Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Airport Lighting and Signage
Southold Town Board - Letter Board Meeting of November 17, 2015 gpfFO(,F�o� RESOLUTION 2015-924 Item# 5.15 ADOPTED DOC ID: 11288 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2015-924 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON NOVEMBER 17, 2015: RESOLVED that the Town Board of the Town of Southold hereby ratifies and approves the resolution of the Fishers Island Ferry District Board of Commissioners dated November 9, 2015 in regard to the FI Elizabeth Field airport lighting bid. • Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: William P. Ruland,,Councilman SECONDER:Louisa P. Evans,Justice AYES: Ghosio, Dinizio Jr, Ruland, Doherty, Evans, Russell Generated November 18, 2015 Page 21 F Minutes of the Meeting of the Board of Commissioners Fishers Island Ferry District November 9, 2015 ' At the November 9th, 2015 meeting of the Fishers Island Ferry District Board of Commissioners,the following resolutions were brought by the Board. The revised recommendation by C&S Engineers to increase the airport lighting project expense to $525,218.05 of which the Ferry District's allocation is$52,521.81 was accepted. It is hereby RESOLVED to accept the low bid of Baseline King Corp of Barneveld, NY in the amount of $441,417.05 as recommend by C&S Companies and forward this resolution to the Town of Southold. MOVED by Commissioner Rugg SECONDED by Commissioner Parker Ayes: All Nays: None RECEIVED NOV 162015 Southold Town Clerk „iii,, ELIZABETH A. NEVILLE,MMC ® 4 , �®� ,' � N. Town Hall 53095 Main Road TOWN CLERK ® P.O.Box 1179 Southold New York 11971 REGISTRAR OF VITAL STATISTICS °i' ” ' : �� Fax(631)765-6145 MARRIAGE OFFICER4IN,•-. ®� ��� Telephone(631)765-1800 + RECORDS MANAGEMENT OFFICER : ®d 'Ws,el www southoldtownny.gov FREEDOM OF INFORMATION OFFICER '- ,,,,,,•�' OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD November 20, 2015 James King Baseline King Corporation 11 Liberty Lane Barneveld,NY 13304 Dear Mr King: Congratulations. At the regular Town Board meeting held on November 17, 2015, the Town Board accepted the bid of Baseline King Corporation for Airfield Lighting and Signage repairs at Elizabeth Field Airport, Fishers Island,NY. A certified copy of the resolution is enclosed. The bid bond is being returned to you. Thank you for your bid. Very truly yours, OC Lynda M Rudder Deputy Town Clerk Ens. ,.,o�osv�got,='0 ELIZABETH A. NEVILLE,MMC : 1 Town Hall,53095 Main Road TOWN CLERK ; P.O.Box 1179 4'3 f.: get Southold,New York 11971 REGISTRAR OF VITAL STATISTICS ; p kz. �� Fax(631)765-6145 MARRIAGE OFFICER �' ,i �Q ,i Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER OI ,00 d www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD November 20, 2015 Kevin O'Neil KoBo Utility Construction Corp 4 Victory Drive PO Box 578 Sandwich, MA 02563 Dear Mr. O'Neil: At the regular Town Board meeting held on November 17, 2015, the Town Board accepted the bid of Baseline King Corporation for Airfield Lighting and Signage repairs at Elizabeth Field Airport, Fishers Island, NY. A certified copy of the resolution is enclosed. The bid bond is being returned to you. Thank you for your bid. Very truly yours Lynda M Rudder Deputy Town Clerk Ens. ,,/i//s4`F®Q� ® ., ELIZABETH A. NEVILLE,MMC ,�� �� e',';17 �4 Town Hall,53095 Main Road TOWN CLERK . ; P.O. Box 1179 e/3 -w' ; Southold,New York 11971 REGISTRAR OF VITAL STATISTICS . , , . �� Fax(631)765-6145 MARRIAGE OFFICER � RECORDS MANAGEMENT OFFICER =_�®j. 14'1:01 Telephone(631)765-1800nny.go �,.' www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER ,,•i OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD November 20, 2015 Craig Hinck Hinck Electrical Contractor 75 Orville Drive, Suite 1 Bohemia, NY 11716 Dear Mr. Hinck: At the regular Town Board meeting held on November 17, 2015, the Town Board accepted the bid of Baseline King Corporation for Airfield Lighting and Signage repairs at Elizabeth Field Airport, Fishers Island, NY. A certified copy of the resolution is enclosed. The bid bond is being returned to you. Thank you for your bid. Very truly your Lynda M Rudder Deputy Town Clerk Ens. PROPOSAL FOR CONSTRUCTION OF THE AIRFIELD LIGHTING AND SIGNAGE REPAIRS AT ELIZABETH FIELD AIRPORT FISHERS ISLAND TOWN OF SOUTHOLD,NEW YORK TO: Town Clerk's Office 53095 Route 25 Southold,New York 11971 The undersigned, as bidder,hereby declares that he/she has examined the site of the work and informed himself/herself fully in regard to all conditions pertaining to the place