT. 711-5.1 No measurement will be made for direct payment of lining as the cost of furnishing and installing shall be considered as a subsidiary obligation in the completion of the work. 711-6 BASIS OF PAYMENT. 711-6.1 No payment will be made separately or directly for this item on any part of the work unless otherwise listed in the various pay items. All lining shall be considered a necessary and incidental part of the work and its cost shall ' be considered by the Contractor and included in the Contract price for the pay items of work involved. END OF ITEM Iaim SP D-711-1 ITEM D-715 CLEAN GRANULAR FILL MATERIAL 715-1 DESCRIPTION. 715-1.1 This item shall consist of clean granular fill material placed in accordance with these Specifications and shall conform to the dimensions shown on the Plans and established by the Engineer. 715-2 MATERIALS. 715-2.1 Clean fill material shall be subject to the approval of the Engineer. The material shall have the following gradation: Sieve Size Percent Passing by Weight 2 inch 100 '/< inch 25-60 No. 40 5-40 No. 200 0-10 715-3 CONSTRUCTION METHODS. 715-3.1 Where fill material is necessary, as determined by the Engineer, the Contractor shall furnish and place fill material at locations to the lines, grades and limits ordered by the Engineer. Fill material shall be compacted to the approval of the Engineer. 715-4 METHOD OF MEASUREMENT. 715-4.1 No measurement will be made for direct payment of clean granular fill material as the cost of furnishing and installing shall be considered as a subsidiary obligation in the completion of the work. 715-6 BASIS OF PAYMENT. 715-6.1 No payment will be made separately or directly for this item on any part of the work unless otherwise listed in the various pay items. All clean granular fill material shall be considered a necessary and incidental part of the work and its cost shall be considered by the Contractor and included in the Contract price for the pay items of work involved. END OF ITEM SP D-715-1 1 n ITEM D-751 CATCH BASINS AND MANHOLES 751-1 DESCRIPTION. 751-1.1 GENERAL. This item shall consist of catch basins, dry wells, manholes and modifications or removal of existing structures installed or removed in accordance with these Specifications, at the specified locations and conforming to the lines, grades, and dimensions shown on the Plans or required by the Engineer. This item shall also include all associated excavation, backfilling with on-site materials, modification or removal of existing manholes or catch basins, sheeting and bracing, concrete, reinforcing steel, steps, frames and covers, appurtenances, dewatering, disposal of removed structures and restoration of surfaces to the satisfaction of the Engineer. 751-2 MATERIALS. 751-2.1 CONCRETE STRUCTURES. Cast in place concrete structures shall conform to the details and dimensions shown on the Contract Drawings. Precast concrete structures shall be an approved standard design of the manufacturer, where indicated on the Contract Drawings. Precast units shall have mortar or bitumastic sealer placed between all joints to make them water tight. Minimum compressive strength of the concrete shall be 4,000 psi and the structure shall be designed to withstand H- 20 loadings, unless otherwise specified on the Contract Drawings. Openings or knockouts shall be provided in the structure as detailed on the Plans. 751-2.2 BRICK. Brick, if required, shall conform to the requirements of ASTM C 32, Grade SM. 751-2.3 MORTAR. Mortar shall be composed of one part portland cement and two parts mortar sand, by volume. The portland cement shall conform to the requirements of ASTM C 150, Type I. The sand shall conform to the requirements of ASTM C 144. Hydrated lime may be added to the mixture of sand and cement in an amount not to exceed 15 % of the weight of cement used. The hydrated lime shall meet the requirements of ASTM C-6. The water shall be clean and free of deleterious amounts of acid, alkalies, or organic material. If the water is of questionable quality, it shall be tested in accordance with AASHTO T-26. 751-2.4 CONCRETE. Concrete shall meet the requirements of the New York State Department of Transportation Standard Specifications, latest issue, Section 555-2, plus all revisions and addenda pertaining thereto. Unless otherwise shown of the Plans, the concrete shall be class A, with a maximum permissible slump of 3 1/z inches. Cement shall be Portland cement Type I or Type II. 751-2.5 PRECAST CONCRETE PIPE MANHOLE RINGS. Precast concrete pipe manhole rings shall conform to the requirements of ASTM C 478. Unless otherwise specified, the risers and offset cone sections shall have an inside diameter of not less than 48 inches. 751-2.6 FRAMES, COVERS, AND GRATES. The castings shall conform to one of the following requirements: A. Gray iron castings shall meet the requirements of ASTM A 48, Class 30 B, and 35 B. B. Malleable iron castings shall meet the requirements of ASTM A 47. C. Steel castings shall meet the requirements of ASTM A 27. D. Structural steel for grates and frames shall conform to the requirements of ASTM A 283, Grade D. E. Ductile iron castings shall conform to the requirements of ASTM A 536. F. Austempered ductile iron castings shall conform to the requirements of ASTM A 897. 1 10101 SP D-751-1 D751.DM L� All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings specified. ' Each frame and grate unit shall be provided with fastening members to prevent it from being dislodged by traffic, but which will allow easy removal for access to the structure. All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to meet the requirements of ASTM A 123. 751-2.7 STEPS. The steps shall be gray or malleable cast iron, galvanized wrought iron or galvanized steel. The I steps shall be the size, length and shape shown on the Plans and those steps that are not galvanized shall be given a coat of bituminous paint, when directed. ' 751-2.8 REINFORCING STEEL. All reinforcing steel shall be deformed bars of new billet steel meeting the requirements of ASTM A 615, Grade 60. 751-2.9 SPECIAL BACKFILL. Special backfill shall be as specified on the Plans. ' 752-2.10 LINING. Lining shall conform to the requirements of Item D-711. , 751-3 SUBMITTALS AND CERTIFICATIONS. 751-3.1 Submittals of "Shop and Setting Drawings", "Working Drawings", "Catalogue Data" and "Certifications" ' for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and Certifications required are as follows: - Submittal of Strength Design Calculations, Shop Drawings and Certifications for Pre -cast structures and , pipe rings. - NYSDOT Concrete Mix Design. - Catalog data for frames, covers and grates meeting the requirements specified. ' - Catalog data for steps meeting the requirements specified. - Certification that reinforcing steel meets the requirements specified. - Shop Drawings when structure used is at variance with plans. - Location and permit for disposal site. 7514 CONSTRUCTION METHODS. ' 7514.1 EXCAVATION. All excavation shall be considered unclassified excavation. Unclassified excavation shall consist of the excavation of all material, regardless of its nature and the disposal of all such material as directed by the Engineer. , A. The Contractor shall do all excavation for structures and structure footings to the lines and grades or elevations shown on the plans or as staked by the Engineer. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. The elevations of the bottoms of footings as shown on the plans shall be considered as approximately only and the Engineer may order, in writing, changes in dimensions or elevations of footings necessary to secure a satisfactory foundation. ' B. Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped, or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All , loose and disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation, and excavation to final grade shall not be made until just before the concrete or reinforcing is to be placed. ' 10/01 SP D-751-2 D751.Doc I 1 i C. The Contractor shall do all bracing, sheeting or shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheeting and shoring shall be included in the unit price bid for the structure. All trench bracing, sheeting and shoring shall be in accordance with the Sheeting and Bracing section of the General Provisions. D. Unless otherwise provided, bracing, sheeting or shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure. Removal shall be effected in a manner which will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid for the structure. E. After each excavation is completed, the Contractor shall notify the Engineer to that effect; and concrete or reinforcing steel shall be placed after the Engineer has approved the depth of the excavation and the character of the foundation material. F. Where existing manholes or catch basins are to be removed, the Contractor shall consider such removal an incidental part of construction and include the costs thereof in the various pay items involved unless otherwise noted. G. Where structures are to placed over existing pipes, Contractor shall maintain flow in the pipe. This work shall be accomplished by fluming across the manhole, pumping across the manhole aboveground from manhole to manhole or by other equivalent methods. 7514.2 CONCRETE STRUCTURES. Concrete structures shall be built on prepared foundations, conforming to the dimensions and form indicated on the plans. Any reinforcement required shall be placed as indicated on the plans and shall be approved by the Engineer before the concrete is poured. All invert channels shall be constructed and shaped accurately so as to be smooth, uniform and cause minimum resistance to flowing water. The interior bottom shall be sloped downward toward the outlet. 7514.3 PLACEMENT AND TREATMENT OF CASTINGS, FRAMES AND FITTINGS. All castings, frames and fittings shall be placed in the positions indicated on the plans or as directed by the Engineer and shall be set true to line and to correct elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place and position before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete has set. ' When frames or fittings are to be placed upon previously constructed masonry, the bearing surface or masonry shall be brought true to line and grade and shall present an even bearing surface in order that the entire face or back of the unit will come in contact with the masonry. The unit shall be set in mortar beds and anchored to the masonry as ' indicated on the plans or as directed and approved by the Engineer. All units shall set firm and secure. After the frames or fittings have been set in final position and the concrete or mortar has been allowed to harden for seven days, then the grates or covers shall be placed and fastened down. ' 7514.4 INSTALLATION OF STEPS AND LADDERS. The steps shall be installed where indicated on the plans or as directed by the Engineer. The steps shall be placed in alignment with the opening of the structure. When the steps are to be set in concrete, they shall be placed and secured in position before the concrete is poured. When the ' steps are installed in brick masonry, they shall be placed as the masonry is being built. The steps shall not be disturbed or used until the concrete or mortar has hardened for at least seven days. After this period has elapsed, the steps shall be cleaned and painted, unless they have been galvanized. When steps are required with precast concrete pipe structures, they shall be cast into the sides of the pipe at the time the pipe sections are manufactured or set in place after the structure is erected by drilling holes in the concrete and grouting the steps in place. When steps are required with corrugated metal structures, they shall be welded into aligned position at a vertical 10/01 SP D-751-3 D751.Doc spacing of 12 inches. In lieu of steps, prefabricated ladders may be installed. In the case of brick or concrete structures, the ladder shall be ' held in place by grouting the supports in drilled holes. In the case of metal structures, the ladder shall be secured by welding the top support and grouting the bottom support into drilled holes in the foundation or as directed. , 7514.5 REMOVAL OF SHEETING AND BRACING. In general, all sheeting and bracing used to support the sides of trenches or other open excavations shall be withdrawn as the trenches or other open excavations are being refilled. That portion of the sheeting extending below the top of a pipe or sewer shall be withdrawn, unless otherwise directed, before more than six inches of material is placed above the top of the pipe or sewer and before any bracing ' is removed. Voids left by the sheeting shall be carefully refilled with selected material and rammed tight with tools especially adapted for the purpose, or otherwise as may be approved. ' The Engineer may order the Contractor to delay the removal of sheeting and bracing if, in his judgement, the installed work has not attained the necessary strength to permit placing of backfill. ' 7514.6 BACKFILLING. After a structure has been completed, the area around it shall be backfilled as shown on the plans, in horizontal layers not to exceed 6 inches in thickness measured after compaction to the density requirements in Item P-152 or Item P-154. Each layer shall be deposited all around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer. ' Backfilling shall not be placed against any structure until permission is given by the Engineer. In the case of concrete, such permission shall not be given until the concrete has been in place seven days, or until tests made by the ' laboratory under supervision of the Engineer establish that the concrete has attained sufficient strength to provide a factor of safety against damage or strain in withstanding any pressure created by the backfill or the methods used in placing it. ' Where required, the Engineer may direct the Contractor to add, at his own expense, sufficient water during compaction to assure a complete consolidation of the backfill. The Contractor shall be responsible for all damage or injury done to pipes, structures, property or persons due to improper placing or compacting of backfill. ' Backfilling with special backfill materials shall be measured separately under their various payment items. Backfilling with suitable on-site material shall not be measured for direct payment. Performance of this work shall be considered as a subsidiary obligation of the Contractor covered under the contract unit price for each structure ' involved. 7514.7 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt and rubbish from the site. Surplus dirt may be deposited in embankment, shoulders or as ordered by the Engineer. The Contractor shall restore all disturbed areas to their original condition or as shown on the Contract Drawings. ' After all work is completed, the Contractor shall remove all tools and other equipment, leaving the entire site free, clear and in good condition. ' 7514.8 INSPECTION. Prior to final approval of the drainage system, the Engineer, accompanied by the Contractor's Representative, shall make a thorough inspection, by an appropriate method, of the entire installation. Any indication of defects in material or workmanship or obstruction to flow in the pipe system shall be further investigated and corrected. Defects due to the Contractor's negligence shall be corrected by the Contractor without , additional compensation and as directed by the Engineer. 7514.9 REMOVAL OF WATER. Removal of water, if encountered, shall be in accordance with the Removal of ' Water section of the General Provisions. Performance of the work described in this section is not payable directly, but shall be considered as a subsidiary obligation of the Contractor, and included in the contract price for the pay items of work involved. ' 10/01 SP D-751-4 D751.1oc I L' 1 1 C 11 751-4.10 MODIFICATIONS TO EXISTING STRUCTURES. Modifications to existing structures shall consist of excavation, removal and disposal of existing appurtenances, pipes and portions of the structure and installation of all pipes, walls, bulkheads, slabs, appurtenances, backfilling and incidentals required to complete the modification as shown on the contract drawings. 751-4.11 REMOVAL OF EXISTING STRUCTURES. Removal of existing structures shall consist of excavation, removal, bulkheads, backfilling, disposal of existing structures and pipe as shown on the contract drawings. Separate payment for removal of existing structures will be made only for those structures which are shown on the contract drawings to be removed only. No separate payment shall be made for removal of existing structures when the existing structure is being removed and replaced or partially removed and modified. 751-5 METHOD OF MEASUREMENT. 751-5.1 Catch basins, manholes, drywells, and modifications or removal of existing structures shall be measured by each unit completed and accepted. The following additional items are specifically included under Item D-751-5.1 - Catch Basins and Manholes: - Frames, grates, covers, steps and appurtenances - All required connections - All required excavation - Required backfilling with on-site materials - Dewatering if required - Sheeting and Bracing - Disposal of removed materials or structures 751-6 BASIS OF PAYMENT. 751-6.1 The accepted quantities of catch basins, manholes, drywells and modifications or removal of existing structures will be paid for at the contract unit price per each, complete and in place. This price shall be full compensation for furnishing all materials and for all preparation, excavation, backfilling and placing of the materials; furnishing and installation of such specials and connections to pipes and other structures as may be required to complete the item as shown on the plans; and for all labor, equipment, tools and incidentals necessary to complete the structure. Payment will be made under: Item D-751-6.1 - Drywell- Per Each Item D-751-6.1 - Catch Basin - Per Each MATERIAL REQUIREMENT ASTM A 27 Mild to Medium -Strength Carbon -Steel Castings for General Application ASTM A 47 Malleable Iron Castings ASTM A 48 Gray Iron Castings ASTM A 123 Zinc (Hot -Galvanized) Coatings on Products Fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars and Strip ASTM A 283 Low and Intermediate Tensile Strength Carbon Steel Plates, Shapes and Bars 10/01 SP D-751-5 D751.DOC ASTM A 536 ASTM C 32 ASTM C 144 ASTM C 150 ASTM A 897 AASHTO M 36 Ductile Iron Castings Sewer and Manhole Brick Aggregate for Masonry Mortar Portland Cement Austempered Ductile Iron Castings Zinc Coated (Galvanized) Corrugated Iron or Steel Culverts and Underdrains END OF ITEM 10/01 SP D-751-6 D751.DOC 1 1 ITEM T-902 TOPSOIL, SEED AND MULCH 902-1 DESCRIPTION. 902-1.1 This item shall consist of furnishing, screening, placing and spreading topsoil obtained off-site, fertilizer, seed and mulch on areas shown on the Contract Drawings, areas disturbed by the Contractor's operations, or as directed by the Engineer. ' 902-2 MATERIALS. 902-2.1 TOPSOIL. Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic to ' plant growth. Topsoil shall be screened prior to placement such that there are no stones which are greater than 1 inch in diameter. All topsoil shall be reasonably free from subsoil and stumps, roots, brush, clay lumps or similar objects. Brush and other vegetation which will not be incorporated with the soil during handling operations shall be cut and removed. Ordinary sods and herbaceous growth such as grass and weeds are not to be removed but shall be ' thoroughly broken up and intermixed with the soil during handling operations. The topsoil or soil mixture, unless otherwise specified or approved, shall have a pH range of approximately 5.5 pH to 7.6 pH, when tested in accordance with the methods of testing of the Association of Official Agricultural Chemists in effect on the date of ' invitation of bids. The organic content shall be not less than 3% nor more than 20% as determined by the wet - combustion method (chromic acid reduction). There shall be not less than 20% nor more than 80% of the material passing the 200 mesh sieve as determined by the wash test in accordance with AASHTO T 11. I Natural topsoil may be amended by the Contractor with approved materials and methods to meet the above Specifications. 902-2.2 SEEDING. The species and application rates of grass, legume and cover -crop seed furnished shall be those stipulated herein. Seed shall conform to the requirements of Federal Specification JJJ-S-181. Seed shall be furnished separately or in mixtures in standard containers with the seed name, lot number, net weight, ' percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. The Contractor shall furnish the Engineer duplicate signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized laboratory for seed testing within six (6) months of date of delivery. This statement shall include: name and address of laboratory, date of test, lot number of each kind of seed and the results of tests as to name, percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and, in the case of a mixture, the proportions of each kind of seed. ' Grass seed shall be fresh, recleaned seed of the latest crop. The seed mixture specified below is based on percentage of pure seed (purity exgermination). The exact quantity of bulk seed used will depend on the grade of seed available. The tolerance for P.L.S. shall be those called official and tabulated on pages 22 and 23, United States Department ' of Agriculture Services and Regulatory Announcement No. 156. Seed: Fresh, clean, new crop delivered unopened, bearing guaranteed analysis. ' Percent Percent Percent By Weight Variety Purity Germination 55 Kentucky Blue Grass 85 80 30 Red Fescue 98 85 15 Perennial Rye Grass 98 90 ' 902-2.3 FERTILIZER. Complete, partially organic, containing by weight: 1 2ro1 SP T-902-1 IV2.noc Nitrogen 10% ' Phosphorous 6% Potash 4% 902-2.4 MULCH MATERIAL. Acceptable mulch shall be the materials listed below or any approved locally available material that is similar to those specified. Low grade, musty, spoiled, partially rotted hay, straw or other materials unfit for animal consumption will be acceptable. Mulch materials, which contain matured seed of species which would volunteer and be detrimental to the proposed overseeding or to surrounding farmland, will not be acceptable. Straw or other mulch material which is fresh and/or excessively brittle or which is in such an advanced stage of decomposition as to smother or retard the planted grass, will not be acceptable. 1 A. Hay. Hay shall be native hay, Sudan grass hay, broomsedge hay, legume hay or similar hay or grass I clippings. B. Straw. Straw shall be the threshed plant residue of oats, wheat, barley, rye or rice from which grain has I been removed. C. Hay Mulch Containing Seed. Hay mulch shall be mature hay containing viable seed of native grasses or other desirable species stated in the Special Provisions or as approved by the Engineer. The hay shall be cut and handled so as to preserve the maximum quantity of viable seed. Hay mulch which cannot be hauled and spread immediately after cutting shall be placed in weather -resistant stacks or baled and stored in a dry location until used. 1 D. Wood Cellulose. Specially prepared green -dyed and air-dried wood -cellulose fibers, containing no growth or germination inhibiting substances, in packages not exceeding 100 pounds gross, with net weight shown I on the package, and meeting the following requirements: - Moisture Content 0% to 17% - Organic Matter (Oven -Dried Basis) 98.4% to 100% - Ash Content 0 to 1.6% - Water Holding Capacity 1,000% Minimum 1 E. Asphalt Binder. Asphalt binder material shall conform to the requirements of ASTM D 977, Type SS -1 or , RS -1, as appropriate. 902-3 SUBMITTALS AND CERTIFICATIONS. Submittals of "Shop and Setting Drawings", "Working Drawings", "Catalogue Data" and "Certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and Certifications required are as follows: - Certificate and test results showing that topsoil meets the requirements specified. - Catalog data and certification showing that the seed mixture percent by weight, percent purity and percent germination meet the requirements specified. - Catalog data and certification showing that the guaranteed analysis of fertilizer meets the requirements specified. - Material and source identification for mulch. - Representative sample of mulch. 9024 CONSTRUCTION METHODS. 9024.1 TOPSOIL. 2/01 SP T-902-2 IW -.DM L, n U 9024.1.1 GENERAL. Areas to be topsoiled shall be shown on the Contract Drawings or as directed by the ' Engineer. If topsoil is available on the site, the location of the stockpiles or areas to be stripped of topsoil shall be shown on the Contract Drawings or as directed by the Engineer. ' Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of topsoil and for handling and placing of all required materials shall be on hand, in good condition and approved by the Engineer before the various operations are started. ' 9024.1.2 PREPARING THE GROUND SURFACE. Immediately prior to dumping and spreading the top 3- inches of topsoil on any area, the surface shall be loosened by discs or spike -tooth harrows, or by other means approved by the Engineer, to a minimum depth of 2 inches to facilitate bonding of the topsoil to the covered subgrade ' soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches in any diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture or the proper growth of the desired planting. Limited areas which are too compact to respond to these operations shall receive special scarification. Grades on the area to be topsoiled shall be maintained in a true and even condition. Where grades have not been established, the areas shall be smooth -graded and the surface left in an even and properly compacted condition to ' prevent, insofar as practical, the formation of low places or pockets where water will stand. 9024.1.3 OBTAINING TOPSOIL. Prior to the stripping of topsoil from designated areas, any vegetation briers, ' stumps and large roots, rubbish or stones found on such areas, which may interfere with subsequent operations, shall be removed using methods approved by the Engineer. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means, shall be removed. ' When suitable topsoil is available on the site, the Contractor shall remove this material from the designated areas and to the depth as directed by the Engineer. The topsoil shall be spread on areas already tilled and smooth -graded or stockpiled in areas approved by the Engineer. Any topsoil stockpiled by the Contractor shall be rehandled and placed ' without additional compensation. Any topsoil that has been stockpiled on the site by others and is required for topsoiling purposes shall be removed and placed by the Contractor. The sites of all stockpiles and areas adjacent thereto which have been disturbed by the Contractor shall be graded if required and put into a condition acceptable for seeding. ' Payment will be made under Item P-152, Unclassified Excavation, for stripping, hauling, stockpiling, rehandling and placing of all topsoil obtained on-site and used in the finished work. All topsoil not used in the finished work shall ' be placed in locations on the site as designated by the Engineer, and will be paid for under said Item P-152, Excavation and Embankment. When suitable topsoil is secured off the airport site, the Contractor shall locate and obtain the supply, subject to the ' approval of the Engineer. The Contractor shall notify the Engineer sufficiently in advance of operations in order that necessary measurements and tests can be made. The Contractor shall remove the topsoil from approved areas and to the depth as directed. The topsoil shall be hauled to the site of the work and placed for spreading or spread as ' required. Any topsoil hauled to the site of the work and stockpiled shall be rehandled and placed without additional compensation. 9024.1.4 PLACING TOPSOIL. The topsoil shall be evenly spread on the prepared areas to a uniform depth as ' shown on the Contract Drawings after compaction. Spreading shall not be done when the ground or topsoil is frozen, excessively wet or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation or tilling. ' After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means and all stones or rocks (1 inch or more in diameter), roots, litter or any foreign matter shall be raked up and disposed ' of by the Contractor. After spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the Engineer. The compacted topsoil surface shall conform to the required 2/0) SP T-902-3 TWIDoc lines, grades and cross sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. t 9024.2 SEEDING AND FERTILIZING. 9024.2.1 ADVANCE PREPARATION AND CLEANUP. After grading of areas has been completed and before ' applying fertilizer and ground limestone, areas to be seeded shall be raked or otherwise cleared of stones larger than 1 inch in any diameter, sticks, stumps and other debris which might interfere with sowing of seed, growth of grasses ' or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the application of fertilizer and ground limestone, the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities and repairing other incidental damage. An area to be seeded shall be considered satisfactory and ready to be seeded without additional treatment if it has , recently been thoroughly loosened and worked to a depth of not less than 5 inches as a result of grading operations and, if immediately prior to seeding, the top 3 inches of soil is loose, friable, reasonably free from large clods, rocks, I large roots or other undesirable matter and if shaped to the required grade. However, when the area to be seeded is sparsely sodded, weedy, barren and unworked or packed and hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed of, and the soil then scarified or otherwise loosened ' to a depth not less than 5 inches. Clods shall be broken and the top 3 inches of soil shall be worked into a satisfactory seedbed by discing or by use of cultipackers, rollers, drags, harrows or other appropriate means. 9024.2.2 FERTILIZING. Fertilizer shall be applied at the rate of 20 pounds commercial 10-64 per 1,000 square ' feet, worked lightly into top 3 inches of topsoil. 902 1.2.3 SEEDING N D(TURE. The seed mixture shall be spread at the rate of 3 pounds per 1,000 square feet, I utilizing one of the following methods: A. DRY APPLICATION METHOD. ' 1. Fertilizing. Following advance preparations and cleanup, and liming if required, fertilizer shall be uniformly spread at the rate which will provide not less than the minimum quantity specified. 2. Seeding. Grass seed shall be sown at the rate specified immediately after fertilizing and the fertilizer and , seed shall be raked within the depth range stated herein. Seeds of legumes, either alone or in mixtures, shall be inoculated before mixing or sowing, in accordance with the instructions of the manufacturer of ' the inoculant. When seeding is required at other than the seasons shown on the Plans or in the Specifications, a cover crop shall be sown by the same methods required for grass and legume seeding. 3. Rolling. After the seed has been properly covered, the seeded area shall be immediately compacted by , means of an approved lawn roller, weighing 40 to 65 pounds per foot of width for clay soil (or any soil having a tendency to pack) and weighing 150 to 200 pounds per foot of width for sandy or light soils. B. WET APPLICATION METHOD. ' 2/01 1. General. The Contractor may elect to apply seed and fertilizer (and lime, if required) by spraying them ' on the previously prepared surface to be seeded in the form of an aqueous mixture and by using the methods and equipment described herein. The rates of application shall be as specified. 2. Spraying Equipment. The spraying equipment shall have a container or water tank equipped with a ' liquid level gauge calibrated to read in increments not larger than 50 gallons over the entire range of the tank capacity, mounted so as to be visible to the nozzle operator. The container or tank shall also be equipped with a mechanical power -driven agitator capable of keeping all the solids in the mixture in ' complete suspension at all times until used. SP T-902-4 T9(2. DOC I ' The unit shall also be equipped with a pressure pump capable of delivering 100 gallons per minute at a pressure of 100 pounds per square inch. The pump shall be mounted in a line which will recirculate the mixture through the tank whenever it is not being sprayed from the nozzle. All pump passages and pipelines shall be capable of providing clearance for 5/8 -inch solids. The power unit for the pump and agitator shall have controls mounted so as to be accessible to the nozzle operator. There shall be an indicating pressure gauge connected and mounted immediately at the back of the nozzle. The nozzle pipe shall be mounted on an elevated supporting stand in such a manner that it can be rotated through 360 degrees horizontally and inclined vertically from at least 20 degrees below to at least 60 degrees above the horizontal. There shall be a quick -acting, three-way control valve connecting the recirculating line to the nozzle pipe and mounted so that the nozzle operator can control and regulate the amount of flow of mixture delivered to the nozzle. At least three different types of nozzles shall be supplied so that mixtures may be properly sprayed over distance varying from 20 feet to 100 feet. One shall be a close -range ribbon nozzle, one a medium -range ribbon nozzle and one a long-range jet nozzle. For ease of removal and cleaning, all nozzles shall be connected to the nozzle pipe by means of quick - release couplings. ' In order to reach areas inaccessible to the regular equipment, an extension hose at least 50 feet in length shall be provided to which the nozzles may be connected. 3. Mixtures. Lime, if required, shall be applied separately, in the quantity specified, prior to the fertilizing and seeding operations. Not more than 220 pounds of lime shall be added to and mixed with each 100 gallons of water. Seed and fertilizer shall be mixed together in the relative proportions specified, but not more than a total of 220 pounds of these combined solids shall be added to and mixed with each 100 gallons of water. All water used shall be obtained from fresh water sources and shall be free from injurious chemicals and other toxic substances harmful to plant life. Brackish water shall not be used at any time. The Contractor shall identify to the Engineer all sources of water at least 2 weeks prior to use. The Engineer may take samples of the water at the source or from the tank at any time and have a laboratory test the samples for chemical and saline content. The Contractor shall not use any water from any source which is disapproved by the Engineer following such tests. All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to the area to be seeded. All such mixtures shall be used within 2 hours from the time they are mixed or they shall be wasted and disposed of at locations acceptable to the Engineer. 4. Spraying. Lime, if required, shall be sprayed only upon previously prepared seedbeds. After the applied lime mixture has dried, the lime shall be worked into the top 3 inches, after which the area to be seeded shall again be properly graded and dressed to a smooth finish. ' Mixtures of seed and fertilizer shall only be sprayed upon previously prepared seedbeds on which the lime, if required, shall already have been worked in. The mixtures shall be applied by means of a high- pressure spray which shall always be directed upward into the air so that the mixtures will fall to the ground like rain in a uniform spray. Nozzles or sprays shall never be directed toward the ground in such a manner as might produce erosion or runoff. Particular care shall be exercised to insure that the application is made uniformly and at the prescribed rate and to guard against misses and overlapped areas. Proper predetermined quantities of the mixture in accordance with specifications shall be used to cover specified sections of known area. Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets of paper or pans over the area at intervals and observing the quantity of material deposited thereon. 1 SP T-902-5 TWIDOC I On surfaces which are to be mulched as indicated by the Plans or designated by the Engineer, seed and fertilizer applied by the spray method need not be raked into the soil or rolled. However, on surfaces on ' which mulch is not to be used, the raking and rolling operations will be required after the soil has dried. 9024.2.4 MAINTENANCE OF SEEDED AREAS. The Contractor shall protect seeded areas against traffic or I other use by warning signs or barricades, as approved by the Engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. When either the dry or wet application method outlined above is used for work done out of season, it will be required that the Contractor establish a good stand of grass of uniform color and density to the satisfaction of the Engineer. If at the time when the Contract has been otherwise completed it is not possible to make an adequate determination of the color, density and uniformity of such stand of grass, payment for the unaccepted portions of the areas seeded will be withheld until such time as these requirements have been met. 9024.3 MULCHING. 9024.3.1 GENERAL. Before spreading mulch, all large clods, stumps, stones, brush, roots and other foreign material shall be removed from the area to be mulched. Mulch shall be applied immediately after seeding. The spreading of the mulch may be by hand methods, blower or other mechanical methods, provided a uniform covering is obtained. Mulch material shall be furnished, hauled and evenly applied on the area shown on the Plans or designated by the Engineer. Straw or hay shall be spread over the surface to a uniform thickness at the rate of 2 to 3 tons per acre to provide a loose depth of not less than 1-1/2 inches nor more than 3 inches. Other organic material shall be spread at the rate directed by the Engineer. Mulch may be blown on the slopes and the use of cutters in the equipment for this purpose will be permitted to the extent that at least 95 % of the mulch in place on the slope shall be 6 inches or more in length. When mulches applied by the blowing method are cut, the loose depth in place shall be not less than 1 inch nor more than 2 inches. Hydraulically apply wood -cellulose fiber. It may be incorporated as an integral part of the slurry after the seed and soil supplements have been thoroughly mixed. Apply uniformly at the rate of 320 pounds per 1,000 square yards, unless otherwise indicated. 