where the work is to be done;that he/she has examined and read the Contract Documents and Contract Drawings for the work and all addenda relative thereto furnished prior to the opening of bids;that he/she has satisfied himself/herself relative to the work to be performed. The bidder understands that the advertisement,located in the front of these Contract Documents,contains the location and a description of the proposed construction,as well as indicates the place,date,and time of the proposal opening; information about a Pre-Bid conference, if scheduled,is contained in the advertisement;a listing of estimated quantities is located in the front of these Contract Documents;the time in which the work must be completed shall be in accordance with the subsection titled FAILURE TO COMPLETE ON TIME of Section 80. If the bidder considers that the time to complete the work is inadequate,they should not submit a bid. The bidder understands the quantities for bid items listed on the proposal sheets are estimated quantities only for the purpose of comparing bids;any difference between these estimated quantities and actual quantities required for construction shall not be taken as a basis for claims by the Contractor for extra compensation;compensation will be based upon the unit prices and actual construction quantities. The bidder understands that the description under each item,being briefly stated,implies,although it does not mention,all incidentals and that the prices stated are intended to cover all such work,materials and incidentals as constitute bidder's obligations as described in the specifications and any details not specifically mentioned,but evidently included in the Contract shall be compensated for in the item which most logically includes it. The bidder understands that proposal guaranty shall be in the form of a bid bond or certified check in the amount of five percent(5%)of this bid in accordance with the subsection titled BID GUARANTEE of Section 20;the proposal guaranty shall become the property of the Owner in the event the Contract and bond(s)are not executed within the time above set forth,as liquidated damages for the delay and, additional expense to the Owner caused thereby. The bidder agrees that upon receipt of written notice of the acceptance of this proposal,bidder will execute the Contract attached within 15 days and deliver a Surety Bond or Bonds as required by the subsection titled REQUIREMENTS OF CONTRACT BONDS OF Section 30.The bidder further agrees to commence construction with an adequate work force,plant and equipment on the date stated in the written notice to proceed and will progress therewith to its completion within the time stated,and in accordance with this Contract and Specification. PROPOSAL-1 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS BASE BID ' _TYiT FAA,' CTEM LIST UNIT PRICE ITEM "SPEC? -. "'r', ITEM DESCRIPTION',,' IN'FIGURES , :TOTAL AMOUNT. NO.' NO: QUANTITY " (PRICE.WRITTENIN WORD) . A 'DOLLARS' t CENT'S. DOLLARS CENTS" NO.8 AWG,600V,1/C AIRFIELD LIGHTING CABLE Ilk 1 L-108 25,300 LF AT h,t Etta( lf 6.i" IN-", /0 C. ( 3 v 4' 3'1 gig 6 6 PER LINEAR FOOT NO.8 AWG,5KV,1/C AIRFIELD LIGHTING CABLE CPC) 2 L-108 12,500 LF AT On a AC6 t `�• e 0 to b ,'�C,Co f7) 00 PER LINEAR FOOT NO.6 AWG COUNTERPOISE WIRE C7 3 L-108 715 LF AT 0 ne- d t 04...".141 V ! 67 119/ os- PER sPER LINEAR FOOT NO.6 AWG COUNTERPOISE WIRE AND TRENCH 4 L-108 220 LF AT S t 1� �O�� � r S G•". �®O c . 3 1 3t 66 PER LINEAR FOOT 2-INCH DIA.PVC CONDUIT IN TURF p K� hQ 1L 0g3 d o 3 5 L-110 730 LF AT S �� d Q � ■ PER LINEAR FOOT 2-INCH DIA.PVC COATED RGS CONDUIT IN TURF 6 1.410 150 LF '4Wcv. Col lairs ctyvel 2 7 55- L1132 9) W d d PER LINEAR FOOT SINGLE AIRPORT OBSTRUCTION_LIGHT ASSEMBLY WITHNEWBASE '1 7 L-119 2EACH AT �JVQ anc cwte.L ""' " eA 2 o®a 57) 1.1. o.000 � , 0irS PER EACH DOUBLE AIRPORT OBSTRUCTION LIGHT ASSEMBLY,¢ ON EXISTING BASE 8 L-119 2 EACH AT ne2-1t-to ��d V K e. -` rte 11 ‘0 0 0 Q3ao o s.% ` . r S PER EACH OBSTRUCTION LIGHT TRANSFORMER/DISCONNECT 75.6 9 L-119 LEACH AT' rQ,e.4-LbLos. "-Ar 30450o 3oyS-60 �. L 1\04,s. PER EACH PROPOSAL-2 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS BASE BID ,FAA' ` ' ' ITEM'LIST '" ' 'UNITPRICE. i r�r� a, i.-ITEM;;'SPEC' , - '•''ITEM-DESCRIPTION: :• .'iN FIGURES - ,,TOTAL=AMOUNT -`..NO: NO,;! QUANTITY ..•-`.- ,.. (PRICEIS/RITTEN'IN-WORD)i.'.:. 'DOLL:ARS '. CENTS, DOLLARS;-- CENTS', REMOVAL OF EXISTING PRECISION APPROACH PATH INDICATORI_ (PAPI)SYSTEM 10 L-125 4EACH AT ®h a LAJSAAC +e,e- ``4.41.4rQd ✓ vv caac 65-6/, c 15 Q v e.. A 1 l0..e5 PER EACH 1 REMOVAL OF EXISTING RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM 11 L-125 4 EACH AT <.1 a`a'T L Q A s Lv e�.