9024.3.2 SECURING MULCH. The mulch shall be held in place by light discing, a very thin covering of topsoil, small brush, pins, stakes, wire mesh, asphalt binder or other adhesive material approved by the Engineer. Where mulches have been secured by either of the asphalt binder methods, it will not be permissible to walk on the slopes after the binder has been applied. The Contractor is warned that in the application of asphalt binder material he must take every precaution to guard against damaging or disfiguring structures or property on or adjacent to the areas worked and that he will be held responsible for any such damage resulting from his operations. If the "Peg and String" method is used, the mulch shall be secured by the use of stakes or wire pins driven into the I ground on 5- foot centers or less. Binder twine shall be strung between adjacent stakes in straight lines and crisscrossed diagonally over the mulch, after which the stakes shall be firmly driven nearly flush to the ground to draw the twine down tight onto the mulch. , 9024.3.3 CARE AND REPAIR. A. The Contractor shall care for the mulched areas until final acceptance of the Project. Such care shall consist of providing protection against traffic or other use by placing warning signs as approved by the Engineer and erecting any barricades that may be shown on the Plans before or immediately after mulching has been completed on the designated areas. 2101 SP T-902-6 T%2. DOC 1 1 1 B. The Contractor shall be required to repair or replace any mulching that is defective or becomes damaged until the project is finally accepted. When, in the judgment of the Engineer, such defects or damages are the result of poor workmanship or failure to meet the requirements of the Specifications, the cost of the necessary repairs or replacement shall be borne by the Contractor. However, once the Contractor has completed the mulching of any area in accordance with the provisions of the Specifications and to the satisfaction of the Engineer, no additional work at his expense will be required, but subsequent repairs and replacements deemed necessary by the Engineer shall be made by the Contractor and will be paid for as additional or extra work. C. If the "Asphalt Spray" method is used, all mulched surfaces shall be sprayed with asphalt binder material so that the surface has a uniform appearance. The binder shall be uniformly applied to the mulch at the rate of approximately 8.0 gallons per 1,000 square feet or as directed by the Engineer, with a minimum of 6.0 gallons and a maximum of 10 gallons per 1,000 square feet depending on the type of mulch and the effectiveness of the binder securing it. Bituminous binder material may be sprayed on the mulched slope areas from either the top or the bottom of the slope. An approved spray nozzle shall be used. The nozzle shall be operated at a distance of not less than 4 feet from the surface of the mulch and uniform distribution of the bituminous material shall be required. A pump or an air compressor of adequate capacity shall be used to insure uniform distribution of the bituminous material. rD. If the "Asphalt Mix" method is used, the mulch shall be applied by blowing and the asphalt binder material shall be sprayed into the mulch as it leaves the blower. The binder shall be uniformly applied to the mulch at the rate of approximately 8.0 gallons per 1,000 square feet or as directed by the Engineer, with a minimum of 6.0 gallons and a maximum of 10 gallons per 1,000 square feet depending on the type of mulch and the effectiveness of the binder securing it - 902 -5 METHOD OF MEASUREMENT. 902-5.1 The quantity of topsoil obtained off-site, seeding and mulching to be paid for shall be the number of square yards measured on the ground surface outside the limits of pavement, but within the Excavation and Embankment limits shown on the Contract Drawings, completed and accepted. 902-6 BASIS OF PAYMENT. 902-6.1 Payment shall be made at the contract unit price per square yard for topsoil obtained off-site, seeding and mulching. This price shall be full compensation for furnishing and placing all material and for all labor, equipment, tools and incidentals necessary to complete the work prescribed in this item. Partial payment may be made as the work progresses at the discretion of the Engineer. IPayment will be made under: Item T-902-6.1 - Topsoil, Seed and Mulch - Per Square Yard w ' END OF ITEM 2101 SP T-902-7 T902.00c ITEM L-108 i UNDERGROUND CABLE FOR AIRPORTS 108-1 DESCRIPTION. 108-1.1 This item shall consist of underground cable furnished and installed in accordance with this specification at the locations and in accordance with the design, dimensions and details shown on the Plans. This item shall include the excavation and backfill of the trench, restoration of surfaces, the installation of cable and counterpoise wire in trench, duct or conduit and the removal of cables in duct and conduit which are abandoned under this project. It shall include splicing, cable marking and testing of the installation and all incidentals necessary to place the cable in operating , condition as a completed unit to the satisfaction of the Engineer. This item shall not include the installation of the duct or conduit. 108-2 EQUIPMENT AND MATERIALS. 108-2.1 AIRPORT LIGHTING CABLE. Airport lighting cable, unless otherwise specified, shall be single or multiple conductor, 600 volts or 5000 volts cross linked polyethylene insulation, non -shielded, conforming to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits, Type C. Multiple conductor cable shall have an overall jacket. Cable type, size, number of conductors and service voltage shall be specified in the plans and/or proposal. 108-2.2 CONTROL CABLE. If control cable is specified, a THWN cable with multi -stranded copper conductors, 300 volt, double jacket, direct burial cable shall be used unless otherwise specified. Cable size and number of conductors shall be as specified in the plans and/or proposal. 108-2.3 COUNTERPOISE WIRE. Unless otherwise shown or specified, bare copper wire for counterpoise installations shall be No. 6 AWG, stranded bare copper wire conforming to ASTM Specifications B3 and B8. Where counterpoise conductors are to be installed in soil conditions that would adversely effect bare copper wire, thermoplastic wire conforming to Federal Specification J -C-30, Type TW, 600 volt, shall be used. 108-2.4 CABLE CONNECTIONS. In-line connections of underground cables shall be as specified herein. A. The Cast Splice. A cast splice, employing a plastic mold and using epoxy resin equal to that manufactured by Minnesota Mining and Manufacturing Company, "Scotchcast" Kit No. 82--A, or as manufactured by Hysol Corporation, "Hyseal Epoxy Splice" Kit No. E1135, for potting the splice is approved. This means of splicing is the only type approved for telephone control cable. B. The Vulcanized Splice. A vulcanized splice employing Joy Manufacturing Company's Vulcanizing Kit No. X-1604-8 or equal is approved for field vulcanized splices. The proper molds for various cable sizes shall be used. C. For connection to airfield lighting equipment with factory supplied plug-in connectors, in-line connectors shall be one of the following types: ' 1. The Field -Attached Plug -In Splice. Figure 14 of specification for L-823, Plug and Receptacle, Cable Connectors, employing connector kits, is approved for field attachment to single conductor cable. 2. The Factory -Molded Plug -In Splice. Specification for L-823, Connectors, Factory -Molded to Individual Conductors, are approved. D. Splices in manholes shall be one of the types specified above as directed by the Engineer. 3103 SP L-108-1 I 1 108-2.5 GROUND RODS. Unless otherwise shown or specified, ground rods shall be copper clad and a minimum of 5/8 inch diameter by 8 feet in length. 108-2.6 CONCRETE. Concrete shall meet the requirements of the New York State Department of Transportation Standard Specifications, Section 555-2 latest issue, plus all revisions and addenda pertaining thereto, Section 555-2_ ' Unless otherwise shown on the Plans, the concrete shall be Class A, with a maximum permissible slump of 3'/2 inches. Cement shall be Portland Cement Type I or Type H. 108-2.7 BEDDING. Bedding shall be in accordance with the New York State Department of Transportation Standard Specifications Section 703-06 - Cushion Sand unless otherwise noted on the Contract Drawings. 108-3 SUBMITTALS AND CERTIFICATIONS, 108-3.1 Submittals of "Shop and Setting Drawings", "Working Drawings", "Catalogue Data" and "Certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and Certifications required are as follows: - Catalogue Data showing that Airport lighting cable meets the requirements specified. ' - Catalogue Data showing that control cable meets the requirements specified. Catalogue Data showing that counterpoise wire meets the requirements specified. - Catalogue Data showing that cable connections meet the requirements specified. - Catalogue Data showing that ground rods meet the requirements specified. NYSDOT approved Concrete Mix Design. Submittal for Bedding showing that the gradation sieve analysis meets the requirements specified. 1084 CONSTRUCTION METHODS. 108-4.1 GENERAL. The Contractor shall install the specified cable at the approximate locations indicated in the airport lighting layout plans. The Engineer shall indicate specific locations. Cable connections between lights will be permitted only at the light locations for connecting the underground cable to the primary leads of the individual insulating transformers. The Contractor shall be responsible for providing cable in continuous lengths for home runs or other long cable runs without connections, unless otherwise authorized in writing by the Engineer or shown in the plans. 108-4.2 INSTALLATION IN DUCT OR CONDUIT. This item includes the installation of the cable in duct or conduit as described below. The maximum number and voltage ratings of cables installed in each single duct or conduit and the current -carrying capacity of each cable shall be in accordance with the latest National Electric Code or the code of the local agency having jurisdiction. The Contractor shall make no connections or joints of any kind in cables installed in conduits or ducts. The duct or conduit shall be installed as a separate item in accordance with Item L-110, "Airport Underground Electrical Duct". The Contractor shall make sure that the duct is open, continuous and clear of debris before installing cable. ' The cable shall be installed in a manner to prevent harmful stretching of the conductor, injury to the insulation or damage to the outer protective covering. The ends of all cables shall be sealed with moisture -seal tape before pulling into the conduit and it shall be left sealed until connections are made. Where more than one cable is to be installed in a duct under the same contract, all cable shall be pulled in the duct at the same time. The pulling of a cable through ducts or conduits may be accomplished by hand winch or power winch with the use of cable grips or pulling eyes. Pulling tensions should be governed by recommended standard practices for straight pulls or bends. A lubricant ' recommended for the type of cable being installed shall be used where pulling lubricant is required. Duct or conduit markers temporarily removed for excavations shall be replaced as required. 1 3r03 SP L-108-2 1 108-4.3 TRENCHING. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Paved areas to be trenched shall be saw cut prior to removal of pavement. Trenches for cables may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Road patrols or graders shall not be used to excavate the trench with their blades. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. Unless otherwise specified, cable trenches shall be excavated to a minimum depth of 18 inches below finished grade, except as follows: A. When off the airport or crossing under a roadway or driveway, the minimum depth shall be 36 inches unless otherwise specified. B. Minimum cable depth when crossing under a railroad track shall be 42 inches unless otherwise specified. C. Low voltage cables shall be placed a minimum of 12 inches from high voltage cables. The Contractor shall excavate all cable trenches to a width not less than 6 inches. The trench shall be widened where more than two cables are to be installed parallel in the same trench. Unless otherwise specified in the plans, all cables of similar voltage, in the same location and running in the same general direction shall be installed in the same trench. When rock excavation is encountered, the rock shall be removed to a depth of at least 3 inches below the required cable depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a '/ inch sieve. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All excavation shall be unclassified. 1084.4 INSTALLATION IN TRENCHES. The Contractor shall not use a cable plow for installing the cable. Mechanical cable -laying equipment may be used in conjunction with a trenching machine if specified on project plans and specifications and it should provide for physical inspection of cable prior to backfilling. Sharp bends or kinks in the cable shall not be permitted. Cables shall be unreeled in place alongside or in the trench and shall be carefully placed along the bottom of the trench. The cable shall not be unreeled and pulled into the trench from one end. Where two or more cables of similar voltage are laid parallel in the same trench, they shall be placed laterally a minimum distance of 3 inches apart and the trench shall be widened sufficiently to accomplish this. Cables crossing over each other shall have a minimum of 3 inch vertical displacement with the topmost cable depth at or below the minimum required depth below finished grade. Not less than one foot of cable slack shall be left on each side of all connections, isolation transformers, light units and at all other points where cable is connected to field equipment. The slack cable shall be placed in the trench in a series of S curves. Additional slack cable shall be left in runway light bases, handholes, manholes, etc., where it is required to bring the cable above ground level to make connections. The amount of slack cable shall be stipulated by the Engineer or as shown in the plans and specifications. 108-4.5 BACKFILLING. The first three layers of backfill shall be Bedding. The first layer shall be 3 inches deep, ' loose measurement and shall not be compacted. The second layer shall be 4 inches deep and the third layer shall be 3 inches deep, loose measurement. The remainder of the backfill shall be excavated or imported material and shall not contain stone or aggregate larger than 4 inches maximum diameter. The fourth and subsequent layers of the backfill shall not exceed 8 inches in maximum depth, loose measurement. The second, and subsequent layers shall be thoroughly tamped and compacted to at least the density of the adjacent ' undisturbed soil, and to the satisfaction of the Engineer. If necessary to obtain the desired compaction, the backfill 3iO3 SP L-108-3 C 1 1 �I r material shall be moistened or aerated as required. Trenches shall not be excessively wet and shall not contain pools of water during backfill operations. The trench shall be completely backfilled and tamped level with the adjacent surface, except that when sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. 1084.6 RESTORATION. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the trenching, storing of dirt, cable laying, pad construction and other work shall be restored to its original condition. The restoration shall include any necessary paving, topsoiling, fertilizing, liming, seeding, sodding, sprigging or mulching. All such work shall be performed in accordance with the turfing and paving specifications. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. 1084.7 CABLE MARKERS. The location of runway Iight circuits shall be marked by a concrete slab marker, 2 feet square and 4 inches thick, extending approximately 1 inch above the surface. Each cable run from the line of runway lights to the equipment vault shall also be marked at approximately every 200 feet along the cable run, with an additional marker at each change of direction of cable run. All other cable buried directly in the earth shall be marked in the same manner. Cable markers shall be installed immediately above the cable. The Contractor shall impress the word "CABLE" and directional arrows on each cable marking slab. The letters shall be approximately 4 inches high and 3 inches wide, with width of stroke 1/z inch and 1/ inch deep. The location of each underground cable connection, except at lighting units or isolating transformers, shall be marked by a concrete marker slab placed above the connection. The Contractor shall impress the word "SPLICE" on each slab. He also shall impress additional circuit identification symbols on each slab if so desired by the Engineer. All circuits in electrical manholes are to be tagged with plastic or nylon tags. Circuit identification numbers should be permanently marked with indelible ink. All direct burial cable shall have plastic warning tape placed in the trench. The tape shall be placed 3 to 4 inches below finished grade. One tape shall be provided for each counterpoise wire and shall be centered over the counterpoise wire. 1084.8 SPLICING. Connections of the type as specified, shall be made by experienced personnel regularly engaged in this type of work and shall be made as follows: 1 3,03 A. Cast Splices. These shall be made by using crimp connectors for jointing conductors. Molds shall be assembled, and the compound shall be mixed and poured in accordance with manufacturer's instructions and to the satisfaction of the Engineer. B. Vulcanized Splices. These shall be made by using crimp connectors for joining conductors. The splice shall be made, using compounds furnished by the manufacturer, in accordance with his instructions and to the satisfaction of the Engineer. C. Field -Attached Plug -In Splices. These shall be assembled in accordance with manufacturer's instructions. These splices shall be made by plugging directly into mating connectors. In all cases, the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 11/z inches on each side of the joint. Where plug-in splices are used in manholes, they shall be secured by nylon ties to cable supports. Securing shall be made 6 inches both sides of splice. SP L-108-4 1 1084.10 RECORD DRAWINGS. The Contractor shall submit to the Engineer at the completion of the project, detailed, dimensioned as -built records and wiring diagrams of the circuitry installed under this contract, prior to payment of the final estimate. 108-5 METHOD OF MEASUREMENT. 