� '� y g 70003y8-006 d:Gf La"5 PER EACH REPLACEMENT OF EXISTING R/W EDGE LIGHT WITH MEDIUM INTENSITY R/W LIGHT(L-861(L))ON EXISTING BASE 12 L-125 39 EACH AT SE V QyO. �,,,�,.c re.4 n 1^eft-1 Sews., 299 ])$ N/62 5 lJ+rS a d:I Q PER EACH ✓" REPLACEMENT OF EXISTING R/W THRESHOLD LIGHT WITH MEDIUM INTENSITY R/W LIGHT(L-861E(L))ON EXISTING BASE I f /� 13 L-125 24 EACH AT IA- k�✓\.A r S'eveL.4y $7O CO .7/�" O—`� GLV , PER EACH REPLACEMENT OF EXISTING TAXIWAY GUIDANCE SIGN ASSEMBLY (L-858,4 CHARACTERS,SIZE 2,STYLE 2,CLASS 2)ON EXISTING BASE c /� 14 L-125 4 EACH AT S V'-4L A, 4 IN Ar04 S2 a cn/� o b 2 D(�O OO ett 1-1 b& it ars PER EACH REPLACEMENT 01IF EXISTING TAXIWAY GUIDANCE SIGN ELECTRICAL COMPONENTS1 �q 6 /� 15 L-125 4EACH AT \ v e_ CL &% L G �t�_- "�free cal() v .2oio 6 O r,V `A'r5 PER EACH REPLACEMENT OF EXISTING PRECISION APPROACH PATH INDICATOR (PAPI)SYSTEM(L-881_/ (L),STYLE A,2 LAMP,LED)ON EXISTING BASE 16 L-125 4EACH AT et ) ,i -L saa-8 ilithe 426/70 00 /o7ggo 66 ku v A4A e..el- CA ...500 0:+1 CI I lou-s PER EACH • REPLACEMENT OF EXISTING RUNWAY E IDENI'IMhR LIGHT(REIL) • SYSTEM(L-849(L),STYLE C)ON EXISTING BASE 17 L-125 4EACH AT S 04.4-4..'eY'\ V S.a. Jb®9 00 6 V38bed • Ir.1 imQ. 1L11 ..-r�aPER EACH RE-MOUNTING OF STING WIND CONE TRANSFORMER ON EXISTING BASE 18 L-125 I EACH AT0�...sat-NA C . ei�Ca. 2 I cc T`A4 re L 4 1 V`dOt ER EACH PROPOSAL-3 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS BASE BID I FAA �.r ITEMLIST UNITPRICE." ',,ITEM ; SPEC d ,, ITEM DESCRIPTION 4 • IN FIGURES• :.. ,TO AL AMOUNT' NOI NO:.d QUANTITY .x"• '> :. =: r(PRICE WRITTEN IN:WORD)h DOLLARS.'- '`.CENTS DOLLARS._ 'CENTS' ELECTRICAL JUNCTION CAN(NON-LOAD BEARING) 19 L-125 1 EACH AT ON,e. 0lAScrlrmvi& qif ��/TJ Sek-Ch /Dg 7 C') /cif7 57) lko...r‹, 6.v%.A ']QV PER EACH CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK •,,� 4D 20 L-125 1 TRIP AT v7 4Lr�.Q- O L C�t� 1 f ,W `'-T5G 2 sco .3 6„a3 o d W€ V e cla`"^rS PER EACH MAINTENANCE AND PROTECTION OF TRAFFIC r • 21 M-100 1 LS ATTi111 if , ". -44.011.4.54,41 /306-11 i3(/S-1) w 6,6 11a r5 PER LUMP SUM PROJECT SURVEY AND STAKEOUT /� 22 M-150 1 LS AT .S e ) ` - 7 5Z oD ov \r\t4"N o- I de l S. PER LUMP SUM MOBILIZATION ` ,q 23 M-200 1 LS AT"ciC4- h.'f4 ee �fD l� C t /✓ oCv co I O CO PER LUMP SUM 1- . . •y� _ _ T'!, f _ ._ -,TOTAL PRICE•(WRITTEN`IN•,WORD); h'. . :DOLLARS' :CENTS `�7n !Run rirk:i1`�jR J Y�!: 'E;dt�'�'d0 1 .�Af;EP:A4 '/JV '.�.Vf `:4• PROPOSAL-4 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS ALTERNATE BID NO.1 !---"FAA ITEMUSTA 0*4 ITEM SPECMP - . 1TE DESCRIPTION f'IN FIGURES TOTAL'AMOUNT ' , ,PTION : " - ! TEA&VOi63:".. .. aF1-4Ti., 6ENtg:, NO.8 AWG,600V,1/C AIRFIELD LIGHTING CABLE A3gt 3t/WY ea 1 L-108 25,300 LF AT On.k 0 1 (&1"-- /CC PER LINEAR FOOT NO.8 AWG,5KV,1/C AIRFIELD LIGHTING CABLE 2 L-108 12,500 LF AT OA e_. cl n.et_Ir C-1-rt•J- Caz) / 40 e70000 640 PER LINEAR FOOT NO.6 AWG COUNTERPOISE WIRE (.1 3 L-108 715 LF AT e CLO 1104- Ct."a TiS7) / 67 //9V PER LINEAR FOOT NO.6 AWG COUNTERPOISE WIRE AND TRENCH 4 L-108 220 LF AT .5.1 4. ( 0 H Ct" / 53 /936 6° PER LINEAR FOOT 2-INCH DIA.PVC CONDUIT IN TURF (4 3 5 L-110 730 LF AT 1IN e b C4-44. t y Y3 kgS3 9 PER LINEAR FOOT 2-INCH DIA.PVC COATED RGS CONDUIT IN TURF sS^ 6 L-110 150 LF AT k\jqiejnIANI to5coN, -77!.7 b 27 5 9/32 SI) PER LINEAR FOOT SINGLE AIRPORT OBSTRUCTION LIGHT ASSEMBLY WITH NEW BASE 7 L-119 2 EACH AT 1wo4LOIAL44 One-LA*1w Irv-A 4tA.115 ,2/6 a 9) 92 b-S AI) ekkS &Y'4 Tan PER EACH DOUBLE AIRPORT OBSTRUCTION LIGHT ASSEMBLY ON EXISTING BASE 2O o 8 L-119 2 EACH AT bYte_ 4 LASCIANCI 6 e-Ldre //40 llsr42- 61 tek-y eft &IJ72 PER EACH OBSTRUCTIOI4LIGHT TRANSFORMER/DISCONNECT 9 L-119 1 EACH AT LAA.-e.e.4L 06 3Okfc S PER EACH PROPOSAL-5 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS ALTERNATE BID NO.1 ,' " '.FAA • - - �1TEN1 LIST - .. , , .�.;;. - --_UNIT PRICE-"ITEM SPEC - , ITEM DESCRIPTION' 'IN FIGURES TOTAL•AMOUNT ,:NO:.- :NO.'.".QUANTITY• ._.,_r..._..- . _'.-,,-.. ,.,:r...(PRICE WRITTEN IN.WORD)• .:;"..:-:y, :E:,- '-1 ,. . DOLLARS.'.._1:CENTS-. DOLLARS.._>.. CENTS. REMOVAL OF EXISTING PRECISION APPROACH PATH INDICATOR (PAPI)SYSTEM u� r�-c•1 q 10 L-125 4EACH AT 5 I, M 1 `'[ ,rt_e„ � /32 o S--� 0C/ 5724,2 0 60 ci Ye_ cL l l a.+-s PER EACH REMOVAL OF EXISTING RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM 11 L-125 4 EACH AT i...