108-5.1 No measurement will be made for direct payment of installation of cable, as the cost of furnishing and installing shall be considered as a subsidiary obligation in the completion of the work. 108-6 BASIS OF PAYMENT. 108-6.1 No payment will be made separately or directly for this item on any part of the work, unless otherwise listed 1 in the various pay items. All cable installation will be considered a necessary part of the work and its cost shall be considered by the Contractor and included in the contract price for the pay items of work involved. FAA SPECIFICATIONS REFERENCED IN ITEM L-108 Number Title AC 150/5345-26A Specification for L-823 Plug and Receptacle Cable Connectors FEDERAL SPECIFICATIONS REFERENCED IN ITEM L-108 Number Title J -C-30 Cable and Wire, Electrical Power, Fixed Installation 3103 SP L-108-5 1 D. Factory -Molded Plug -In Splices. These shall be made by plugging directly into mating connectors. In all cases, the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 11/2 inches on each side of the joint. 1084.9 CABLE IDENTIFICATION. The Contractor shall furnish and install self -sticking wire labels or identifying tags on each cable at the point where they enter and exit duct banks, conduits, manholes, handholes or equipment. Wire labels, if used, shall be of the self -sucking, preprinted type and of the manufacturer's recommended size for the wire involved. Identification markings designated in the Plans shall be followed. Tags, if used, shall be of fiber not less than 3/ inch in diameter and not less than 1/32 inch thick. Identification markings designated in the Plans shall be stamped on tags by means of small tool dies. Each tag shall be securely tied to the proper wire by a non-metallic cord. 108-4.10 BARE COUNTERPOISE WIRE INSTALLATION AND GROUNDING FOR LIGHTNING PROTECTION. If shown on the plans or specified herein, stranded bare copper wire shall be installed for lightning protection of the underground cables. The bare counterpoise wire shall be installed in the same trench for the entire length of the insulated cables it is designed to protect and shall be placed at a vertical distance of approximately 4 inches from the insulated cable. The counterpoise wire shall be securely attached to each light fixture base or mounting stake. The counterpoise wire shall also be securely attached to copper or copper -clad ground rods installed not more than 1,000 feet apart around the entire circuit. The ground rods shall be of the length and diameter specified in the Plans, but in no case shall they be less than 8 feet long nor less than 5/8 inch in diameter. The counterpoise system shall terminate at the electrical building or at the power source. It shall be securely attached to the electrical building or equipment grounding system. Connections shall be made as shown in the project plans. When the counterpoise installation is complete, the system's resistance to ground shall be tested. If resistance to ground is greater than 25 ohms, deficiencies in the system shall be corrected or additional ground rods shall be added. 1084.10 RECORD DRAWINGS. The Contractor shall submit to the Engineer at the completion of the project, detailed, dimensioned as -built records and wiring diagrams of the circuitry installed under this contract, prior to payment of the final estimate. 108-5 METHOD OF MEASUREMENT. 108-5.1 No measurement will be made for direct payment of installation of cable, as the cost of furnishing and installing shall be considered as a subsidiary obligation in the completion of the work. 108-6 BASIS OF PAYMENT. 108-6.1 No payment will be made separately or directly for this item on any part of the work, unless otherwise listed 1 in the various pay items. All cable installation will be considered a necessary part of the work and its cost shall be considered by the Contractor and included in the contract price for the pay items of work involved. FAA SPECIFICATIONS REFERENCED IN ITEM L-108 Number Title AC 150/5345-26A Specification for L-823 Plug and Receptacle Cable Connectors FEDERAL SPECIFICATIONS REFERENCED IN ITEM L-108 Number Title J -C-30 Cable and Wire, Electrical Power, Fixed Installation 3103 SP L-108-5 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 1 i 1 1 HH -I-595 Insulation Tape, Electrical Pressure -Sensitive Adhesive, Plastic, for Low -Temperature Application ASTM SPECIFICATIONS REFERENCED IN ITEM L-108 Number Title B-3 Soft or Annealed Copper Wire B-8 Concentric -Lay -Stranded Copper Conductor, Hard, Medium -Hard or Soft MILITARY SPECIFICATIONS REFERENCED IN ITEM L-108 Number Title MIL -I-3825 Insulation Tape, Electrical, Self -Fusing, for Use in Electronics, Communications, and Allied Equipment 47 MIL -I-24391 Insulation Tape, Electrical, Pressure -Sensitive, Plastic 3/03 END OF ITEM SP L-108-6 17 IJ ITEM L-110 AIRPORT UNDERGROUND ELECTRICAL DUCT 110-1 DESCRIPTION. 110-1.1 This item shall consist of underground electrical ducts or conduit installed in accordance with this Specification at the locations and in accordance with the dimensions, designs and details shown in the Plans. This item shall include the installation of all underground electrical ducts or underground conduits. It shall also include all excavation, trenching, sheeting, bracing, dewatering, backfilling, concrete encasement, mandrelling, installation of drag lines, duct markers, capping and the testing of the installation as a completed duct system ready for installation of cables, to the satisfaction of the Engineer. This item shall include removal of existing conduit and duct banks. This item shall also include removal of pavement and turf, restoration of pavements and turf and any special backfill required. 110-2 EQUIPMENT AND MATERIALS. 110-2.1 GENERAL. All equipment and materials covered by referenced Specifications shall be subject to r acceptance through manufacturer's certification of compliance with the applicable Specification when so requested by the Engineer. 110-2.2 CONCRETE. Concrete shall meet the requirements of the New York State Department of Transportation Standard Specifications, latest issue, Section 555-2, plus all revisions and addenda pertaining thereto. Unless otherwise shown on the Plans, the concrete shall be Class A, with a maximum permissible slump of 3 '/i inches. Cement shall be Portland cement Type I or Type II. 110-2.3 CONCRETE BONDING AGENT. Concrete bonding agent shall conform to the requirements of ASTM C 881. Concrete bonding agent shall be Type V, Grade 2 and unpigmented. Concrete bonding agent shall be Class A, B, or C, depending on the temperature of the concrete surface to which the agent will be applied. 110-2.4 REINFORCING STEEL. All reinforcing steel shall be deformed bars of new billet steel meeting the requirements of ASTM A615, Grade 60. 110-2.5 RIGID STEEL CONDUIT. Threaded rigid steel conduit and fittings shall conform to the requirements of American National Standards Institute, Inc., ANSI C80.1 or Underwriters Laboratories, Inc., UL -6. 110-2.6 PVC COATED RIGID GALVANIZED STEEL. Conduit shall be rigid steel conduit as specified above. Coating shall be 0.04 -inch in PVC factory applied, meeting NEMA Standard No. RN1. Fittings shall have same treatment. Conduits and fittings shall be threaded. 110-2.7 FLEXIBLE CONDUIT. Flexible conduit shall be Amer-tite JIC Type or approved equal. Flexible conduit shall be liquid tight and have the same inside diameter as the rigid conduit. 110-2.8 PLASTIC CONDUIT. Plastic conduit and fittings shall conform to the requirements of Federal Specification W -C-1094 and shall be one of the following, as specified in the proposal: A. Type I. Suitable for underground use when encased in concrete; Type A - Thin Wall Rigid PVC Conduit as manufactured by Carlon or approved equal. B. Type II. Suitable for either above ground or underground use, with or without concrete encasement; Type 40 - Heavy Wall Rigid PVC Conduit as manufactured by Carlon or approved equal. 110-2.9 FITTINGS. Conduit fittings shall provide liquid tight connections. Fittings inside diameter shall be the 10101 SP L-110-1 1 L 1 n same as the rigid conduit. 110-2.10 BEDDING. Bedding shall be in accordance with the New York State Department of Transportation Standard Specifications Section 703-06 - Cushion Sand. No separate measurement for payment shall be made for bedding. Bedding shall be considered necessary and incidental to the work of this item and the costs shall be included in the various pay items involved. 110-2.11 BACKFILL. Backfill shall be suitable on-site material obtained from the trench excavation, unless otherwise shown on the Contract Drawings. 110-2.12 LINING. Lining, if required, shall be as specified on the plans. No separate measurement for payment shall be made for lining. Lining shall be considered necessary and incidental to the work of this item and the costs shall be included in the various pay items involved. 110-2.13 COUNTERPOISE WIRE. Counterpoise wire shall meet the requirements of Item L-108. 110-2.14 GROUND RODS. Ground Rods shall meet the requirements of Item L-108. 110-3 SUBMITTALS AND CERTIFICATIONS. 110-3.1 Submittals of "Shop and Setting Drawings", "Working Drawings", "Catalogue Data" and "Certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and Certifications required are as follows: - NYSDOT approved Concrete Mix Design. Certification that Reinforcing Steel meets the requirements specified. Catalogue Data for Rigid Steel Conduit meeting the requirements specified. - Catalogue Data for PVC Coated Rigid Steel Conduit meeting the requirements specified. ' _ Catalogue Data for flexible conduit meeting the requirements specified. Catalogue Data for plastic conduit meeting the requirements specified. - Gradation sieve analysis Bedding meets the requirements specified. - Detailed, dimensioned, to scale sketch of the duct bank. 1104 CONSTRUCTION METHODS. 1104.1 GENERAL. The Contractor shall install underground ducts and conduits at the approximate locations shown on the Contract Drawings. The Engineer shall indicate specific locations as the work progresses. Ducts shall be of the size, material and type indicated in the Plans or Specifications. All duct lines shall be laid so as to grade toward handholes, manholes and duct ends for drainage. Grades shall be at least 3 inches per 100 feet. On runs where it is not practicable to maintain the grade all one way, the duct lines shall be graded from the center in both directions toward manholes, handholes or duct ends. Pockets or traps where moisture may accumulate shall not be permitted. rAll ducts and conduits must be capped or plugged prior to backfilling to prevent the infiltration of soil and water. The Contractor shall mandrel each duct. An iron -shod mandrel, not more than 114 -inch smaller than the bore of the duct, shall be pushed through each duct by means of jointed conduit rods. The mandrel shall have a leather or rubber gasket slightly larger than the duct hole. All ducts and conduits installed shall be provided with a nylon drag line having a minimum strength of 1,000 pounds for pulling the permanent wiring. Sufficient length shall be left in manholes or handholes to tie off the drag line to prevent it from slipping back into the duct. ' All ducts shall be securely fastened in place during construction and progress of the work and shall be plugged to 1 10/01 SP L-110-2 P prevent seepage of grout, water or dirt. Any duct section having a defective joint shall not be installed. All ducts, except steel conduit, installed under runways, taxiways, aprons and other paved areas shall be encased in a concrete envelope as indicated on the Plans. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Existing paved areas to be trenched shall be saw cut prior to removal of pavement. Trenches for ducts may be excavated manually or with mechanical trenching equipment. If the trench depth and soil ' conditions permit, walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of road patrols or graders shall not be used to excavate the trench. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All excavation shall be included in the unit price of the duct. Removal of conduits and duct banks shown on the Contract Drawings shall be considered necessary and incidental to the work of this item. Conduits and duct banks encountered which are not shown on the plans and which interfere with the proposed work shall be removed by the Contractor and the costs shall be considered incidental to the work of this item. 1104.2 EXCAVATION. Excavation shall consist of removal of all material, regardless of its nature, and the disposal of all such material as directed by the Engineer. No separate measurement for payment shall be made for excavation. Excavation shall be considered necessary and incidental to the work of this item. A. The Contractor shall excavate for underground electrical duct to the lines and grades shown on the Contract Drawings. Excavation shall be of sufficient size to permit placing of the full width and length of the underground electrical duct shown. The Engineer may order, in writing, changes in dimensions or elevations of footings necessary to secure a satisfactory foundation. B. After each excavation is completed, the Contractor shall notify the Engineer to that effect and the duct shall be constructed after the Engineer has approved the depth of the excavation and the character of the foundation material. C. Boulders, logs or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the original foundation. D. The Contractor shall do all bracing, sheeting or shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheeting or shoring shall be included in the unit price bid for the duct. All trench bracing, sheeting and shoring shall be in accordance with the requirements of the General Provisions section for "Sheeting and Bracing". E. Dewatering shall be performed in accordance with the requirements of the General Provisions section for "Removal of Water". F. Unless otherwise directed, bracing, sheeting and shoring used in the construction of this item shall be removed by the Contractor after the completion of the duct. Removal shall be made in a manner which will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid for the duct. 1104.3 DUCTS ENCASED IN CONCRETE. Unless otherwise shown in the Plans, concrete -encased ducts shall be installed so that the top of the concrete envelope is not less than 18 inches below the finished subgrade where installed under runways, taxiways, aprons or other paved areas, and not less than 18 inches below finished grade , where installed in unpaved areas. Trenches for concrete- encased ducts shall be opened the complete length before concrete is laid so that if any obstructions are encountered, proper provisions can be made to avoid them. All ducts 10101 SP L-110-3 , 11 1 1 1 r_1 1 1 for concrete encasement shall be placed on a layer of concrete not less than 41/z inches thick prior to its initial set. Where two or more ducts are encased in concrete, the Contractor shall space them not less than 2 inches apart (measured from outside wall to outside wall) using spacers applicable to the type of duct. As the duct laying progresses, concrete not less than 41/2 inches thick shall be placed around the sides and top of the duct bank. End bells or couplings shall be installed flush with the concrete encasement where required. When specified or shown, the Contractor shall reinforce the bottom, side, and top of encasements with steel reinforcing mesh or fabric or other approved metal reinforcement. When directed, the Contractor shall supply additional supports where the soil bearing capacity is inadequate, where ducts cross under roadways or where otherwise shown on the Plans. Under such conditions, the complete duct structure shall be supported on reinforced concrete footings, piers or piles located at approximately 5 -foot intervals. Concrete handling and placement shall be in accordance with the New York State Department of Transportation Standard Specifications, latest issue and addenda, Section 555-3 Construction Details. Where duct banks are being extended, or where the duct bank is structurally tied to existing concrete, Contractor shall apply a concrete bonding agent to the surface of existing concrete prior to pouring fresh concrete. If shown on the plans or specified herein, stranded bare copper counterpoise wire shall be installed for lightning protection of the concrete encased ducts. The counterpoise wire shall be installed in the same trench for the entire length of the duct bank it is designed to protect and shall be placed at a vertical distance of approximately 6 inches from the duct bank. The counterpoise wire shall be securely attached to ground rod at each end of the duct bank. The counterpoise wire shall also be securely attached to copper or copper -clad ground rods installed not more than 1,000 feet apart around the entire circuit. The counterpoise system shall terminate at the electrical building or at the power source. It shall be securely attached to the electrical building or equipment grounding system. Connections shall be made as shown in the project plans. When the counterpoise installation is complete, the system's resistance to ground shall be tested. If resistance to ground is greater than 25 ohms, deficiencies in the system shall be corrected or additional ground rods shall be added. 110-4.4 DUCTS WITHOUT CONCRETE ENCASEMENT. Trenches for single -duct lines shall be not less than 6 inches nor more than 12 inches wide, and the trench for 2 or more ducts installed at the same level shall be proportionately wider. Trench bottoms for ducts without concrete encasement shall be made to conform accurately to grade so as to provide uniform support for the duct along its entire length. Unless otherwise shown in the Plans, ducts for direct burial shall be installed so that the tops of all ducts are at least 18 inches below finished grade. When two or more ducts are installed in the same trench without concrete encasement, they shall be spaced not less than 2 inches apart (measured from outside wall to outside wall) in a horizontal direction and not less than 6 inches apart in a vertical direction. Contractor shall place a layer of Bedding at least 3 inches deep, loose measurement, in the bottom of the trench prior to placing the duct. This layer shall not be tamped. Ducts shall be installed on the bedding in the number and spacing specified. Contractor shall place a layer of bedding that extends at least 3 inches, loose measurement, above the top of the duct. In the case where ducts are "stacked", the layer shall be placed at 6 inches above the underlying conduit. This layer shall be tamped prior to installing the subsequent layer of conduits. After placing all the bedding material, Contractor shall thoroughly tamp and compact the bedding to at least the density of the adjacent undisturbed soil, and to the satisfaction of the Engineer. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. If shown on the plans or specified herein, stranded bare copper counterpoise wire shall be installed for lightning protection of the conduits. The counterpoise wire shall be installed in the same trench for the entire length of the conduit it is designed to protect and shall be placed at a vertical distance of approximately 9 inches from the conduit. The counterpoise wire shall be securely attached to each light fixture base. The counterpoise wire shall also be 10101 SP L-110-4 securely attached to copper or copper -clad ground rods installed not more than 1,000 feet apart around the entire circuit. The counterpoise system shall terminate at the electrical building or at the power source. It shall be securely attached to the electrical building or equipment grounding system. Connections shall be made as shown in the project plans. When the counterpoise installation is complete, the system's resistance to ground shall be tested. If resistance to ground is greater than 25 ohms, deficiencies in the system shall be corrected or additional ground rods shall be added. Trenches shall be opened the complete length before the duct is installed so that if any obstructions are encountered proper provisions can be made to avoid them. 1104.5 DUCT MARKERS. The location of the ends of all ducts shall be marked by a concrete slab marker 2 feet square and 4 inches thick extending approximately 1 inch above the surface. The markers shall be located above the ends of all ducts or duct banks, except where ducts terminate in a handhole, manhole or building. The Contractor shall impress the word "DUCT" on each marker slab. He shall also impress on the slab, the number and size of ducts beneath the word "DUCT". The letters shall be 4 inches high and 3 inches wide with width of stroke 1/2 -inch and 1/4 -inch deep or as large as the available space permits. 110-4.6 BACKFILLING. Backfill shall not be placed against any concrete encased ducts until permission is given ' by the Engineer. Such permission shall not be given until the concrete has been in place seven days, or until tests made by the laboratory under supervision of the Engineer establish that the concrete has attained sufficient strength to provide a factor of safety against damage of strain in withstanding any pressure created by the backfill or the methods used in placing it. The trench shall be backfilled in accordance with the requirements of Item P-152, Excavation and Embankment, with material not larger than 4 inches in diameter and thoroughly tamped and compacted. Trenches shall not be excessively wet and shall not contain pools of water during backfilling operations. , The trench shall be completely backfilled and tamped level with the adjacent surface, except that when sod is to be placed over the trench the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. 110-4.7 RESTORATION. Restoration of surfaces, sod or pavement, shall be performed in accordance with the details of the Contract Drawings. All areas disturbed by the trenching, storing of dirt, cable laying, pad construction and other work, shall be restored to its original condition. No Separate measurement for payment shall be made for restoration. Restoration shall include any necessary topsoiling, fertilizing, liming, seeding. sprigging or mulching. ' The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. Restoration shall be considered necessary and incidental to the work of this item and the costs shall be included in the various pay items involved. 110-5 METHOD OF MEASUREMENT. 110-5.1 The quantity of underground duct or conduit to be paid for under this item shall be the number of linear feet of duct installed, measured in place, from end or outside face of structure to end or outside face of structure, including all required excavation, lining and backfill, completed and accepted. Separate measurement shall be made for the various types and sizes. 110-6 BASIS OF PAYMENT. 110-6.1 Payment will be made at the Contract unit price for each type and size of single -way or multi -way duct or , conduit completed and accepted. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools and incidentals necessary to complete this item. , 10/01 SP L-110-5 1 1 1 t 1 1 1 1 1 1 1 1 1 1 1 1 Payment will be under: Item L-110-6.1 - 4 -Way Electrical Duct Bank, Type I - per linear foot 10/01 MATERIAL REQUIREMENTS Number Title W -C-571 Conduit and Fittings, Nonmetal, rigid; (Asbestos -Cement or Fire -Clay Cement), (for Electrical Purposes). W -C-1094 Conduit and Fittings; Nonmetallic, Rigid, (Plastic). ANSI C80.1 Standard for Rigid Steel Conduit - Zinc Coated. UL -6 Standard for Intermediate Metal Conduit_ END OF ITEM SP L-110-6 U ITEM L-125 AIRPORT LIGHTING AND NAVIGATIONAL SYSTEMS 125-1 DESCRIPTION. 125-1.1 This item shall consist of airport lighting and navigational systems furnished and installed in accordance with this Specification, referenced Specifications and applicable Advisory Circulars. This item shall also include the removal, modification, or relocation of existing lighting and navigational systems. The systems shall be installed at the locations and in accordance with the dimensions, design, and details shown in the Contract Drawings. This item , shall include all excavation, backfilling, and restoration of surfaces and the furnishing of all equipment, materials, services, and incidentals necessary to place the systems in operation as completed units to the satisfaction of the Engineer. 125-1.2 Additional details pertaining to a specific system covered in this item are contained in the Advisory Circulars listed in paragraphs 125-1.3 through 125-1.7. 125-1.3 AC 150/5340-4, Installation Details for Runway Centerline and Touchdown Zone Lighting Systems. i 125=1.4 AC 150/5340-14, Economy Approach Lighting Aids. 125-1.5 AC 150/5340-18, Standards for Airport Sign Systems. 125-1.6 AC 150/5340-21, Airport Miscellaneous Lighting Visual Aids. , 125-1.7 AC 150/5340-24, Runway and Taxiway Edge Lighting System. 125-2 EQUIPMENT AND MATERIALS. ' 125-2.1 GENERAL. A. Airport lighting equipment and materials covered by Federal Aviation Administration Specifications shall be certified in accordance with Advisory Circular 150/5345-53, Airport Lighting Equipment Certification Program, latest edition. B. All other equipment and materials covered by other referenced Specifications shall be subject to acceptance through the manufacturer's certification of compliance with the applicable Specifications. C. Lists of the equipment and materials required for a particular system are contained in the applicable Advisory Circulars. D. Contractor shall have experience installing navigational and lighting systems or the manufacturer's ' representative shall be on-site during installation. Experience shall be documented by the Contractor by providing the Engineer with a list of three previous installations of the equipment being installed. 125-2.2 TAPE. Rubber and plastic electrical tapes shall be Scotch Electrical Tape Numbers 23 and 88, respectively, as manufactured by the Minnesota Mining and Manufacturing Company, or an approved equal. 125-2.3 CONCRETE. Concrete shall meet the requirements of the New York State Department of Transportation ' Standard Specifications, latest issue, Section 555-2, plus all revisions and addenda pertaining thereto. Unless otherwise shown on the Plans, the concrete shall be Class A, with a maximum permissible slump of 3 '/2 inches. Cement shall be Portland cement Type I or Type II. 125-2.4 CONDUIT. Rigid steel conduit and fittings shall conform to the requirements of ANSI Standard C80.1 or 10/01 SP L-125-1 1 1 Underwriters Laboratories, Inc., UL -6. Conduit and fittings shall be hot dipped galvanized or sherardized inside and 1 out. Conduit and fittings shall be threaded. Angles in conduit shall be formed using large radius bends. 125-2.5 PVC COATED RIGID GALVANIZED STEEL. Conduit shall be rigid steel conduit as specified above. Coating shall be 0.040 -inch PVC factory applied, meeting NEMA Standard No. RN1. Fittings shall have same treatment. Conduits and fittings shall be threaded. 125-2.6 POWER ADAPTER. Power adapters for navigational systems shall operate on an input of 2.8 to 6.6 amps, 60 Hz with an output of 120/240 VAC +3 % over entire input range. Maximum power output shall be 670 VA. Adapter shall be of water ticy ght construction for direct earth burial. 1 125-2.7 ANCHOR BOLTS AND CONCRETE ANCHOR STUDS. Anchor bolts and concrete anchor studs shall be sized in accordance with the equipment manufacturer's requirements. Anchor bolts and studs less than 3/4 inch in diameter shall be stainless steel. 125-2.8 WATER TIGHT TERMINATION. Water tight terminations for conduits, ducts, nipples, equipment and bases shall be mechanical compression type and shall be sized for the application and number of conductors. 125-2.9 REINFORCING STEEL. All reinforcing steel shall be deformed bars of new billet steel meting the requirements of ASTM A 615, Grade 60. 125-3 SUBMITTALS AND CERTIFICATIONS. 125-3.1 Submittals of "Shop and Setting Drawings", "Working Drawings", "Catalogue Data" and "Certifications" ' for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and Certifications required are as follows: ' _ Evidence of Contractor's experience installing lighting and navigational systems. Catalogue Data for each type of Airport lighting equipment specified. - Certification for each type of Airport lighting equipment specified in accordance with AC 150/5345-53. - Catalogue Data for other equipment meeting the requirements specified. NYSDOT Approved Concrete Mix Design. Catalogue Data for conduit meeting the requirements specified. - Certification that reinforcing steel meets the requirements specified. ' 1254 CONSTRUCTION METHODS. 1254.1 GENERAL. The installation and testing details for the systems shall be as specified in the applicable Advisory Circulars, manufacturer's requirements and as shown on the Plans or directed by the Engineer. A. Exposed and buried bolts and connections that must be removed for maintenance shall be coated with an antiseizing compound to facilitate removal. 1254.2 EXCAVATION. All excavation shall be considered unclassified excavation. Unclassified excavation shall consist of the excavation of all material, regardless of its nature and the disposal of all such material as directed by the Engineer. A. The Contractor shall do all excavation for airport lighting and navigational system installations to the lines ' and grades or elevations shown on the Plans or as directed by the Engineer. The excavation shall be of sufficient size to permit the placing of the airport lighting or navigational system. IB. Boulders, logs or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, 1 10/01 SP L-125-2 stepped or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation and excavation to final grade shall not be made until just before the concrete or reinforcing is to be placed. C. The Contractor shall do all bracing, sheeting or shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheeting or shoring shall be included in the unit price bid for the structure. All trench bracing, sheeting and shoring shall be in accordance with the Sheeting and Bracing section of the General Provisions. D. Unless otherwise provided, bracing, sheeting and shoring involved in the construction of this item shall be removed by the contractor after the completion of the structure. Removal shall be effected in a manner which will not disturb or mar finished masonry. The cost of removal shall be included in the unit bid for that item. 1254.3 CONCRETE. Concrete handling and placement shall be in accordance with the New York State Department of Transportation Standard Specifications, latest issue and addenda, Section 555-3, Construction Details. 1254.4 BACKFILLING. Backfilling around structures shall not be commenced until directed by the Engineer. Prior to backfilling, all conduits and openings shall be sealed water tight. Backfill evenly and simultaneously on both sides of foundation walls in 6 -inch lifts. All structures shall be backfilled to the lines and grades shown on the Plans, or as required for proper operation of the lighting or navigation system and as directed by the Engineer. Contractor shall use previously excavated material if it is suitable for backfill, or if additional material is required for backfill, the Contractor shall provide suitable backfill. All materials used for backfill shall be approved in advance by the Engineer. No direct payment will be made for backfill material or its placement. 1254.5 PLACING LIGHTS, SIGNS AND NAVIGATIONAL SYSTEMS. The lighting or navigational systems shall be installed at the approximate location indicated in the Plans. The exact location shall be as directed by the Engineer. The lighting or navigational systems shall be installed in accordance with the Plans and the manufacturer's recommendations. Contractor's surveyor shall be on-site during installation of navigational systems to verify elevations, alignment and siting angles of navigational systems prior to energizing the equipment. Any deviations shall be corrected by the Contractor and verified by the surveyor before the equipment is put to service. 1254.6 INSTALLATION OF CABLES. Excavation for trenches, backfilling and furnishing and installation of cables shall be performed in accordance with Item L-108. 1254.7 SPOIL MATERIAL. The owner has first rights to salvage any electrical equipment removed. Contractor shall separate useable equipment from unusable equipment . The equipment to be salvaged shall be stockpiled at a location designated by the owner in proper working condition. All other materials shall be spoiled off airport property at a proper disposal site. 1254.8 RECORD DRAWINGS. The Contractor shall furnish to the Engineer, an accurate location survey for the purpose of locating buried facilities in the future, indicating the as -built locations of all buried Touchdown Zone Light cans, Centerline Light cans, Splice cans, Rigid Steel Conduit ends and angle points, and Duct Bank ends. Record Drawings shall clearly indicate or show the relationship of these fixtures to a permanent survey baseline. Record Drawings shall show location of proposed pavement edges in relation to the lighting systems. Survey Plan must be submitted and approved by the Engineer prior to commencement of paving operations and prior to acceptance of these work items. Record Drawings shall be signed and sealed by a New York State Licensed Surveyor and shall bear the following certification: "The undersigned hereby certifies that this Plan shows the accurate as -built location of TDZ light cans, Centerline 10/01 SP L-125-3 1 t light cans, Splice cans, Rigid Steel conduit ends and angle points and Duct Bank ends. " 125-5 METHOD OF MEASUREMENT. 125-5.1 The quantity of lights, splice cans, retroreflective markers, signs, and navigational system to be paid for ' under this item shall be the number of each type installed as completed units in place, ready for operation and accepted by the Engineer. ' 125-5.2 The quantity of removal, modification or relocation of existing lights, signs or navigational system to be paid for under this item shall be the number of each type completely removed, modified or relocated, including relocation of step down transformer, enclosure, control bar and construction of a new foundation (where applicable) and appurtenances and reinstated as completed units, in place, ready for operation, as shown on the Contract Drawings. 125-6 BASIS OF PAYMENT. 125-6.1 Payment will be made at the Contract unit price for each complete light, splice can, retroreflective marker, sign, or navigational system installed in place by the Contractor and accepted by the Engineer. This price shall be full compensation for all excavation and backfilling, furnishing all materials and for all preparation, assembly and installation of these materials and for all labor, equipment, tools and incidentals necessary to complete this item. 125-6.2 Payment will be made at the Contract unit price for each light, sign or navigational system completely removed, modified or relocated and accepted by the Engineer. This price shall be full compensation for all excavation and backfilling, furnishing all materials and for all preparation disassembly, reassembly, realignment and installation of these materials and for all labor, equipment, tools and incidentals necessary to complete this item. Payment will be made under: Item L 125-6.1 - Electrical Splice Can - Per Each Item L 125-6.1 - Retroreflective Taxiway Guidance Sign No. 1- Per Each Item L 125-6.1 - Retroreflective Taxiway Guidance Sign No. 2- Per Each Item L 125-6.1 - Retroreflective Taxiway Guidance Sign No. 3- Per Each Item L 125-6.1 - Retroreflective Taxiway Guidance Sign No. 4- Per Each Item L-125-6.1 - Retroreflective Pavement Edge Markers - Per Each Item L-125-6.2 - Modifications to Existing Elevated Runway Lights - Per Each FEDERAL SPECIFICATION REFERENCED IN ITEM L-125 Number Title WW -C-581 Conduit, Metal Rigid; and Coupling, Elbow; and Nipple, Electrical Conduit: Zinc -coated. FAA SPECIFICATIONS REFERENCED IN ITEM L-125 Number Title 10/01 SP L-125-4 AC 150/5340-4 Installation Details for Centerline and Touchdown Zone Lighting Systems. AC 150/5340-14 Economy Approach Lighting Aids. AC 150/5340-18 Taxiway Guidance Sign System. AC 150/5340-24 Runway and Taxiway Edge Lighting System. AC 150/5345-1 Approved Airport Lighting Equipment. AC 150/5345-42 FAA Specification L-867, Airport Light Bases, Transformer Housing and Junction Boxes. AC 150/5345-44 Specification for Taxiway and Runway Signs. END OF ITEM 10101 SP L-125-5 r t 1 J 1 1 1 ITEM L-126 AIRCRAFT TIE -DOWNS AND STATIC GROUND RODS 126-1 DESCRIPTION. 126-1.1 This item shall consist of furnishing and installing aircraft tie -downs, ground rods and tie-down/ground rods in flexible or rigid pavement at the locations shown on the Contract Drawings and in accordance with this Specification. 126-2 MATERIALS. 126-2.1 TIE -DOWNS. Tie -downs shall be of the size and type indicated on the Contract Drawings. 126-2.2 CONCRETE. Concrete shall be in accordance with the New York State Department of Transportation Standard Specifications, latest issue, plus all revisions and addenda pertaining thereto, Section 555-2_ Unless otherwise shown on the Plans, the concrete shall be Class A, with a maximum permissible slump of 3 '/2 inches. Cement shall be Portland Cement Type I or Type II. 126-3 SUBMITTALS AND CERTIFICATIONS. 126-3.1 Submittals of "Shop and Setting Drawings", "Working Drawings", Catalogue Data" and "Certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and Certifications required are as follows: - Catalogue data for tie -downs meeting the requirements specified. - NYSDOT approved concrete mix design. 1264 CONSTRUCTION METHODS. 1264.1 TIE -DOWNS. Aircraft tie -downs located within flexible pavement shall be installed after paving operations are completed. Pavement shall be saw cut prior to removal and the tie -down anchors installed as indicated on the Contract Drawings. Cables and hardware, when required, shall be installed on the anchors after concrete has cured seven (7) days or more. Aircraft tie downs located in rigid pavement shall be installed during the paving operations unless otherwise approved by the Engineer. When indicated on the Contract Drawings to attach tie -downs to ground rods, the method of attachment shall be exothermic and shall be submitted to the Engineer and approved prior to installation. 1264.2 CONCRETE. Concrete handling and placement shall be in accordance with the New York State Department of Transportation Standard Specifications, latest issue and addenda, Section 555-3, Construction Details. 126-5 METHOD OF MEASUREMENT. 126-5.1 The quantity of tie -downs, ground rods and tie-down/ground rods to be paid for shall be the number of each type installed and accepted by the Engineer. 126-6 BASIS OF PAYMENT. 126-6.1 Payment will be made at the Contract unit price per each Tie -Down, Ground Rod or Tie-Down/Ground Rod installed in Flexible or Rigid Pavement and accepted by the Engineer. This price shall be full compensation for the iaoi.Doc SP L-126-1 furnishing all materials and for all installation of these materials and for all labor, equipment, tools and incidentals necessary to complete the item. Payment will be made under: Item L-126-6.2 - Tie -Downs in Flexible Pavement - Per Each END OF ITEM IO/Ol.DOC SP L-126-2 1 1 ITEM M-100 MAINTENANCE AND PROTECTION OF TRAFFIC ' 100-1 DESCRIPTION ' 100-1.1 GENERAL. This work shall consist of maintaining aircraft and vehicular traffic and protecting the public from damage to person and property within the limits of and for the duration of the Contract. ' The requirements of Section 619, as specified in the New York State Department of Transportation Standard Specifications latest issue, plus all revisions and addenda pertaining thereto, shall apply with the following modifications and/or revisions as described below. Contractor is responsible for maintenance and repair of these items, regardless of cause of damage, until the project is accepted. The following additional items are specifically included without limiting the generality implied by these Specifications and the Contract Drawings. Contractor is responsible for maintenance and repair of these items, regardless of cause ' of damage, until the project is accepted. - Restoration of all surfaces disturbed as a result of the Contractor's Operations which are not otherwise paid for. - Installation, maintenance, repair and removal of temporary access roads and maintenance and repair of existing access roads. ' - Installation, maintenance, repair and removal of temporary security fencing and gates. - Installation, maintenance, repair and removal of temporary barricades, barricade lights, barricade flags, warning signs and hazard markings. - Installation of permanent barricades, warning signs and hazard markings. ' - Installation, maintenance, repair and removal of temporary lights and lighting circuits. Temporary above ground lighting cables, if approved, shall be delineated with stakes and flagging at the direction of the Engineer. - Installation, maintenance, repair and removal of temporary NAVAIDS. ' - Installation, maintenance, repair and removal of all temporary markings. - Testing and maintenance of existing and new lighting circuitry. ' - Cleaning and maintenance of all paved areas. - Dust control measures as required by Engineer. ' - Security requirements. ' 100-2 METHOD OF MEASUREMENT. 100-2.1 Payment for maintenance and protection of traffic will be made on a lump sum basis. The lump sum shall ' include all items required to satisfy this Specification. Partial payment may be made as the work progresses at the discretion of the Engineer. 1 12,97.D0c SP M-100-1 F, 100-3 BASIS OF PAYMENT. 100-3.1 The lump sum price bid for maintenance and protection of traffic shall include all equipments, materials ' and labor necessary to adequately and safely maintain and protect traffic. In the event the contract completion date is extended, no additional payment will be made for maintenance and ' protection of traffic. Progress payments will be made for this item in proportion to the total amount of contract work completed, less any I deductions for unsatisfactory maintenance and protection of traffic. No payment will be made under maintenance and protection of traffic for each calendar day during which there are substantial deficiencies in compliance with the Specification requirements of any subsection of this Section as determined by the Engineer. The amount of such calendar day non-payment will be determined by dividing the lump sum amount bid for ' maintenance and protection of traffic by the number of calendar days between the date the Contractor commences work and the date of completion as designated in this proposal, without regard to any extension of time. If the Contractor fails to maintain and protect traffic adequately and safely for a period of 24 hours, the Owner shall , correct the adverse conditions by any means it deems appropriate and shall deduct the cost of the corrective work from any monies due the Contractor. The cost of this work shall be in addition to the liquidated damages and non- ' payment for maintenance and protection of traffic listed above. However, where major nonconformance with the requirements of this Specification is noted by the Engineer and prompt Contractor compliance is deemed not to be obtainable, all contract work may be stopped by direct order of , the Engineer regardless of whether corrections are made by the Owner as stated in the paragraph above. Payment will be made under: ' Item M-100-3.1 - Maintenance and Protection of Traffic - Lump Sum END OF ITEM 1 C� 1 12/92. DOC SP M-100-2 I i J 1 1 J 1 1 h 1 1 1 ITEM M-150 PROJECT SURVEY AND STAKEOUT 150-1 DESCRIPTION. 150-1.1 Under this item, the Contractor shall do all necessary surveying required to construct all elements of the Project as shown on the Contract Drawings and specified in the Proposal and Specifications. This shall include but not be limited to stakeout, layout and elevations for pavements, structures, forms, pile layouts and appurtenances as shown and required, consistent with the current practices and shall be performed by competently qualified personnel acceptable to the Engineer. The stakeout survey shall proceed immediately following the award of the Contract and shall be expeditiously progressed to completion in a manner and at a rate satisfactory to the Engineer. The Contractor shall keep the Engineer fully informed as to the progress of the stakeout survey. All survey work shall be provided under the direction of a licensed land surveyor. 150-2 MATERIALS. 150-2.1 All instruments, equipment, stakes and any other material necessary to perform the work satisfactorily shall be provided by the Contractor. All stakes used shall be of a type approved by the Engineer. It shall be the Contractor's responsibility to maintain these stakes in their proper position and location at all times. The Contractor shall make available to the Engineer upon request a rod, level, and tripod. The rod shall be 15 foot in length with hundredth of a foot graduation. The level shall be self leveling and have documentation demonstrating it has been calibrated within one month of the projects commencement. All provided equipment shall be in good working order and maintained by the Contractor throughout the course of the project. 150-3 CONSTRUCTION DETAILS. 150-3.1 The Contractor shall trim trees, brush and other interfering objects, not inconsistent with the Contract Drawings, from survey lines in advance of all survey work to permit accurate and unimpeded work by his stakeout survey crews and the Engineer's cross- section survey crews. The exact position of all work shall be established from control points, baseline transit points or other points of similar nature which are shown on the Contract Drawings and/or modified by the Engineer. Any error, apparent discrepancy or absence in or of data shown or required for accurately accomplishing the stakeout survey shall be referred to the Engineer for interpretation or furnishing when such is observed or required. The Contractor shall place two offset stakes or references at each centerline station and at such intermediate locations as the Engineer may direct. From computations and measurements made by the Contractor, these stakes shall be clearly and legibly marked with the correct centerline station number, offset and cut or fill so as to permit the establishment of the exact centerline location and elevation during construction. If markings become faded or blurred for any reason, the markings shall be restored by the Contractor and at the request of the Engineer. He shall locate and place all cut, fill, slope, fine grade or other stakes and points, as the Engineer may direct, for the proper progress of the work. All control points shall be properly guarded and flagged for easy identification. Drainage structures shall be staked out by the Contractor at the locations and elevations shown on the Contract Drawings or specified by the Engineer. Reference points, baselines, stakes and benchmarks for borrow pits shall be established by the Contractor. Permanent survey marker locations shall be established and referenced by the Contractor. The Contractor shall be responsible for the accuracy of his work and shall maintain all reference points, stakes, etc., throughout the life of the Contract. Damaged or destroyed points, benchmarks or stakes, or any reference points made inaccessible by the progress of the construction, shall be replaced or transferred by the Contractor. Any of the Zion SP M-150-1 F above points which may be destroyed or damaged shall be transferred by the Contractor before they are damaged or destroyed. All control points shall be referenced by ties to acceptable objects and recorded. Any alterations or revisions in the ties shall be so noted and the information furnished to the Engineer immediately. All stakeout survey work shall be referenced to the centerlines shown on the Contract Drawings. All computations necessary to establish the exact position of the work from control points shall be made and preserved by the Contractor. All computations, ' survey notes and other records necessary to accomplish the work, shall be neatly made. Such computations, survey notes and other records shall be made available to the Engineer upon request and shall become the property of the Owner and delivered to the Engineer not later than the date of acceptance of the Contract. The Engineer may check all or any portion of the stakeout survey work or notes made by the Contractor. Any necessary correction to the work shall be made immediately by the Contractor. Such checking by the Engineer shall not relieve the Contractor of any responsibilities for the accuracy or completeness of his work. , Upon completion of all grading and paving work, the Contractor shall reestablish centerline or baseline points and stationing at 100 foot intervals. The baselines or centerlines and stationing to be established shall be the same as those , used to develop design quantities. Prior to the final cross-section survey of any borrow pits by the Engineer, the Contractor shall reestablish baseline points and stationing, as well as any necessary benchmarks as required by the Engineer. , The Contractor will not be required or permitted to take the pre -construction or final cross-sections that are used for payment purposes. I During the progress of the construction work, the Contractor will be required to furnish all of the surveying and stakeout incidental to the proper location by line and grade for each phase of the work. For paving and any other operation requiring extreme accuracy, the Contractor will restake with pins or other acceptable hubs located directly adjacent to the work at a spacing directed by the Engineer. Any existing stakes, iron pins, survey monuments or other markers defining property lines which may be disturbed I during construction shall be properly tied into fixed reference points before being disturbed and accurately reset in their proper position upon completion of the work. Just prior to completion of the Contract, the Contractor shall reestablish, if necessary, and retie all control points as I permanently as possible and to the satisfaction of the Engineer. 150-4 METHOD OF MEASUREMENT. ' 1504.1 Payment will be made at the lump sum price bid for this item. 150-5 BASIS OF PAYMENT. 150-5.1 The lump sum price bid shall include the cost of furnishing all labor, equipment, instruments and all other material necessary to satisfactorily complete the Project surveying and stakeout. Partial payments may be made at , the discretion of the Engineer as the work progresses. Payment will be made under: Item M-150- 5.1 - Project Survey and Stakeout - Lump Sum , END OF ITEM n 1 zioo SP M-150-2 I t 1 1 J J t 1 �II ITEM M-200 MOBILIZATION 200-1 DESCRIPTION. 200-1.1 Under this work the Contractor shall set up his necessary general plant, including shops, storage areas, office and such sanitary and other facilities as are required by local or state law or regulation. 200-2 MATERIALS. 200-2.1 Such materials as are required for mobilization and that are not to be a part of the completed contract shall be as determined by the Contractor, except that they shall conform to all pertinent local or state law, regulation or code. 200-3 CONSTRUCTION DETAILS. 200-3.1 The work required to provide the above facilities and services for mobilization shall be done in a safe and workmanlike manner and shall conform with any pertinent local or state law, regulation or code. Good housekeeping consistent with safety shall be maintained. 2004 METHOD OF MEASUREMENT. 2004.1 Payment for mobilization will be made on a lump sum basis. 200-5 BASIS OF PAYMENT. 200-5.1 THE AMOUNT BID FOR MOBILIZATION FOR THE BASE BID SHALL NOT EXCEED FOUR PERCENT (4%) OF THE BASE BID PRICE, EXCLUDING THE BID PRICE FOR MOBILIZATION. THE AMOUNT BID FOR MOBILIZATION FOR ALTERNATES, OR ALTERNATE ADD-ONS, WHERE A MOBILIZATION ITEM IS LISTED, SHALL NOT EXCEED FOUR PERCENT (4%) OF THE TOTAL BID PRICE FOR THAT ALTERNATE, OR THAT ALTERNATE ADD-ON, EXCLUDING THAT ALTERNATE'S BID PRICE FOR MOBILIZATION. SHOULD THE BIDDER EXCEED THE FOREGOING FOUR PERCENT (4%), THE ENGINEER WILL MAKE THE NECESSARY ADJUSTMENT TO DETERMINE THE TOTAL AMOUNT BID BASED ON THE ARITHMETICALLY CORRECT PROPOSAL. The amount bid shall include the furnishing and maintaining of services and facilities noted under 200-1, Description, to the extent and at the time the Contractor deems them necessary for his operations, consistent with the requirements of this work and the respective contract. The amount bid shall be payable to the Contractor with the first progress estimate made for other contract work. Unless provided for elsewhere, the cost of required insurance and bonds and/or any initiation of the contract work may be included in this work. Unless provided for elsewhere, the cost of required insurance and bonds and/or any initiation of the contract work may be included in this work. Payment will be made under: Item M-200-5.1 - Mobilization (4% Maximum) - Lump Sum END OF ITEM 1 2101 SP M-200-1 M200.DOC C m Q d LO T r co r N r O co O O r O '— N N O N Ir �eTg OHARTFORD LONG ISLAND SOUND LONG ISLAND, NY CONNECTICUT 0 ATLANTIC OCEAN PROVIDENCE I O RHODE ISLAND I I I \ t:��j '�` FISHERS ISLAND ELIZABETH FIELD AIRPORT BLOCK ISLAND LOCATION MAP NOT TO SCALE =A- illo, ITEM FAA NO SPEC DESCRIPTION QUANTITY UNITS I P-151 CLEARING & GRUBBING I LS 2 P-152 UNCLASSIFIED EXCAVATION 1,550 CY 3 P-156 SILT FENCE 390 LF 4 P-156 STRAW BALE DIKE 85 LF 5 P-156 STORM DRAIN INLET PROTECTION IN TURF 5 EACH 6 P-214 CRUSHED AGGREGATE BASE COURSE 1,580 CY 7 P-409 BITUMINOUS SURFACE COURSE (TYPE 7F, TOP) 495 TON 8 P-409 BITUMINOUS BASE COURSE (TYPE 3, BINDER) 820 TON 9 P-603 BITUMINOUS TACK COAT 280 GAL 10 P-612 FIELD OFFICE 1 LS 11 P-620 RUNWAY & TAXIWAY PAINTING WITH GLASS BEADS 1,450 SF 12 P-625 COAL -TAR PITCH EMULSION SEALCOAT 4,200 SY 13 D-701 12 -INCH DIA, SICPP 335 LF 14 D-710 STABILIZATION FABRIC 48,890 SF 15 D-751 DRYWELL 3 EACH 16 D-751 CATCH BASIN 1 EACH 17 T-902 TOPSOIL, SEED AND MULCH 3,840 - SY 18 L-110 4 -WAY ELECTRICAL DUCT BANK, TYPE I 45 LF 19 L-125 ELECTRICAL SPLICE CAN 4 EACH 20 L-125 RETROREFLECTIVE TAXIWAY GUIDANCE SIGN NO. I 1 EACH 21 L-125 RETROREFLECTIVE TAXIWAY GUIDANCE SIGN NO.2 1 EACH 22 L-125 RETROREFLECTIVE TAXIWAY GUIDANCE SIGN NO. 3 1 EACH 23 L-125 RETROREFLECTIVE TAXIWAY GUIDANCE SIGN NO.4 1 EACH 24 L-125 RETROREFLECTIVE PAVEMENT EDGE MARKERS 23 'EACI I 25 L-125 MODIFICATIONS TO EXISTING ELEVATED R/W LIGHTS I ' EACH 26 L-126 TIE -DOWNS IN FLEXIBLE PAVEMENT 21 EACII 27 M-100 MAINTENANCE AND PROTECTION OF TRAFFIC 1 LS 28 M-150 PROJECT SURVEY & STAKEOUT I LS 29 M-200 MOBILIZATION (4% MAXIMUM) 1 LS NO ALTERATION PERMrlvrED HEREON EXCEPT AS PROVIDED UNDER SECTION 7209 SUBDIVISION 2 OF THE NEW YORK STATE EDUCATION LAW W we I:DAi �"'^; i SHEET!- NO. 1 2 3 4 5 G 7 TITLE TITLE SHEET GENERAL AND WORK PHASING PLAN GRADING PLAN, PROFILE AND LEGEND PAVEMENT SECTIONS AND DETAILS MARKING AND ELECTRICAL PLAN MISCELLANEOUS DETAILS DRAINAGE DETAILS CONTRACT DRAWINGS FOR T1 ONSTRUCTION OF ire D frRPQ',,,R A"7i ISLAND, NEW YORK 13F NEW y �'AA AIP PROJECT NO. 3-36-0029-09-02 (D) NXSDOT PROJECT NO. 0913.09 (D) ENGINEERS, INC. 499 Col. Eileen Collins Blvd. Syracuse, New York 13212 Phone 315-455-2000 Fax 315-455-9667 www.cscos.com PROJECT FILE NO.21.1.008.002 CADD FILE NO.1897ADOI Copyrisht 0 NOTES: I. CLOSED RUNWAY MARKINGS SHALL BE AVIATION YELLOW. 2. CLOSED RUNWAY MARKINGS SHALL BE AS MANUFACTURED BY NEUBERT AERO CORP., TAMPA FLA., OR APPROVED EQUAL. IN LIEU THEREOF,CONTRACTOR MAY CONSTRUCT CLOSED RUNWAY MARKINGS FROM ANY OF THE FOLLOWING MATERIALS: DOUBLE -LAYERED PAINTED SNOW FENCE,COLORED PLASTIC, PAINTED SHEETS OF PLYWOOD, OR SIMILAR MATERIALS. 3. CLOSED RUNWAY MARKINGS SHALL BE SECURED TO PREVENT MOVEMENT BY PROP WASH,JET BLAST,OR OTHER WIND CURRENTS. CLOSED UM AY INKING DETAIL NOT TO SCALE z jj/j FERRY ON/OFF LOADING POINT FROM NEW LONDON,CONNECTICUT -FISHERS ISLAND FERRY DISTRICT OFFICE C� T�G�'o \ U l <Z> '\-� \\,V� 4�\ I v CONTRACTOR'S ACCESS TO STAGING AND WORK AREAS R AIRPORT ACCESS ROAD XISTING BRUSH TO BE / \ BUNKERS CLEARED AND GRUBBED, ITM P- 151 SEE SHEET \� NOE3 FOR DIMENSIONS BUNKERS ° ���C BUNKERS C.O�S WORD 1� AREA A----� APPROXIMATE SP�0- TL ARE R-------- / OFFICE ,-'-' _ = RELOCATED,DEBRIS F OM PROJECT ISTING APRON �,aREI PROPOSED APPROXIMATE LOCATION SITE INCLUDING BUT OT LI CD / ELECTRICAL OF POTENTIAL TEMPORARY T W ACHINARY, ONCRETE,STEEL, / BUILDING , - ASPHALT MANUFACTURING PLANT / 0 -,- ELEPHONE POLES, AND EHICLES. �/ j / ♦ , - / t MAINTAIN 300 SEPARATION FROM RUNWAY CENTERLINE, AND PLACE WITH MAXIMUM HEIGHT OF 10' AS ii �"- - - "- "- � �� -' - ," REIL\\ APPROVED BY THE ENGINEER. 'A \\\ VIORK REIL ,� CONTRACTORS STAGING •► \ AREA/ENGINEER'S FIELD �♦ o AREA •� B �\ OFFICE LOCATION ,'L \ RUNWAY ® REIL , ®REIL \�\ looo REIL, -' REIL REIL AN "' EQUESiRa_�-- chadba 2/19/2004 8:44:19 AM LAAI R\21100802\1897AD02.dgn PROPOSED TEMPORARY CLOSED RUNWAY MARKING SEE DETAIL THIS SHEET ITEM M-100 (TYP.) NOTES: L ANCHOR BARRICADES BOTH SIDES WITH SAND BAGS TO PREVENT DISLODGING. 2.NEAR THRESHOLDS AND AREAS OF JET BLAST,USE METAL STRAPS AND EXPANSION ANCHORS TO ANCHOR BARRICADE TO PAVEMENT. 3.FLAT,BIDIRECTIONAL WARNING LIGHTS WILL NOT BE ACCEPTABLE. 