-is eil'`"`Air Y LW1 -€A zo e-I'- j 17o t 3 9S 04' c1,(S 1 '$ PER EACH REPLACEMENT OF EXISTING R/W EDGE LIGHT WITH MEDIUM INTENSITY R/W LIGHT(L-861)ON EXISTING BASE 12 L-125 39 EACH AT 5 o.,ke,i,.._ (n w red r1 1 SL 'W ne--y v797 5Z ,3//0.2 .5-6cbss l loa�Als o r PER EACH REPLACEMENT OF EXISTING R/W THRESHOLD LIGHT WITH MEDIUM INTENSITY R/WLIGHHT(L-861E)ON EXISTING BASE 13 L-125 24 EACH AT f19\1.-4- a.{„ sevek g 26 oz `^A0erg D 66 CLI,I...,-5 PER EACH REPLACEMENT OF EXISTING TAXIWAY GUIDANCE SIGN ASSEMBLY (L-858,4 CHARACTERS,SIZE 2,STYLE 2,CLASS 2)ON EXISTING BASE /� 14 L-125 4 EACH AT V Q -4 v- .Old a- \z 0 S� 00 d b0 1 iJ airtly, CLL7 t 10. 5 PER EACH REPLACEMENTOF EXISTING TAXIWAY GUIDANCE SIGN ELECTRICAL COMPONENTS -f A Q 15 L-125 4 EACH AT V e.- i.�' . J).a o oo .26 0o 00 cC 2)IIGLI-s 1 PER EACH REPLACEMENT�F EXISTING PRECISION APPROACH PATH INDICATOR (PAPI))SSYSTEM(L-881),STYLE A,2 LAMP)s_ONWEXISTING_, BASE J� 16 L-125 4 EACH AT JI 7c4--e e.v �w LCl e.1611--\r /i.920 oo 6'7 '' too VILA. ` krQ-A -1 { de I ` S PER EACH REPLACEMENT OF EXISTING RUNWAY ENDIDENTIFIER LIGHT(REIL) SYSTEM(L-849(L),STYLE C)ON�EXISTING BASE /��c FJ L 17 L-125 4 EACH AT ,5 i x e..4"e..4"%,4-t. . L1'1\4) c1 Kt J /f V go 60 -�Sr a 0 i 1.{' 5 PER EACH RE-MOUNTING OF EXISTING WIND CONE TRANSFORMER ON EXISTING BASE z7S-"bC 21 as 18 L-125 1 EACH AT U 4 ,0 uS ,(Jelo-• kIM -cZ 01%1 v't dO1 O 5 PER EACH PROPOSAL-6 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS ALTERNATE BID NO.1 n ITEM SPEC '; ITEM - IN FIGURES TOTAL AMOUNT 410. QUANTITY (PRICBrW121T'Ibs4NWOR6)... ;-472: DOLLARS''- b ENTS CENTS:, ELECTRICAL JUNCTION CAN(NON-LOAD BEARING) 19 L-125 1 EACH AT vhsaivd. e ,In.-1-7 5 tue" /t'67 /oS7 SI7 C4r)iUrtir-0 a^a s PER EACH CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 20 L-125 1 TRIP AT 141 P1L1.1\4 Gi5zte42.- 5 i( y,. ku"S*-e-i- 3 2,5- O 32Sb 41,-) c d II cot 5 PER EACH MAINTENANCE AND PROTECTION OF TRAFFIC 21 M-100 1 LS AT 41h r /3 Oct 652) 0 6 cLo I Le PER LUMP SUM PROJECT SURVEY AND STAKEOUT 22 M-150 1 LS AT Setiv".44-1"40 -kJ° 72s-t, c 7.2S7) 6)0 ktcreJ - -CAL J. ( u-.5 PER LUMP SUM MOBILIZATION 23 M-200 1 LS AT + e4 ad.G.,,,s /3C0 oo /3000 o° PER LUMP SUM • ' ,, TOTAL „ DOLLARS cpt,rrs- , — z!,;‘ " •;.! ;? • , I ' . PROPOSAL-7 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS ADD ON BID NO.1 4iAA , .I1EM.LISfa ;.s UtiTRRICE':s' '. p C' 1` }M DFS IFFION'yJ` "?Ilii FIGURES... . ? . :1TElV1' >S E TE CR TOTAL A[ViOUNT. 6"3, 'ARS„'*. S: WR11d�j;N�IN:WORI3),.. ,_.,..�_._..�.__,u- ,,. .5;'`_ DtJLI:ARS`:-�'�.CENTS,:DOLL .. CENT NO.8 AWG,600V,1/C AIRFIELD LIGHTING CABLE JJ 1 ig / 3r /9,526 a a 1 L-108 14,000 LF AT D 801 �!6 0.Y CLV) loo TOTAL PRICE`(WRITTENIN WORDIl , DOLLARS- CENTS' -Y- 64-1"c101' 1etv � �.._,., .w.,._ ,.� as �.. . v. . . .. _._ � 'n . �. _ � -.� � � , . � -_ ,. ,. PROPOSAL-8 ELIZABETH FIELD AIRPORT COB 8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS ADD ON BID NO.2 ; _'r':. ITEivi':1 TSf tTEM4 'SPEC' ITEMDESCRII'rION • ,IN FIGURES aTCYFAL'AMOUNV`. LNO... -QUANTITY.:.. =im_..__._ x. _w. (1?RtGE WRI13t N:II�T WORLD: '.'' DOLLXRS.._ `CfiI�17'S DOi tiARS CEIV PSr NO.8 AWG,600V,1/C AIRFIELD LIGHTING CABLE lb 1 L-108 10,700 LF AT Q a-4 7E3 / 31 / '?6 06 TOTAL PRICE'"WRI1'i,k,$-.INWORD' r, k' 'BOLL:ARS:,` :CENTS Y�s �y^'S 1 PROPOSAL-9 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS ADD ON BID NO.3 'FAA" OITEMLIST NIPRIC ITEM SPEC ITEM DESCRIPTION'..';` " ':IN FIGURES"" `' :TOTAL AMOUNT= INTO..J .QUANTITY ....._._:_._., .. _. .. _ (PRICE'%VRITTENiN:wORD)`; _. _ ia`' -_,.r". ... ._ DOLLARS:.,_ GENTS•"DOLLARS.,_._;CENTS:' NO.8 AWG,600V,I/C AIRFIELD LIGHTING CABLE 1 L-108 8,500 LF AT n e- clot -v /17,3a 17,3a O 6 ,» 'TOTAL PRICE(W,,,RE!"IF.N,IN WORD); "DOLLARS s rt °CENTS :3. PROPOSAL-10 Airfield Lighting and Signage Repairs BIDDER,IF A CORPORATION: BY: \,a►nle '7 e !by\ ame&Title) • 1 ig (S gnature) CORPORATI. NAME: IP - 6 e t._ 1"..s CO•.f o r c.. 0`'` I i ADDRESS: lit Li bef41 La"e (SEAL) BAr ne , j 1 in ki t 33 0y STATE OF CORPORATION ` CHARTER: tr‘ X11 PHONE NO: 3 I S— SI co - 0012 DATE: &?.-3 ( - I�• PRESIDENT'S Joy 1"�e.S I�'�. NAME: e, BUSINESS J ADDRESS: ( l1 Li ve r-t i Lint alene.tie. II n..1 13301 SECRENAME•TARY'5 j A.A.. 'S K.4° TREASURER'S el— NAME: NAME: Jd �/;ANC S T1 ` DS , L4BUSINESS l L'.6 ADRESl t t LD-e✓ 1- t�e, ADDRESS: ( 1e v- Iljtyle ikrrte. 'e. to it 1330y e trleve.lcl Ely 133oy PROPOSAL-13 Airfield Lighting and Signage Repairs ATTACHMENTS TO PROPOSAL BIDDER and his/her surety,where appropriate,have completed and executed the attached documents which are identified below. .Non-Collusive Bidding Certificate • Resolution for Corporate Bidders • Buy American Certification . • Certifications: - Certification of Non-Segregated Facilities - Debarment&Suspension Certification • Bidder's Statement of Previous Contracts Subject to EEO Clause as Described in Section 70-21 • Certification for Receipt of Addenda • Statement of Surety's Intent • Iranian Energy Sector Divestment Statement . Certification of Compliance with the Iran Divestment Act 'Disadvantaged Business Enterprise Requirements . Safety Plan Compliance Document(SPCD)Certification PROPOSAL-14 Airfield Lighting and Signage Repairs NON-COLLUSIVE BIDDING CERTIFICATE The Signer of this Bid declares: A. That he/she has carefully examined the annexed form of the Agreement and Contract. 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 knowledge and belief: 1. The prices in this Bid have been arrived at independently without collusion,consultation, communication or agreement,for the purpose of restricting competition,as to any matter relating to such prices with any other Bidder or with any competitor; 2. Unless otherwise required by law,the prices which have been quoted in this Bid have not been knowingly disclosed by the Bidder,and will not knowingly 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 t - purpose of restricting competition. I hereby affirm under the penalties of perjury that the fore:it statement is true. Affix Seal BIDDER: Ci.5 Q Cc r if Principal MI1711 L is Corporation BY: h alffiderTITLE: (( STATE OF t c Y,AZ_ �k ) S a COUNTY OF O V10 Gl k. ) On the 3 M day of n LIGi kk1I ,20151 before me personally came Ja to me known,who,being by me duly sworn,did swear and affirm that he/she resides at I 1 L ),t Lotic\�- ;that he/she is the --Di-(3 t A41/1 t- ,Il 4,t 1/te Vihf (6 of the Bidder herein and signs the foregoing Non-Collusive Certification on behalf of/such Bidder;that L he/she executed the foregoing Non-Collusive Certification;and that,to the best of his knowledge and belief,the statement made in the foregoing Non-Collusive Certification is true. PATRICE JOSLIN KING • 11t 'z-':- Qualified in Oneida County MY COMMISSION EXPIRES: i Commission Expires_June 29,20 (This )AX form must be completed and submitted with the Proposal.)' Gl'"� `,, tick I P PROPOSAL-15 Airfield Lighting and Signage Repairs RESOLUTION FOR CORPORATE BIDDERS RESOLVED,that T�'A es be authorized (Name of officer) to sign and submit the bid or proposal of this corporation for the following project: AIRFIELD LIGHTING AND SIGNAGE REPAIRS and to include in such bid or proposal the certificate as to non-collusion required by section one hundred three-d of the General Municipal Law as the act and deed of such corporation,and for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under penalties of perjury. The foregoing is a true and correct copy of the resolution adopted by vve_ Corporation at a meeting of its Board of Directors held on the I. day of 1, LO l ►4 IJ f (S cretary) (Seal) (This form must be completed and submitted with the Proposal.) PROPOSAL-16 Airfield Lighting and Signage Repairs BUY AMERICAN CERTIFICATION The contractor agrees to comply with 49 USC § 50101,which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AlP-funded projects are produced in the United States,unless the FAA has issued a waiver for the product;the product is listed as an Excepted Article,Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must submit the appropriate Buy America certification(below)with all bids or offers on AEP funded projects.Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. Type of Certification is based on Type of Project: There are two types of Buy American certifications. • For projects for a facility,the Certificate of Compliance Based on Total Facility(Terminal or Building Project)must be submitted. • For all other projects,the Certificate of Compliance Based on Equipment and Materials Used on the Project(Non-building construction projects such as runway or roadway construction;or equipment acquisition projects)must be submitted. Certificate of Buy American Compliance for Total Facility (Buildings such as Terminal, SRE,ARFF,etc.) As a matter of bid responsiveness,the bidder or offeror must complete,sign,date,and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one of the following certification statements. These statements are mutually exclusive. Bidder must select one or the other(i.e.not both)by inserting a checkmark(✓)or the letter"X". O Bidder or offeror hereby certifies that it will comply with 49 USC.50101 by: a) Only installing steel and manufactured products produced in the United States;or