4. CONTRACTOR TO INSTALL AN ORANGE FLAG IN ACCORDANCE WITH AC 150/5370-2E 5. BARRICADES SHALL BE SPACED 8' MAX. O.C. 6.EXACT LOCATIONS SHALL BE DETERMINED DURING CONSTRUCTION. GERIMIERA L PLAN SCALE: I -200 360° RED FLASHING WARNING LIGHT X H � COORDIINATES ELEVATION BM ORANGE FLAG 380739.960 2541939.999 9.42 N 380669.843 BM 2 IRON ROD SET E 2541818.782 8.98 BM 3 TOP OF N 380339.530 8,38 MONUMENT MON-I34 E 2541247.420 BM 4 RUNWAY END N 0 9,16 �. -E2 E 2541990.060 4'-0'1 ORANGE AND WHITE REFLECTIVE SHEETING, CLASS "B" ICADE DETAIL NOT TO SCALE 0 METAL STRAPS AND EXPANSION ANCHORS -� 2,_75/8.. 3" DIA. PVC PIPE, SDR 21 OR SDR 26 (WHITE) TOWN HIGHWAY GARAGE EN IVY APPROXIMATE SPOIL LOCATION (SUITABLE FILL ONLY) EXACT LOCATION SHALL BE / VERIFIED BY OWNER �j LEGEND PROPOSED WORK AREA LIMITS PROPOSED BARRICADE LOCATION WITH WORK AREA DESIGNATION EXISTING TREES TO BE CLEARED AND GRUBBED PROPOSED PAVEMENT 200 0 200 40OFT. 200' SEE SHEET N0. 3 FOR BENCHMARK LOCATIONS. r' ENGINEERS, INC. TOWN OF SOUTHOLD FISHERS ISLAND, NEW YORK 499 Col. Eileen Collins Blvd, ELIZABETH FIELD AIRPORT Syracuse, New York 13212 Phone 315-455-2000 Fax 315-455-9667 APRON AND ACCESS TAXIWAY www.cscos.com 4ARKI DATE I DESCRIPTION OF NEU P�ti,(- REVISIONS ��P� GE W. �Q PROJECT' ANAGER J 0 Iff J1% I'm A S NO ALTERATION PERMITTED HEREON � �Q � �' C � EXCEPT AS PROVIDED UNDER SECTION r- w DESI NED BY 7209 SUBDIVISION 2 OF THE NEW YORK EDUCATION LAW l DATE: DECEMBER 4. 2003 SHEET N0. MT p ' ENGINEERS AAH- 071q�6P��w DRAWN BY SCALE: AS SHOWN DESIGN BUILD �FESSI 4N �FILE NO. 211.008.002 TECHNICAL RESOURCES FIRM PRINCIPAL 'I � / [At' OPERATIONS CHECKED BY CAD FILE NO. 1897AD02 GENERAL NOTES I. THE CONTRACTOR'S SPECIAL ATTENTION IS DIRECTED TO THE CONTRACT SPECIFICATIONS, SECTION 80-12, "SPECIFIC AIRPORT OPERATING REQUIREMENTS". 2. EXISTING UTILITIES WERE TAKEN FROM EXISTING PLANS OF RECORD. THEY HAVE BEEN SHOWN TO THE EXTENT KNOWN AND ARE OFFERED IN GOOD FAITH SOLELY FOR INFORMATIONAL PURPOSES. THEY MAY NOT REFLECT ACTUAL LOCATIONS AND ARE NOT INCLUSIVE. IT IS THE CONTRACTOR'S RESPONSIBILITY TO LOCATE ALL UTILITIES PRIOR TO THE START OF CONSTRUCTION. 3. THE ACTUAL LOCATION AND ELEVATION OF ALL UTILITIES SHALL BE FIELD VERIFIED BY THE CONTRACTOR PRIOR TO THE START OF CONSTRUCTION. 4. IN THE EVENT OF DAMAGE TO EXISTING UTILITIES AND CABLES, THE ENGINEER AND OWNER ARE TO BE NOTIFIED IMMEDIATELY. 5. THE CONTRACTOR SHALL REPAIR ALL DAMAGE TO UTILITIES, AS DIRECTED BY THE ENGINEER, IMMEDIATELY AND AT THE CONTRACTOR'S EXPENSE. G. ALL AREAS DISTURBED AS A RESULT OF THE CONTRACTOR'S STAGING AND CONSTRUCTION OPERATIONS SHALL BE RESTORED EQUAL TO OR BETTER THAN ORIGINAL CONDITION AT THE CONTRACTOR'S EXPENSE. 7. ALL DIRT, DUST, STONES AND LOOSE DEBRIS SHALL BE CONTINUOUSLY REMOVED FROM ALL PAVED SURFACES DURING THIS CONTRACT. 8. THE CONTRACTOR SHALL RECONSTRUCT AND MAINTAIN EXISTING ACCESS ROADS AS REQUIRED FOR ACCESS TO THE WORK AREAS. 9. ALL EQUIPMENT REMOVED AS A RESULT OF THIS CONTRACT SHALL REMAIN THE PROPERTY OF THE AIRPORT AND SHALL BE STOCKPILED AT A LOCATION DIRECTED BY THE OWNER. 10. THE CONTRACTOR SHALL COORDINATE ALL FERRY OPERATIONS AND SCHEDULES WITH THE OWNER AND CAPT. MARK ESTER OF THE FISHERS ISLAND FERRY DISTRICT. 11. SELECTIVE GRADING SHALL BE REQUIRED AS DIRECTED BY THE ENGINEER. 12. THE QUANTITY OF UNCLASSIFIED EXCAVATION, ITEM P-152, INCLUDES 430 CY OF UNDERCUT EXCAVATION WHICH WILL BE USED ONLY WHEN DIRECTED BY THE ENGINEER. 13. THE QUANTITY OF CRUSHED AGGREGATE BASE COURSE, ITEM P-214, INCLUDES 430 CY FOR REPLACEMENT OF UNDERCUT EXCAVATION WHICH WILL BE USED ONLY WHEN DIRECTED BY THE ENGINEER. 14. ALL SPOIL MATERIAL WHICH IS SUITABLE FOR EMBANKMENT AND EXCESS TOPSOIL SHALL BE DISPOSED ON AIRPORT PROPERTY AS SHOWN ON THE CONTRACT DRAWINGS OR AS SPECIFIED OR AS DIRECTED BY THE AIRPORT AUTHORITIES. SPOIL MATERIAL WHICH IS NOT SUITABLE FOR EMBANKMENT SHALL BE DISPOSED OF OFF AIRPORT PROPERTY. 15. THE LIMIT FOR TOPSOILING, SEEDING, AND MULCHING ARE THE LIMITS OF GRADING SHOWN ON THE GRADING PLANS. ALL AREAS OUTSIDE OF THE GRADING LIMITS WHICH ARE DISTURBED SHALL BE RESTORED BY THE CONTRACTOR AT HIS EXPENSE. 16. FOR TYPICAL SECTIONS, THE CONTOUR INTERVAL EQUALS IFOOT. FOR ALL PAVED AREAS, THE CONTOUR INTERVAL EQUALS 0.2 FOOT. 17. ALL ELEVATIONS REFER TO USGS DATUM. 18. THE TOPOGRAPHIC FEATURES SHOWN HEREON WERE COMPILED FROM FIELD SURVEY PERFORMED BY CME ASSOCIATES ENGINEERING AND LAND SURVEYING, PLLC, DATED JULY 3, 2003. 19. THE CONTRACTOR'S SPECIAL ATTENTION IS DIRECTED TO THE CONTRACT DRAWING NO 2,"BARRICADE DETAIL", WHICH REQUIRES A 360 DEGREE RED FLASHING WARNING LIGHT. 20. RUNWAY 7-25 SHALL BE CLOSED FOR TAKEOFFS AND LANDINGS DURING CONSTRUCTION IN WORK AREA "B".HOWEVEVR, IT SHALL REMAIN OPEN OUTSIDE THE WORK LIMITS FOR TAXI OPERATIONS BETWEEN THE EXISTING APRON AND RUNWAY 12-30. 21. SHOULD THE CONTRACTOR CHOOSE TO CONSTRUCT A TEMPORARY ASPHALT MANUFACTURING PLANT, IT SHALL BE CONSTRUCTED AND OPERATED IN STRICT ACCORDANCE WITH ALL APPLICABLE FEDERAL,STATE AND LOCAL REQUIREMENTS. 22. WORK ON THIS PROJECT SHALL NOT COMMENCE UNTIL AFTER SEPTEMBER 8th, 2004. 23. CONNECTICUT MATERIALS MAY BE UTILIZED FOR THIS PROJECT IF THEY ARE DETERMINED TO BE SUBSTANTIALLY EQUIVILENT TO THE NYSDOT MATERIALS SPECIFIED, AND AS APPROVED BY THE ENGINEER. Copyright BENCHMARK DATA DESCRIPTION COORDIINATES ELEVATION BM I IRON ROD SET N E 380739.960 2541939.999 9.42 N 380669.843 BM 2 IRON ROD SET E 2541818.782 8.98 BM 3 TOP OF N 380339.530 8,38 MONUMENT MON-I34 E 2541247.420 BM 4 RUNWAY END N 380653.370 9,16 PK -E2 E 2541990.060 Copyright �o ....�� .,. LEGEND _ _ _ -- - - -------------------------------OH/E---------/------ ----- -:--' EXISTING _ \ /8 ___-------- ------ _► ® EXISTING AIRCRAFT TIE -DOWN A.13+89.00,' ELECTRICAL �, 9 -----------^'� L V. 10.00' BUILDING __-- OH/ E- -` " ' EXISTING'. ' ® EXISTING SPLICE BOX --SEE-E%'E- AVEMENTr BETA SHEE1�• 0 ' ' ST 14+0 .00 f- UTILITY POLE(TYP.) _� .e� EXISTING UTILITY POLE . 807 .6'1 �� ' J ; o EXISTING EOGE LIGHT STA. 13+89.00, CONSTRUCTION II• 25 323'• J T '•�! '-' •EX. STING � . • • _ ELEV. 10.00' ' CD EXISTING ELECTRICAL MANHOLE I. ir, 1 - :OS;:138:Q0't' DEBRIS PILE'•' CONCRETE ',BUCKER �••: - - - - EXIS ING r ® EXISTING CATCH BASIN/ DRYWELL S .13+ .00 --- - - - - FT/FT / /8 FIRE HYDRANT G i 0.008 i� 9• ,Q ; 14 EXISTING CONTOUR LIMITS OF CLEARIN ,I 10 - - -- - - AND GRUBBING,ITEM ► - - - 11.05 EXISTING PVC ► EXISTING DIRECT BURIED CABLE P-151 (TYP.) I .00' MONITOR 'KNELL ► - - - . _ - - - - _ EXISTING CONDUIT _ . _ . - CONCRETE _ _ _ _ _ _ .......•-. ....---•- DUCT BANK .,•-,••....,... .••-• ; : II ,' ...................... PAD � ;-� �-------� � GR -_•••...-....• ...... ...-•" �:��. _ s wAY D EXISTING DUCT BANK I. , ........ 18...... : t...;.j:: ° (WITH SIZE DESIGANATION) CHAN .-•--.. ..... 60 2..Q, '� 20.. ► ------ ----- - LEV. 8. o �\ �7.. - 6" EXISTING DRAINAGE PIPE N oo /z II II . 10 6 • I ws .-. �-E..... . .. Q . ► .. _- EXISTING GRAVEL AREA A LIJ .. ........... w EXISTING"APP X.5 DEPTH EXISTING EAR A w w GRAVEL • OOD EXISTING TREESc0NSTRuCTION DEBRIS PILE V'SCRAP STEEL, D L A (E - of ��� �� .' `"- J SHEET N0.2 F R APPROX. LOCATIONS)' o `° .021 J �Rq E� . • • •. ► M . P-152 �,' EXISTING TREES TO BE REMOVED "�� INCIDENTAL 0 ITE F FT � I ®.-4`' • �\ 9 • :� �' / �I I I PROPOSED DRY WE I EXISTING EDGE OF PAVEMENT o SPI I 10.4 °° w SEE DRY WELL DET "IL SHEET I '��� i•: EXISTING BUILDING PROPOSED APRON SB I � o "' N0. 7 ITEM D-751 .. •-.. z i ®8 STA. 12+94, O.S. 35 00'R. %• - � � SURVEY BASE LINE w 10.2 >- INV. -4.00' RIM = 7.00 I o • > N�.I . ,%.... 0 SURVEY BASE LINE POINT/ OZRr C'. wl I -- C> --MEET EXISTING GR�DE "SEE a 10.12BENCHMARK LOCATION ACCESS R \ a, oLO I I 10 �- ; �� �, KEYING DETAIL "A" SHEET N0.4 >`" - PROPOSED CENTERLINE uj Q - - _ ' _ r _ . _ EXISTING CENTERLINE J ,�, I '�- : ; 9.90 , .� �• PROPOSED BOLIQARDS,ITEM �--EXISTING PROPOSED DRAINAGE STRUCTURE w I I • -_ �i8 -- - -- �., - ;Q / 20, M-100 SEE DE IL SHEET N0.6 PARKING LOT'' 0_009 FT/ FT--.-- -- T - --1 ~-- PROPOSED 121 LF OF 12" ' I Z / EXISTING O PROPOSED DRAINAGE PIPE I I DIA. SICPP DRAINAGE /a. t-- / AIRPORT OFFICE PIPE AT 0/., ITEM D-701 I SF / o', OLD TELEPHONE {' -.-•9 PROPOSED CONTOUR 9,50 I I �� / POLES STOCKPILE ® 0.008 FT/ FT g,6 I , PROPOSED SWALE CENTERLINE °° I I 9• 9.50 /' a / '"_ :. 12+15.00 N-------- --._. PROPOSED GRADING LIMIT LINE 9 / NEW TELEPHONE POLES ST0 �' CKPILE !23 // PULLBOXG EXISTING , ' ' '- - - - -�- - - PROPERTY LINE SB MEET EXISTING ELECTRICAL SB , ; / / 45' LONG AND I-12" DIA. STEEL CASING // CONDUIT ° MANHOLE RIM EL , / PIPE)TO BE RELOCATED SEE SHEET N .2 FOR WOOD TELEPHONE PROPOSED FULL DEPTH BITUMINOUS D p� i. - T/F _ I POLE CURBING (TYP.) ®' D PAVEMENT SECTION SEE DETAILS 0.- ��. _ _ _ _ _ _ _ _ _ _ _ �. _ _ _ _ _ _ SD APPROX. LOCAT ION INCIDENTAL TO 2 p. 4 - ------ ---- -- _ I EM P 5 /� �� �•,, SHEET N PROPOSED DRY WELL N0. 3, - - - --/-'rll- - -- PROPOSED FULL DEPTH PAVEMENT SEE DRY WELL DETAIL SHEET SF �� kill PROPOSED DRY WELL N0.2, .� F F 12 I SWALE HIGH POINT , it I SEE DRY WELL DETAIL N0. 7, ITEM D-751 PROPOSED 13 L 0 ///// II;II I II STA. 11+92, O.S. 150.00'L / �<. I SHEET NO. 7, ITEM D-751." STA. 11+92.00, O.S. 250.001 DIA. SICPP DRAINAGE I / �ti a STA. 11+92, O.S. 35.00'L i� . II III ELEvA.50 0 / ///) I / X INVERTS=4.00 , RIM = • 7.00 INV.=4.00 ,RIM = 7.00 PIPE AT 0 ,ITEM D-701 IIS / PAVEMENT DETAIL B SHEET NO. // I 25 I i SE�I,IIEB E OF E •• �EXISTING ILII I I� Ia / // TRANSFORMER/ ill EXISTING TIE -DOWN CABLES TO E n //� DISCONNECT - F v BE REMOVED AND DISPOSED O�► � �i ' �.. EXISTING APRON 'INCIDENTAL TO ITEM P-152 � � .... [X,1­�� RECONSTRUCTION SEE DETAILS 9.5_ � � SHEET N0. 4 PROPOSED SPOT ELEVATION ® SB PROPOSED STRAW BALE PLACEMENT SF PROPOSED SILT FENCE LOCATION SD PROTOSEDONTORM DRAIN INLET PrTT - - - - _ _ _- = JJIII I'll I I II �, 9 EXISTING _ _- - -_ -_- - _ - %,• I / PJB PROPOSED 4 -WAY I o� � QREIL _. ELECTRIC SPLICE Ilill itI / V� 4� // �I _ YP) _��' I I II / // DUCT BANK -"',\ o PROPOSC'ATCH BASIN, S E BM "2 _ BOX tT _ - -_ __ T / III ' o � SURVEY BASE LINE � YR CATC-I�BASIN DETAIL SHEE DRY WELL ± ,N , ITEM D-751, STA. 10+7 , CATCH BASIN II 1•, I 10 / - RIM ELEV. 8.58 I BM I f RIM ELEV. VS 8 65 RIM ELEV 8.28 - . CATCH BASIN I I -..90N INV. I ill -/ // INV. 3.55 Spmi��C S 28 00 R RIM $ ER RIm Fi Fv 7.7 i - _ .........__. - - - - - - - - _ - (TY ') CONTRACTOR SHALL VERIFY INv• a• i5 I IR - -- - - ---- ---- _- -� INV. 3.65 1 INV. 2.87 1i - - - - - - - - - - - - - - - - - - - - - - - - - - - - o TYPE AND INVERT ON EXISTI G ------------------------- ---- ------------------------------------------- -- ---� DT 77 77 7 EXISTING EDGE OF PAVEMENT ELECTRIC I ( 9 AVE a EXISTING PA TN HAND HOLE I Im ....-----•-- --- I • �. PAVED SHOULDER . I �o b -------------- -----------p--- --------------- ----- �\ I Iz MEET EXISTING PAVEMENT 50'(TYP.)' EXISTING BASE-MOUNTEQ••RUNWAY• • • (H SEE KEYING DETAIL BM 4 "A" .EDGE.LZGHT--AND.. ASSOCIATED N SHEET X0.4 (TYP.) AND RET AND CABLE TO BE REMOVED I I IX •.,..... AND REPLACED WITH NEW CABLE, CONDUIT, AND BASE MOUNTED EDGE LIGHT, ITEM L-125 539.03'' I PK NAIL i o PSE)--EL-�",--U u? �K-SHEE-T-N . _ II RUNWAY 7-25........... STA. 10+00.00 N 380383.40A � PLAN I E 2541523.51 SCALE: I"=30' SEE EDGE OF .. J PAVEMENT DETAIL q .q• al "C" SHEET NO.4 14 0 �n o 14 0 FOOT VERTIC L _ w ---••---•...---••------• 13 •-----•-----•.....-•--- .. ••CUR -VE........ ....--•----------------------- .......... ---------- 13.... o ,+ o ... ,. E = 0.09' K = 34.24 - • • - - - 12 .......-- •----• - 12 0 --•-.. ;.......................... �.............. FINSHEO GRADE J GRADE _ _ _� MEET EXISTING N wun'.fl f t...... tf) �... P.-.... ................. ............................ a,;f p .,.'-. w. win + + «� uj J l.0000 . _ _ _ Ip `; ENGINEERS, INC. TOWN OF SOUTHOLD FISHERS ISLAND, NEW YOF CD06 >_ ....- o..................................................................... �. !.......... ........--------......... �..�...... 10 . ........... ............. --� w - > > ;: 499 Col. Eileen Collins Blvd. J H w w J - -- S racuse, New York 13212 ELIZABETH FIELD AIRPORT 0.6203% y w w _j w '.._.-_.....-.---.--.- .--.....--.- .�.�.T--........:.. ....•..••..................... g :. :,: :� :Phone315-455-2000 g ...............................------, •�.w_ _ _ _ r NG :a Y .� APRON AND ACCESS TAXIWAY --•• -- EXISTI Fax 315-455-9667 EXISTING PAVEMENT �_ -- - ....---GRADE........... --------•----.... ........----••......•••--- 8 r::. , ,y, . > o;: { $ MEET •----- ----- SEE-]KEY-ING'DETAIL'""A" E�CISTING ELECTRICAL' www.cscos.com SHEET NO.4 T .......... �'- �, �' ........ _...... .............••-•---.... ................---........ 7 pF NE ��U PLAN, CABLES (APPROX. LOCATION) co Ln 7 _�°:°° .�, m.-cNv;60- o:�-- MARK GATE DESCRIPTION �•' �:� 1� �°;� �•� ��; m,rn �:� �'� REVISIONS ��P� GE W. r / PRO�EC MANAGER ao �: 6 + 13+00 14+00 II+OO 12 OO 6 NO ALTERATION PERMITTED HEREON L�QJ PR ILE A N D L E (Gh "Lm N 10+00 PROPOSED 4 -WAY EXCEPT AS PROVIDED UNDER SECTION DUCT BANK 30 0 30 6OFT. �11 t� I 30, NOTE: SEE PLAN FOR UTILITIES ®D u 111 Vy ►Y C T R I1�1 In 3 0 3 BFT. NOT SHOWN ON PROFILE. (�`®P�� "^ SCALE: HORIZ.- I"=30' m1P 3- 11/24/2003 11:04:35 AM VERT. I"=3' I:\air\21100802\1897ADO3.dgn Copyright NOTE: a SEE EDGE OF PAVEMENT JOINT CONSTRUCTION IS CONSIDERED SEE TRANSVERSE GRADE H� PROPOSED 1.5"OF BITUMINOUS DETAIL CHART, THIS SHEET INCIDENTAL TO THIS CONTRACT AND CHART, THIS SHEET Q SURFACE COURSE,TYPE (TYP. BOTH SIDES) NO DIRECT PAYMENT SHALL BE MADE. PROPOSED ~ 7F TOP, ITEM P-409 JOINT SEALING FILLER,FINISHED GRADE SAWCUT PRIOR ASTM D-3405 PROPOSED TOPSOIL, SEED1211 TO SEALING JOINT �2" � AND MULCH,ITEM T-902 TYP. 12.5' 12.5' (TYP.) PROPOSED 1 1/2" DROP(TYP.) FINISHED 3" T P. - GRADE EXISTING OR PROPOSED BITUMINOUS PAVEMENT N EXISTING GRADE— PROPOSED 2.5 OF BITUMINOUS PROPOSED PROPOSED SUBGRADEI-� ����I IIIII--IIIII- BASE COURSE,TYPE 3 BITUMINOUS TO BE COMPACTED IN BINDER,ITEM P-409 PAVEMENT ROD PROPOSED STABILIZATION BACKER ACCORDANCE WITH ITEM P-152 PROPOSED CRUSHED ATION WHERE UNDERCUT EXCAVATION AGGREGATE BASE FABRIC, ITEM D-71PLACED IS DIRECTED BY THE ENGINEER, COURSE, ITEM P-214 STABILIZATION FABRIC ON PROPOSED SUBGRADE SHALL BE PLACED AT THE PROPOSED UNDERCUT SHALL BE BOTTOM OF THE CUT AREA REMOVED AND REPLACED WITH UNCLASSIFIED EXCAVATION, SUITABLE ON-SITE MATERIAL OR ITEM P-152 CRUSHED STONE BASE COURSE, ITEM P-214, IF SO DIRECTED BY THE ENGINEER JOINT SEALING` DETAIL. TWICAL TAXIWAY ECTIG NOT TO SCALE NOT TO SCALE NOTE: I. TACK COAT, ITEM P-603, SHALL BE APPLIED TO THE SURFACE OF INTERMEDIATE LIFTS UNLESS OTHERWISE DIRECTED BY THE RESIDENT ENGINEER. 2. UNCLASSIFIED EXCAVATION, ITEM P-152, SEE JOINT SEALING SAWCUT EXISTING PAVEMENT SHALL INCLUDE REMOVAL OF EXISTING DETAIL,THIS SHEET FULL DEPTH PRIOR TO REMOVAL PAVEMENT AND SUBBASE IN AREAS OF PAVEMENT PROPOSED FINISHED RECONSTRUCTION. 12„ GRADE EXISTING GRADE MIN 7- PROPOSED BITUMINOUS 14 EXISTING 'nSURFACE COURSE,TYPE "'."—BITUMINOUS 7F TOP, ITEM P-409 SEE GRADING PLAN SHEET NO. 3 PAVEMENT = PROPOSED COAL -TAR PITCH FOR REFERENCES TO DETAILS N EMULSION SEALCOAT,ITEM P-625 ON THIS SHEET (TYP. BOTH SIDES) PROPOSED BITUMINOUS PROPOSED 2.5" OF BITUMINOUS *'�"—EXISTING BASE COURSE,TYPE 3 BASE COURSE, TYPE 3 SUBBASE BINDER,ITEM P-409 BINDER,ITEM P-409 FOR APRON GRADES, PROPOSED COURSE —� O° PROPOSED 1.5"OF BITUMINOUS SEE GRADING PLAN FINISHED GRADE /31 ! /2 PROPOSED 3 TOPSOIL, SEED � SURFACE COURSE,TYPE ON SHEET N .� 3 �� PROPOSED CRUSHED DROP(TYP.) 7F TOP, ITEM P-409 4' AND MULCH SEE GRADING =um=um AGGREGATE BASE (TYP.) PLAN AND EDGE OF PAVEMENT COURSE, ITEM P-214 DETAILS (TYP.) _um=ugi mu=uiu= EXISTING =uiii= _ ul= GRADE ° : o .,.�b•''�?° ° . EXISTING BITUMINOUS ° PROPOSED STABILIZATION _ I`2" �°°QS' °O •° -- — •°" PAVEMENT AND SUBBASE COMPACT IN ° ° FABRIC, ITEM D-710 ACCORDANCE (TYP.)a COURSE TO BE REMOVED WITH ITEM P-152 - - -- PROPOSED CRUSHED AGGREGAT ' ii: ui, MP BASE COURSE, ITEM P-214 UNCLASSIFIED ppb=un��m;=m11 PROPOSED STABILIZATION Ii ��it EXCAVATION, ��������''� FABRIC, ITEM D-710 KEYING EAIL A ITEM P-15 =iTo– NOT TO SCALEPROPOSED UNDERCUT SHALL BE COMPACT SUBGRADE IN ACCORDANCE WITH REMOVED AND REPLACED WITH ITEM P-152 EXCAVATION AND EMBANKMENT SUITABLE ON-SITE MATERIAL OR WHERE UNDERCUT EXCAVATION CRUSHED AGGREGATE BASE IS DIRECTED BY THE ENGINEER, COURSE,ITEM P-214,IF SO STABILIZATION FABRIC SHALL BE PLACED DIRECTED BY THE ENGINEER AT THE BOTTOM OF THE CUT AREA TPI . AMIM�, x'10 I NOT TO SCALE TAXIWAY TRANSVERSE GRADE CHART TRANSVERSE GRADES (IN PERCENT) NOTE: I. TACK COAT, ITEM P-603, SHALL BE APPLIED TO STATION THE SURFACE OF INTERMEDIATE LIFTS UNLESS FROM TO LEFT RIGHT OTHERWISE DIRECTED BY THE RESIDENT ENGINEER. 10+37.5 10+75 VARIES VARIES 2. UNCLASSIFIED EXCAVATION, ITEM P-152, SHALL INCLUDE REMOVAL OF EXISTING 10+75 11+75 -1 -1 PAVEMENT AND SUBBASE IN AREAS OF PAVEMENT RECONSTRUCTION. 11+75 12+15 VARIES I VARIES TAXIWAY EDGE OF PAVEMENT TRANSVERSE GRADE CHART STATION EDGE OF PAVEMENT DETAIL FROM TO 10+85R 12+1 OR A 10+85L 12+1OL A lasonp 11/24/2003 11:10:42 AM I AAID\')11OnAr19\1AQ7Anr)A Hrini 1 57't MEET PROPOSED EXISTING GRADE FINISHED GRADE w' J a Ni LLJI w a_1 w2 O. 4 c� 1 Co. � W La as Co Ier-ofL 10't 12.5' a -c ' DROP EXISTING oQ- CCU- GRADE 7't I 7't 12.5' a o 311 PROPOSED TOPSOIL, SEED AND MULCH,ITEM T-902 EDGE OF PAVEMENT ETAIL "T"" NOT TO SCALE PROPOSED PAVEMENT 4ARKI DATE I DESCRIPTION REVISIONS NO ALTERATION PERMITTED HEREON EXCEPT AS PROVIDED UNDER SECTION 7209 SUBDIVISION 2 OF THE NEW YORK EDUCATION LAW ENGINEERS "'. DESIGN BUILD TECHNICAL RESOURCES L, oF- wz o� ww N > O ¢ o� cfw �o PROPOSED 2" PROPOSED PAVEMENT _ DROP FINISHED GRADE Siy MEET EXISTING GRADE — — — — EXISTING GRADE PROPOSED TOPSOIL, SEED 3" AND MULCH, ITEM T-902 EDGE OF PAVEMENT DETAIL "A" NOT TO SCALE PROPOSED FINISHED GRADE MEET EXISTING GRADE= w. JI Q NI �I N, � C)— oI Luz of o� w N > O ¢ oa- * 10't 12.5' a o DROP PROPOSED EXISTING PAVEMENT GRADE r5% 'q���i 3„ PROPOSED TOPSOIL, SEED AND MULCH, ITEM T-902 EDGE OF PAVEMENT DETAIL "D" NOT 10 SCALE PROPOSED FINISHED GRADE MEET EXISTING GRADE W. JI Q NI o' wl w N, � I o o� `'Jw Co. � I wow C'> oQ oQ- CCU- 7't I 7't 12.5' a o ' OROP PROPOSED EXISTING PAVEMENT GRADE ' A ' 3" PROPOSED TOPSOIL, SEED AND MULCH,ITEM T-902 EDGE OF PAVEMENT DETAIL "C"" - NOT TO SCALE ENGINEERS, INC. TOWN OF SOUTHOLD FISHERS ISLAND, NEW YORK ;. 499 Col, Eileen Collins Blvd, ELIZABETH FIELD AIRPORT Syracuse, New York 13212 :'- Phone 315-455-2000 Fax 315-455-9667 APRON AND ACCESS TAXIWAY www.cscos.com 4F NEW W. I i fir, W lE�fL04�' 071g06 / AR�FESStONP�, FIRM PRINCIPAL C r% 12) % in/Z PROd5CT MANAGER DESIGNED BY DRON BY /VI,T!V,z CHECKED BY r% SM molk rm OWN it m 1b t I RTA ANU L; MILS DATE: DECEMBER 4,2003 SHEET NO. SCALE: AS SHOWN FILE NO. 211.008.002 fr CAD FILE NO. 1897AD04 Copyright -- ---- --.................. ................................ ........... ...1......... ......................................... .............. .,,,..<<.................................... ,.................. ,,..,................ ...,,,............ i ............. ._.... ......, ..._- ...........<, ......<... <.<.......< ..._., .... <-.., ....... .... .......... EXISTING ELECTRICAL--- - i BUILDING --------- -----------------QH/E---------- ----------------- (ISTING .ECTRICAL JILDING —E I II 4 SPACES AT 65' 0 0 +T ---------OH/E-- -= - ----------- --- i -FYTgTTNn O ' i i i /---CONCRETE PAD i Qo � 00 d N W U d N PROPOSED GUIDANCE SIGN, SEE DETAIL SHEET NO.6 (TYP.)