b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing;or c) Installing products listed as an Excepted Article,Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement,the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic products 3. To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. ❑ The bidder or offeror hereby certifies it cannot comply with the 100%Buy American Preferences of 49 USC §50101(a)but may qualify for either a Type 3 or Type 4 waiver under 49 USC§50101(b). By selecting this certification statement,the apparent bidder or offeror with the apparent low bid agrees: PROPOSAL-17 Airfield Lighting and Signage Repairs 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination may results in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To furnish US domestic product for any waiver request that the FAA rejects. 5. To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver-The cost of components and subcomponents produced in the United States is more that 60%of the cost of all components and subcomponents of the"facility".The required documentation for a type 3 waiver is: a) Listing of all manufactured products that are not comprised of 100%US domestic content(Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non-domestic products in their entirety) b) Cost of non-domestic components and subcomponents,excluding labor costs associated with final assembly and installation at project location. c) Percentage of non-domestic component and subcomponent cost as compared to total "facility"component and subcomponent costs,excluding labor costs associated with final assembly and installation at project location. Type 4 Waiver—Total cost of project using US domestic source product exceeds the total project cost using non-domestic product by 25%.The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non-domestic product False Statements: Per 49 USC§47126,this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false,fictitious or fraudulent certification may render the maker subject to prosecution under Title 18,United States Code. Date Signature Company Name Title PROPOSAL-18 Airfield Lighting and Signage Repairs Certificate of Buy American Compliance for Manufactured Products (Non-building construction projects,equipment acquisition projects) As a matter of bid responsiveness,the bidder or offeror must complete, sign,date,and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other(not both)by inserting a checkmark(✓)or the letter"X". c(1 Bidder or offeror hereby certifies that it will comply with 49 USC§50101 by: a) Only installing steel and manufactured products produced in the United States,or; b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing,or; c) Installing products listed as an Excepted Article,Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement,the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic product 3. To furnish US domestic product for any waiver request that the FAA rejects 4. To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. 0 The bidder or offeror hereby certifies it cannot comply with the 100%Buy American Preferences of 49 USC §50101(a)but may qualify for either a Type 3 or Type 4 waiver under 49 USC§50101(b). By selecting this certification statement,the apparent bidder or offeror with the apparent low bid agrees: 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination may result in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver-The cost of the item components and subcomponents produced in the United States is more that 60%of the cost of all components and subcomponents of the"item".The required documentation for a type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100% US domestic content(Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108;products of unknown origin must be considered as non-domestic products in their entirety) b) Cost of non-domestic components and subcomponents,excluding labor costs associated with final assembly at place of manufacture. PROPOSAL-19 Airfield Lighting and Signage Repairs c) Percentage of non-domestic component and subcomponent cost as compared to total "item"component and subcomponent costs,excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver—Total cost of project using US domestic source product exceeds the total project cost using non-domestic product by 25%.The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non-domestic product False Statements: Per 49 USC §47126,this certification concerns a ma er within the jurisdiction of the Federal Aviation Administration and the making of a ;Ise,fictitious v r fraudulent certification may render the maker subject to prosecution under Title 18,U ,ted States C i de. 43- 3 I/1 \. . l Date Sign. T. f t Company Name Title (These forms must be completed and submitted with the Proposal.) PROPOSAL-20 Airfield Lighting and Signage Repairs CERTIFICATIONS{ BIDDER'S NAME: 'Base I i .e. 1 `Iiro Gb ( (:)b ADDRESS: I i( f 1 b t r -I- L..CAY1 at�ja.rete Lie (c. V1 `/ ( 33 0 y TELEPHONE NO.: 3 Is- Elk `( 10 4 FAX NO. 3/S'_39 !6 '- *fa IRS EMPLOYER IDENTIFICATION NUMBER: t 3- VC 36- (D6 I NOTICE OF NONSEGREGATED FACILITIES REQUIREMENT Notice to Prospective Federally Assisted Construction Contractors 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a federally- assisted construction contract exceeding$10,000 which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving federally-assisted construction contract awards exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed$10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 3. The penalty for making false statements in offers is prescribed in 18 U.S.C. § 1001. Notice to Prospective Subcontractors of Requirements for Certification of Non-Segregated Facilities 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a subcontract exceeding$10,000,which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed$10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 3. The penalty for making false statements in offers is prescribed in 18 U.S.C. § 1001. CERTIFICATION OF NON-SEGREGATED FACILITIES The federally-assisted construction contractor certifies that she or he does not maintain or provide,for his employees, any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location,under his control,where segregated facilities are maintained. The federally-assisted construction contractor certifies that she or he will not maintain or provide,for his employees,segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification,the term"segregated facilities"means any waiting rooms,work areas, restrooms, and washrooms,restaurants and other eating areas,time clocks,locker rooms and other storage or dressing areas,parking lots,drinking fountains,recreation or entertainment areas,transportation,and PROPOSAL-21 Airfield Lighting and Signage Repairs housing facilities provided for employees which are segregated by explicit directives or are,in fact, segregated on the basis of race,color,religion,or national origin because of habit,local custom,or any other reason. The federally-assisted construction contractor agrees that(except where she or he has obtained identical certifications from proposed subcontractors for specific time periods)she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. CERTIFICATE REGARDING DEBARMENT AND SUSPENSION(BIDDER OR OFFEROR) (Required for all contracts and subcontracts that exceed$25,000.) By submitting a bid/proposal under this solicitation,the bidder or offeror certifies that at the time the bidder or offeror submits its proposal that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION REGARDING DEBARMENT AND SUSPENSION(SUCCESSFUL BIDDER REGARDING LOWER TIER PARTICIPANTS) The successful bidder,by administering each lower tier subcontract that exceeds$25,000 as a"covered transaction",must verify each lower tier participant of a"covered transaction"under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror),above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA late determines that a lower tier participant failed to tell a higher tier that it was excluded or disqualified . - time it entered the covered transaction,the FAA may pursue any available remedy, including s pe ion and deb. -nt. ! re 1 S en Ar. Printed Nam- &Ti : a ,�1,. in Signature: j � 1 Date: 1 41u, 's certification must be completed and submitted with the Proposal.) PROPOSAL-22 Airfield Lighting and Signage Repairs BIDDER'S STATEMENT OF PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE AS DESCRIBED IN SECTION 70-21 The Bidder shall complete the following statement by checking the appropriate boxes. The Bidder has ./ has not participated in a previous contract subject to the Equal Opportunity Clause prescribed by Executive Order 11246,as amended,of September 24, 1965. The Bidder has / has not submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the Bidder has participated in a previous contract subject to the Equal Opportunity Clause and has not submitted compliance reports due under applicable filing requirements, the Bidder shall submit a compliance report on Standard Form 100, "Employee Information Report