— ti (TYP.) EXISTING ELECTRICALII —40 R MANHOLE • R • R • B o B LEGEND ° 3 SPACES AT 71.67' PROPOSED RETROREFLECTIVE / I SCO PROPOSED SPLICE CAN %/� 11,9111 ' '>-- : MARKER, SEE DETAIL WOOD TELEPHONE / PROPOSED AIRCRAFT TIE -DOWN Illi ICIIIIII H THIS SHEET POLE CURBING (TYP,) ® MOORING EYE //l// il,'llllli x d S PROPOSED RETROREFLECTIVE MARKER , I ~ 3-I/C NO.8 AWG 60OV, R• (WITH COLOR LETTER DESIGNATION) ��/ I��II Illi L-824, TYPE C OBSTRUCTION Em PROPOSED GUIDANCE SIGN II'll I Ill o PROPOSED HOLDING LIGHT HOMERUN CABLES 4 -WAY ICII 1 II a. POSITION MARKING, SEE PROPOSED DUCT BANK ///// ILII I III d o DETAIL THIS SHEET 2- I/C N0. 8 AWG BOON, II'Il III N N . L-824, TYRE C CONTROL v • Bo:. ® B �i �-EXISTING APRON----,"" ` NASI 12 END / ILII I Ill a :' oTO ELECTB?TCAL VAULT .1 REIL 12 END — — IJJI// If iIl I Ill CLcm VASI 7 END _ - _ -_ _ IIiII I III =- 20' _ — _ — — _ _ REIL 7 END ILII I I II �/ — _ WINDCONE� — RUNWAY I2-30 fir' SPLICE EXISTING CAB — — — — —` - —� I I II INSTALL NEW CABLES IN PROPOSED 4 -WAY © TO PROPOSED CA L'B IN RUNWAY 12-30 I + BANK DUCT PROPOSED SPCAN (TYP.) REIL 30 END � I II l0 t C/ VASI 30 END I ii EXISTING ELEVATED B SE -MOUNTED RUNWAY 7-25 VASI 25 END i I1 SC (TYR.) /�/ RUNWAY EDGE LIGHT A D ASSOCIATED ---�--- -1-I— --------- _---- I��� ___ ---_ — - - — — CONDUIT AND CABLE T BE REMOVED — ' ______________________ __________ _� ,__� _ _,__---__-____-_AND_-RERLACED-_WIZHJV _�CABL.E,.GOND.U_U.,_-____________________-_-_ ------- -------------------------------------'- IIY ' B pT B 5,A ' AND A E MOUNTED EDGE L H W H EXISTING AIRPORT OFFICE EXISTING EDGE OF PAVEMENT EXISTING TRANSFORMER/ DISCONNECT — z 3 SPACES AT 3�• ) ► AREA OF RECONSTRUCTIO/tM 5 I-I/C No.8 AWG 5KV, I Im O 14.45' (TYP.) a 1 R l�4 i EXISTING "-824, TYPE C CABLE B B s 5(TYP.) PAVED SHOULDER IN RGS CONDUIT (o ' o n: •B B i" 45°(TYP.)-------------------------- ------ - Cj (RUNWAY 7_25)----------- B-- N ------------- 0- - ---- - --- - aDT I� EXISTING 3' WIDE, AVIATION PT PRO OSED 6" WIDE, AVIATION IIH YELLOW STRIATED CHEVRON YELLOW, CONTINUOUS DOUBLE TO BE RE -PAINTED IN AREAEDGE STRIPES WITH 6"SPACE (TYP) W OF NEW PAVEMENT (TYP. 00/100 PT 0 RUNWAY 7-25PT EXISTING 18" RUNWAY EDGE IN THIS II AREA TO BEE REMOVED I) INCIDENTAL TO ITEM P-620 II PROPOSED CONTINUOUS TAXIWAY CENTERLINE MARKING, G" WIDE, U AVIATION YELLOW N CENTERLINE OF RUNWAY 3 EXISITNG RUNWAY / CENTERLINE MARKING DEVIL "A" Mill NOT TO SCALE 11/24/2003 11:04:33 AM 1:\air\21100802\1897AD05,dgn AR SCALE: 0 30 0 30 LOFT. 30' 200'(TYP.) Ij PROPOSED L-853 REFLECTIVE YELLOW MARKER TUBE WITH FOUR RED RETROREFLECTIVE BANDS (FOR APRON), OR FOUR BLUE BANDS (FOR TAXIWAY) �- SAF -HIT OR APPROVED EQUAL 0- BREAKABLE COUPLING 0 M PROPOSED FINISHED GRADE H o 11�'-`'_MOUNTING SHALL BE SOIL ANCHOR o = OR PAVEMENT -MOUNTED, DEPENDING U ON INSTALLATION. 2-0 ISE T FL E CTI RAURKER TAIL NOT TO SCALE 4ARK1 DATE I DESCRIPTION REVISIONS NO ALTERATION PERMITTED HEREON EXCEPT AS PROVIDED UNDER SECTION 7209 SUBDIVISION 2 OF THE NEW YORK EDUCATION LAW ENGINEERS DESIGN BUILD TECHNICAL RESOURCES OF NF W. ELCTRICAL NOTES I. ALL ELECTRICAL WORK SHALL CONFORM TO APPLICABLE LOCAL,STATE AND NATIONAL ELECTRICAL CODES. 2.ELECTRICAL CHARACTERISTICS OF EQUIPMENT SHALL BE VERIFIED WITH MANUFACTURERS PRIOR TO INSTALLATION. 3. ITEMS OF SPECIFIC MANUFACTURERS SHALL BE INSTALLED IN STRICT ACCORDANCE WITH MANUFACTURERS PRINTED INSTRUCTIONS AND/OR MANUFACTURER'S REPRESENTATIVES' DIRECTIONS. 4.ALL GROUND CONNECTIONS SHALL BE MADE USING EXOTHERMIC CONNECTIONS. 5.ALL CABLE CONNECTIONS SHALL BE MADE AT LIGHT UNITS OR AT ENDS OF CONDUITS UNLESS OTHERWISE DIRECTED. 6. ALL EXCESS ELECTRICAL EQUIPMENT WHICH IS DESIRED BY THE OWNER TO BE SALVAGED SHALL BE TURNED OVER TO THE OWNER. THE EQUIPMENT SHALL BE STOCKPILED AT A LOCATION DESIGNATED BY THE OWNER IN PROPER WORKING CONDITION.ALL OTHER MATERIALS SHALL BE SPOILED OFF AIRPORT PROPERTY AT A PROPER DISPOSAL SITE AT THE CONTRACTOR'S EXPENSE. 7.ALL RETROREFLECTIVE MARKERS SHALL BE LOCATED 10 FEET OFF THE DEFINED PAVEMENT EDGE UNLESS OTHERWISE NOTED OR DIRECTED.THE CONTRACTOR SHALL ALIGN ALL MARKERS IN THE TANGENTS SECTIONS SUCH THAT THEY SHALL FORM A STRAIGHT LINE. 8. ALL PERMANENT TAXIWAY MARKINGS SHALL BE AVIATION YELLOW AND RUNWAY MARKINGS WHITE. 9. DUCT BANK SHALL EXTEND 10 FEET BEYOND THE EDGE OF PAVEMENT. I EXISTING REIL I I I I I NOTE: ALL TAXIWAY MARKINGS SHALL BE AVIATION YELLOW. 111=111 Lpll_� 3' 3' w �z Cjf H J C) z N V G" CENTERLINE STRIPE MOLDING POSITIOM MARKING DETAIL NOT TO SCALE 4 - 12" STRIPES 3 - 12" SPACES GUIDANCE SIGN INDEX SIGN NO. NO. OF CHARACTERS INSCRIPTION / COLOR STA. OFFSET O DESIGNATION 12+92.5 242.51L TYPE Y O 4 DESIGNATION 2 5 1 - 7 11+25 32.5'R TYPE R O 6 DESIGNATION —A PRO N 10+57.5 81 L TYPE Y O G DESIGNATION A P R O N-- 10+57.5 81R TYPE Y R - INDICATES L -858R MANDATORY INSTRUCTION SIGN (WHITE INSCRIPTION ON A RED BACKGROUND) L - INDICATES L -858L LOCATION SIGN (YELLOW INSCRIPTION ON A BLACK BACKGROUND) Y - INDICATES L -858Y DIRECTION SIGN (BLACK INSCRIPTION ON A YELLOW BACKGROUND) COLOR CHART B BLUE R RED ENGINEERS, INC. TOWN OF. SOUTHOLD FISHERS ISLAND, NEW YORK Col. Eileen Collins Blvd. Syr ELIZABETH FIELD AIRPORT Syracuse, New York 13212 Phone 315-455-2000 Fax 315-455-9667 APRON AND ACCESS TAXIWAY www.cscos.com W '1'�• 071q�6 A90F 'SSIONP�. FIRM PRINCIPAL PRGJ1ECT MANAGER C,» DESIGNED BY DRAWN BY tTw CHECKED BY DATE: DECEMBER 4, 2003 SHEET NO. SCALE: AS SHOWN FILE NO. 211.008.002 5 CAD FILE NO. 1897AD05 Copyri,he PROPOSED PAVEMENT SECTION COUNTERPOISE ' WIRE �l 20 H •2" CLEAR ME Q 3 ALL AROUND PVC DUCT ®°' ;•.' 4" NOMINAL 3� Z DIAMETER (TYP.) v 'v #3 BARS @ 18", WITH n c c av 12" MIN. LAP (TYP.) v . '.. + .a 12 #4 BARS (TYP.) NYSDOT CONCRETE o . D : a 12 11 CLASS "A" 2" MIN. IL (TYP.) 11111==11!11-1!_1= PROPOSED LINING, PROPOSED STABILIZATION ITEM D-711 FABRIC, ITEM D-710 4 -WAY DU CT B, rR1 DETAIL NOT TO SCALE 2-#4 HOOPS 12" DIA. SOLID MAF AVIATION YELLOW PLAN 44 BARS, 18" LONG IROUGH MOORING EYE AIRPORT MOORING EYE NEENAH CATALOG NO.R-3490-A OR APPROVED EQUAL ,RS, 2" COVER NOTE: I. THE SPACE BETWEEN STRIPES SHALL NOT EXCEED THE WIDTH OF THE PAINTED STRIPE. 2. MARKINGS 3' AND GREATER IN WIDTH SHALL BE STRIATED. 4" MIN. 8" MAX. STRUATED Wi All"'M DETAIL NOT TO SCALE mjp 11/24/2003 11:04:31 AM I:\air\21100802\1897AD06. dgn NOTE: DUCT MARKERS SHALL BE INSTALLED AT ALL DUCT ENDS EXCEPT WHERE DUCTS TERMINATE IN A MANHOLE. DUCT MARKER SUITABLE ON-SITE MATERIAL -- ANGLE OF REPOSE TO BE IN ACCORDANCE WITH OSHA STANDARDS ---- PROVIDE WATERTIGHT TERMINATION PROVIDE BELL ENDS ON ALL DUCTS-` %"GALVANIZED STEEL COVER SPLICE EXISTING CABLES TO PROPOSED CABLES NYSDOT CONCRETE CLASS "A"--\ PROPOSED PAVEMENT SECTION-\ 10' MIN. COUNTERPOISE "--3" TOPSOIL, SEED WIRE I - z AND MULCH �+ SLOPE .003 MIN. P4 D ,v 12"� N 4w— `—DUCT BANK PROPOSED LINING, PROPOSED STABILIZATION ITEM 0-711 FABRIC, ITEM D-710 ru'UCT B."j"ARK SECTION NOT TO SCALE EXISTING CABLES ALLOW ENOUGH EXTRA SLACK SO CONNECTORS CAN BE LIFTED TO GROUND LEVEL PROPOSED L-867 CLASS I, SIZE B LIGHT BASE FINISHED GRADE .° %q" DIA. X 10' LONG COPPER CLAD STEEL GROUND ROD EXOTHERMIC CONNECTION 4" N 12" t; COUNTERPOISE WIRE (TYP.) (TYP.) (TYP.) PROPOSED CABLES GROUND CLAMP SPLICE CAN DETAIL NOT TO SCALE 6"WIDE PLASTIC WARNING TAPE EXISTING GRADE INL _=uip= Ili-luu =11111_ - 3" TOPSOIL, SEED AND MULCH a, SUITABLE BACKFILL COUNTERPOISE WIRE (TYP.) Q NYSOOT ITEM 703-06 MATERIAL CABLE (TYP.) 3" 13" 3" 911 PROVIDE WATERTIGHT TERMINATION COMPLETE WITH THREADED HUB AND NEOPRENE BUSHING. BUSHING SIZE TO VARY ACCORDING TO THE NUMBER OF CABLES (TYP.) 2" RIGID STEEL CONDUIT (TYP.) 1 1 1 1 1 1 1 rn 3„ 1 3" 1311 1 3" 1 311 13" 1 311 1 3- 13" 2/-311 NOTES: I. ONE COUNTERPOISE WIRE SHALL BE PROVIDED FOR EVERY 5 CABLES, OR INCREMENT THERE OF,PLACED IN A COMMON TRENCH.000NTERPOISE WIRE SHALL BE PLACED PROPORTIONATELY ACROSS THE TRENCH. 2. PLASTIC WARNING TAPE SHALL BE INSTALLED OVER EACH COUNTERPOISE WIRE PRIOR TO PLACING TOPSOIL. 3. HIGH VOLTAGE AND LOW VOLTAGE SHALL NOT BE PLACED IN THE SAME TRENCH UNLESS THEY ARE SEPERATED BY A MINIMUM OF 12". C�.BL TRENC N IC SET �L NOT TO SCALE SAWCUT EXISTING PAVEMENT PRIOR TO REMOVAL. SEE JOINT SEALING DETAIL THIS SHEET— N PAVEMENT I IN MEET EXISTING PAVEMENT V 4 / EXISTING PAVEMENT AND SUBBASE TO BE REMOVED` COMPACT EXISTING SUBGRADE TO 1007 OF ASTM D-698 SPLICE 11 PLAN NOT T FAA APPROVED L-858 GUIDANCE SIGN, SINGLE SIDED SIZE 2, STYLE 4 -V.. (TYP.) 4 • n .. v .n: v •�a,". 11111- .4 —NYSDOT CONCRETE CLASS "A" FRONT VIEW TIE G NOTES: 1. ALL BOLLARDS TO BE SET PLUMB. 2. ALL BOLLARDS TO BE SPACED 4'-0" O.C. UNLESS OTHERWISE INDICATED. 3. ALL BOLLARDS ADJACENT TO GATE OPERATORS SHALL BE 3'-0" ABOVE FINISHED GRADE. 4. RESTORE PAVEMENT OR EARTH TO A CONDITION EQUAL TO OR BETTER THAN ORIGINAL. 2,_01 (TYP.) CABLE N f"" PLAN IV I DUCT 4 - 4" PLAN z 0 U SEAL JOINT WITH JOINT PROPOSED FINISHED TURFED AREAS PAVED AREAS SEALI NG LER, GRADE C ASTM D-3405 PROVIDE I/8" 3" TOPSOIL, SEED RECESS 2'-0" DIA. CORE DRILL ASPHALT, AND MULCH FULL DEPTH PROPOSED PAVEMENT SECTION I. lo; IN AUGER TO REMOVE EXISTING I I o EXCAVATE BASE AND SUBBASE BASE COURSE,SUBBASE ° I I _ COURSE TO APPROXIMATE COURSE AND SOIL I�a ' ANGLE OF REPOSE. DO NOT `O UNDERMINE ASPHALT. N NYSDOT CONCRETE CLASS "A" ° I4 4-#4 BARS `' . 4 V. Lo I4 #4 HOOP (TYP.) I'-0"DIA. SECTION TIE- DEVIL NOT TO SCALE NOTE: I. THE SPACE BETWEEN STRIPES SHALL NOT EXCEED THE WIDTH OF THE PAINTED STRIPE. 2. MARKINGS 3' AND GREATER IN WIDTH SHALL BE STRIATED. 4" MIN. 8" MAX. STRUATED Wi All"'M DETAIL NOT TO SCALE mjp 11/24/2003 11:04:31 AM I:\air\21100802\1897AD06. dgn NOTE: DUCT MARKERS SHALL BE INSTALLED AT ALL DUCT ENDS EXCEPT WHERE DUCTS TERMINATE IN A MANHOLE. DUCT MARKER SUITABLE ON-SITE MATERIAL -- ANGLE OF REPOSE TO BE IN ACCORDANCE WITH OSHA STANDARDS ---- PROVIDE WATERTIGHT TERMINATION PROVIDE BELL ENDS ON ALL DUCTS-` %"GALVANIZED STEEL COVER SPLICE EXISTING CABLES TO PROPOSED CABLES NYSDOT CONCRETE CLASS "A"--\ PROPOSED PAVEMENT SECTION-\ 10' MIN. COUNTERPOISE "--3" TOPSOIL, SEED WIRE I - z AND MULCH �+ SLOPE .003 MIN. P4 D ,v 12"� N 4w— `—DUCT BANK PROPOSED LINING, PROPOSED STABILIZATION ITEM 0-711 FABRIC, ITEM D-710 ru'UCT B."j"ARK SECTION NOT TO SCALE EXISTING CABLES ALLOW ENOUGH EXTRA SLACK SO CONNECTORS CAN BE LIFTED TO GROUND LEVEL PROPOSED L-867 CLASS I, SIZE B LIGHT BASE FINISHED GRADE .° %q" DIA. X 10' LONG COPPER CLAD STEEL GROUND ROD EXOTHERMIC CONNECTION 4" N 12" t; COUNTERPOISE WIRE (TYP.) (TYP.) (TYP.) PROPOSED CABLES GROUND CLAMP SPLICE CAN DETAIL NOT TO SCALE 6"WIDE PLASTIC WARNING TAPE EXISTING GRADE INL _=uip= Ili-luu =11111_ - 3" TOPSOIL, SEED AND MULCH a, SUITABLE BACKFILL COUNTERPOISE WIRE (TYP.) Q NYSOOT ITEM 703-06 MATERIAL CABLE (TYP.) 3" 13" 3" 911 PROVIDE WATERTIGHT TERMINATION COMPLETE WITH THREADED HUB AND NEOPRENE BUSHING. BUSHING SIZE TO VARY ACCORDING TO THE NUMBER OF CABLES (TYP.) 2" RIGID STEEL CONDUIT (TYP.) 1 1 1 1 1 1 1 rn 3„ 1 3" 1311 1 3" 1 311 13" 1 311 1 3- 13" 2/-311 NOTES: I. ONE COUNTERPOISE WIRE SHALL BE PROVIDED FOR EVERY 5 CABLES, OR INCREMENT THERE OF,PLACED IN A COMMON TRENCH.000NTERPOISE WIRE SHALL BE PLACED PROPORTIONATELY ACROSS THE TRENCH. 2. PLASTIC WARNING TAPE SHALL BE INSTALLED OVER EACH COUNTERPOISE WIRE PRIOR TO PLACING TOPSOIL. 3. HIGH VOLTAGE AND LOW VOLTAGE SHALL NOT BE PLACED IN THE SAME TRENCH UNLESS THEY ARE SEPERATED BY A MINIMUM OF 12". C�.BL TRENC N IC SET �L NOT TO SCALE SAWCUT EXISTING PAVEMENT PRIOR TO REMOVAL. SEE JOINT SEALING DETAIL THIS SHEET— N PAVEMENT I IN MEET EXISTING PAVEMENT V 4 / EXISTING PAVEMENT AND SUBBASE TO BE REMOVED` COMPACT EXISTING SUBGRADE TO 1007 OF ASTM D-698 SPLICE 11 PLAN NOT T FAA APPROVED L-858 GUIDANCE SIGN, SINGLE SIDED SIZE 2, STYLE 4 -V.. (TYP.) 4 • n .. v .n: v •�a,". 11111- .4 —NYSDOT CONCRETE CLASS "A" FRONT VIEW TIE G NOTES: 1. ALL BOLLARDS TO BE SET PLUMB. 2. ALL BOLLARDS TO BE SPACED 4'-0" O.C. UNLESS OTHERWISE INDICATED. 3. ALL BOLLARDS ADJACENT TO GATE OPERATORS SHALL BE 3'-0" ABOVE FINISHED GRADE. 4. RESTORE PAVEMENT OR EARTH TO A CONDITION EQUAL TO OR BETTER THAN ORIGINAL. 2,_01 (TYP.) CABLE N f"" PLAN IV I DUCT 4 - 4" PLAN z 0 U D D D M C INCE Si PAVEMENT VGIBLE COUPLING I" CHAMFER (TYP.) EXISTING F GRADE 'v :: •.:D .D : illy #6@ 12" 2/-011 END VIEW CONCRETE ROUNDED TOP, 1/2" CROWN 6" EXTRA HEAVY STEEL PIPE FILLED ,WITH NYSDOT CLASS "A" CONCRETE FULL LENGTH OF PIPE SHOP PRIMED,2 COATS GLOSS / ENAMEL OSHA SAFETY YELLOW r EXISTING OR PROPOSED FINISHED GRADE v D i' o. NYSDOT CLASS "A" CONCRETE v 2" MIN. 1 6" 2" MIN. NYSDOT CONCRETE CLASS "A" 1" CHAMFER /—(TYP.) SECTION CRETE RKER CCS ET IL NOT TO SCALE NOTES: 1. LETTERS SHALL BE APPROXIMATELY 4" HIGH x 3"WIDE x 1�q' DEEP WITH 1'2" STROKE WIDTH. 2. CONTRACTOR SHALL INDICATE THE DIRECTION OF CABLES AT ANGLE POINTS ON THE CABLE MARKERS. 3. CONTRACTOR SHALL INDICATE NUMBER AND SIZE OF DUCTS ON DUCT MARKERS. �:opyrighE CATCH BASIN FRAME & GRATE, PAVED AREAS TURFED AREAS CAMPBELL FOUNDRY CO., PATTERN 3" TOPSOIL, SEED NO. 2817A, HEAVY DUTY WITHI MANHOLE STEPS AND MULCH, ITEM T-902 IN TURF IN PAVEMENT TYPE -A GRATE OR APPROVED EQUAL -2 COURSES OF BRICK CONCRETE BLOCK I WIRE SCREEN (TYP.)Z U H F— In DEWATERING WITH U CO PROPOSED p CATCH BASIN SHALL BE CONSTRUCTED WIRE SCREEN PAVEMENT TO SUPPORT H-20 LOADING AND TO SECTION PREVENT UP -LIFT PRESSURE.PRE-CAST TEMPORARY c REINFORCED CONCRETE,ITEM D-751 SEDIMENT POOL ' 12 N 36 36 " H a _ - EXISTING =.y` (TYP•) EXISTING BACKFILL WITH PIPE U PIPE MATERIAL =r LE ON r y IIIT--f =1V11�� I 5 SEDIMENT - I I 2:1 SLOPE, FINE STONE FILL =p• INLET GRATE `v p3 12" 1 J2" a' • . . STORM DRAIN INLET PROTECTION NOTES:(TY -1L0-11m PRECAST DRAINAGE STRUCTURE LINING, P.)(TYPJ : �—PROPOSED LINING, OR APPROVED ALTERNATE 1. SEDIMENT TRAP SHALL BE INSPECTED AND PROPOSED LINING, ITEM D-711 CLEANED IF NEEDED AFTER EVERY RAIN : - STORM OR AS DIRECTED BY THE ENGINEER. .11 ITEM D-711 Fv 2. WEEPS SHALL BE BULKHEADED BY CONTRACTORiw®= NYSDOT CLASS UPON COMPLETION OF PROJECT. COMPACT EXISTING SUBGRADE A CONCRETE IN ACCORDANCE WITH EXCAVATION PROPOSED STABILIZATION 3. ALL MATERIALS REQUIRED FOR THIS ITEM SHALL FABRIC, ITEM D-710 BE PAID FOR UNDER THE UNIT COST PER EACH AND EMBANKMENT, ITEM P-152 ' FOR STORM DRAIN INLET PROTECTION SECTION NOTES: I 1. REINFORCEMENT SHALL BE #6 BARS E.W.E.F., 12" O.C. ' DRAIN -,7 2. CONTRACTOR SHALL PROVIDE AND INSTALL SECTIONS OF PIPE AND GASKETED COUPLINGS AS REQUIRED FOR I � t E E ""' D INSTALLATION OF CATCH BASIN. COST SHALL BE INCLUDED �,1 C IN BID PRICE FOR CATCH BASIN. NOT TO SCALE n,,%L CATCH 3 AS DEVIL. NOT TO SCALE z 10'-0" F PW1 PROPOSED DRYWELL WITH AASHTO HS -20 LOADING. LHV PRECAST, INC. OR APPROVED EQUAL,ITEM D-751 C I 10' � O" SECTION B -B DRYWELL FRAME & GRATE, NEENAH FOUNDRY CO., R-2501 HEAVY DUTY OR APPROVED EQUAL v=...• DESIGNED BY DOWN BY ,rw �� 6.5 'ENING (TYP.) 0-1m 0 FILE N0. 211.008.002 3" TOPSOIL, a _2'-0" q 1.75" -- WELDED WIRE oo I �. -f 3.25" n: MESH n SECTION B -B DRYWELL FRAME & GRATE, NEENAH FOUNDRY CO., R-2501 HEAVY DUTY OR APPROVED EQUAL v=...• DESIGNED BY DOWN BY ,rw �� a SEED 0-1m SCALE: AS SHOWN FILE N0. 211.008.002 3" TOPSOIL, a _2'-0" q °'�} AND MULCH, ITEM T-902 b ' oo I �. U p H H -- ,� o u N W V) 9 > z ' V • 1' / � .°F 111 e, J 0o i� a H W N o"B C:> W� =.9` ' PROPOSED DRAINAGE PIPES, ITEM D-701, SEE �w I?' PIPE TRENCHING DETAIL, �,� > .;•. N THIS SHEET UJ PROPOSED CLEAN 11111•= - 3`-0" GRANULAR FILL, 60 ITEM D-715 (TYP.) COMPACT EXISTING SUBGRADE IN ACCORDANCE WITH EXCAVATION PROPOSED FILTER FABRIC, AND EMBANKMENT, ITEM P-152 ITEM D-709 (TYP.) NOTE: SECTION A -A REINFORCEMENT SHALL BE #6 BARS E.W.E.F., 12" O.C. REINFORCED COIN'CRETE CONCRETE DRYWELL DETAIL. NOT TO SCALE 1ip 1/24/2003 11:04:30 AM l Aai r\21100802\ 1897A D07. DG N 2 RE -BARS, STELL PICKETS, OR 2" x 2" STAKES 1.5' TO .2' IN THE GROUND. DRIVE STAKES FLUSH (PITH BALES. ANGLE FIRST STAKE TOWARD PREVIOUSLY LAID BALE I II +�II)'�JIIIII�I 11111 ® � 11j, ,If �1 11I' IIIII II;�I III ISIIIII I I III Ii I I I I ( I I II I I I lig III I I I II I I I I I) I) 1 I I I I �/l`n BOUND STRAW BALE, v 1 (I \0 ITEM P-156 EMBED BALE EXISTING GRADE � �.� IJ 4" (TYPJ J NOTE: BALES SHALL BE REMOVED UPON FULFILLMENT OF PURPOSE SO AS NOT TO BLOCK OR IMPEDE STORM ISOMETRIC VIEW FLOW OR DRAINAGE. TSA""17 Bl' "14 �I1 so NOT TO SCALE PROPOSED CRUSHED AGGREGATE BASE COURSE ITEM P-214 EXISTING/ PROPOSED GRADE PROPOSED STABILIZATION FABRIC, ITEM D-710 AVL ACCESS DRIVIVIEWAY DETAIL NOT TO SCALE \NOTE: THE GRAVEL ACCESS DRIVEWAY IS NOT SHOWN ON THE GRADING PLAN. THIS CONTROL SHALL BE INSTALLED WHEN DEEMED NECESSARY BY THE ENGINEER. STAPLE OR NAIL FABRIC TO POST (TYP.) 24" SILT FENCE FABRIC, ITEM P-156 WOVEN WIRE FENCE (MIN. 14 GAUGE, MAX. 6" MESH ) OR APPROVED EQUAL FLOW -- EMBED SILT FENCE MIN. 8" INTO GROUND 2" x 2" x 36" MIN. WOOD POST DRIVEN 16" INTO GROUND @ 8' O.C. MAX. SPACING u DESIGNED BY DOWN BY ,rw �� H DATE: DECEMBER 4,2003 0-1m SCALE: AS SHOWN FILE N0. 211.008.002 a CHECKED BY U - w U Z U z H J c H W N 0 H GRADE W SILT RACE D T " 'I . NOT TO SCALE SILT FENCE NOTES: 1. WHEN TWO SECTIONS OF SILT FENCE FABRIC ADJOIN EACH OTHER THEY SHALL BE OVERLAPPED BY G" AND FOLDED. 2. MAINTENANCE SHALL BE PROVIDED BY THE CONTRACTOR AS DIRECTED BY ENGINEER AND MATERIAL REMOVED WHEN "BULGES" DEVELOP IN THE SILT FENCE. 3. WOVEN WIRE FENCE SHALL BE SECURELY FASTENED TO FENCE POSTS WITH WIRE TIES OR STAPLES. 4. SILT FENCE FABRIC SHALL BE SECURELY FASTENED TO WOVEN WIRE FENCE WITH TIES SPACED EVERY 24" AT TOP AND MID-SECTION. NOTE: =i THE CONTRACTORS SPECIAL ATTENTION IS z DIRECTED TO THE REQUIREMENTS OF THE OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION STANDARDS AS THEY RELATE TO EXCAVATIONS, TRENCHING AND SHORING. PAVED AREAS TURFED AREAS PROPOSED PAVEMENT SECTIO ANGLE OF REPOSE TO BE IN ACCORDANCE WITH OSHA STANDARDS N 12" PROPOSED LINING, ITEM D-711------- COMPACT IN 'ffiliii=mli ACCORDANCE -f011- WITH ITEM P-152 --�� 12" `— 3" TOPSOIL, SEED A14D MULCH - BACKFILL WITH SUITABLE ON-SITE MATERIAL PROPOSED PIPE, ITEM D-701 PROPOSED STABILIZATION FABRIC, ITEM D-710 'E AIL NOT TO SCALE GENERAL SOIL EROSION NOTES: 1. SEE DRAINAGE DETAILS AND CONTRACT SPECIFICATIONS FOR ALL MATERIALS AND INSTALLATION PROCEDURES. 2. ALL SOIL EROSION AND SEDIMENT CONTROL DEVICES AND MATERIALS SHALL BE IN PLACE PRIOR TO BEGINNING EARTHWORK OPERATIONS AND SHALL BE MAINTAINED UNTIL THE NEW SLOPES ARE STABILIZED WITH SEEDING AND/OR SLOPE PROTECTION. AS DIRECTED BY THE ENGINEER. IMARKI DATE I DESCRIPTION REVISIONS NO ALTERATION PERMITTED HEREON EXCEPT AS PROVIDED UNDER SECTION 7209 SUBDIVISION 2 OF THE NEW YORK EDUCATION LAW '" ENGINEERS ' DESIGN BUILD TECHNICAL RESOURCES .. R=sur ENGINEERS, INC TOWN OF SOUTHOLD FISHERS ISLAND, NEW YORK 499 Col. Eileen Collins Blvd. TH FIELD AIRPORT Syracuse, New York 13212 ELIZABETH 00,s Faxone 315-45555-2000 APRON AND ACCESS TAXIWAY Fax 315-455-9667 www.cscos.com of NE vv-- �NQ�J E W. C� PR „CT MANAGER IMHAINAUF mum T A ILS uj 2{l EXCEt.HIOR /~ 'l•C.` N0' 070D A90FESS1pNP�, DESIGNED BY DOWN BY ,rw �� DATE: DECEMBER 4,2003 SHEET NO. NOR SCALE: AS SHOWN FILE N0. 211.008.002 FIRM PRINCIPAL CHECKED BY CAD FILE NO. 1897AD07 Copyrighe ........................................................................................................................................................................................................................