EEO-1", attached to this proposal. CERTIFICATION FOR RECEIPT OF ADDENDA Receipt of the following Addenda is acknowledged: ADDENDUM NO.: DATED: ADDENDUM NO.: DATED: ADDENDUM NO.: DATED: ., 1 an c in - 0 r* O -tnOr• (Firm h orporation . :ng :.1) flu ,10 (Signature ;IT T.u' oiiz-; Person, AO:.Address III L. 6eV-1- Lune `-�Arr.11 Id ny R A-5601Dated: "I" I" (This form must be completed and submitted with the Proposal.) PROPOSAL-23 t4,44-a_cA"-eci) Airfield Lighting and Signage Repairs STATEMENT OF SURETY'S INTENT TO: Town of Southfold We have reviewed the bid of (Contractor) of (Address) for the Airfield Lighting and Signage Repairs , project for which bids will be received on: July 21,2015 (Bid 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 become 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: Surety's Authorized Signature(s) (Corporate seal,if any.If no seal,write"No Seal" across this place and sign.) ATTACH PROPOSAL GUARANTEE ATTACH POWER OF ATTORNEY (This form must be complete and submitted with the Proposal. Copies of this form may be filled out and attached to this page.) PROPOSAL-24 Airfield Lighting and Signage Repairs IRANIAN ENERGY SECTOR DIVESTMENT STATEMENT 1. Contractor/Proposer hereby represents that said Contractor/Proposer is in compliance with New York State General Municipal Law Section 103-g entitled"Iranian Energy Sector Divestment",in that said Contractor/Proposer has not: (a) Provided goods or services of$20 Million or more in the energy sector of Iran including but not limited to the provision of oil or liquefied natural gas tankers or products used to construct or maintain pipelines used to transport oil or liquefied natural gas for the energy sector of Iran;or (b) Acted as a financial institution and extended$20 Million or more in credit to another person for forty-five days or more,if that person's intent was to use the credit to provide goods or services in the energy sector in Iran. 2. Any Contractor/Proposer who has undertaken any of the above and is identified on a list created pursuant to Section 165-a(3)(b)of the New York State Finance Law as a person engaging in investment activities in Iran,shall not be deemed a responsible bidder pursuant to Section 103 of the New York State General Municipal Law. 3. Except as otherwise specifically provided herein,every Contractor/Proposer submitting a bid/proposal in response to this Request for Bids/Request for Proposals must certify and affirm the following under penalties of perjury: (a) "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 its knowledge and belief,that each bidder is not on the list created pursuant to NYS Finance Law Section 165-a(3)(b)." 4. Except as otherwise specifically provided herein,any Bid/Proposal.that is submitted without having complied with subdivision(a)above, shall not be considered for award.In any case where the Bidder/Proposer cannot make the certification as set forth in subdivision(a)above,the Bidder/Proposer shall so state and shall furnish with the bid a signed statement setting forth in detail the reasons therefore.The Owner reserves its rights,in accordance with General Municipal Law Section 103-g to award the Bid/Proposal to any Bidder/Proposer who cannot make the certification,on a case-by-case basis under the following circumstances: (1) The investment activities in Iran were made before April 12,2012,the investment activities in Iran have not been expanded or renewed after April 12,2012,and the Bidder/Proposer has adopted,publicized and is implementing a formal plan to cease the investment activities in Iran and to refrain from engaging in any new investments in Iran;or (2) The Owner has made a determination that the goods or services are necessary for the Owner to perform its functions and that,absent such an exemption,the Owner would be unable to obtain the goods or services for which the Bid/Proposal is offered. Such determination shall be made by the Owner in writing and shall be a public document. 5. Bidder or Proposer shall sign and notarize the attached"Certification of Compliance with the Iran Divestment Act"form with your proposal. PROPOSAL-25 Airfield Lighting and Signage Repairs CERTIFICATION OF COMPLIANCE WITH THE IRAN DIVESTMENT ACT As a result of the Iran Divestment Act of 2012(the"Act"),Chapter 1 of the 2012 Laws of New York,a new provision has been added to State Finance Law(SFL) § 165-a and New York General Municipal Law§ 103-g,both effective April 12,2012. Under the Act,the Commissioner of the Office of General Services(OGS)will be developing a list of"persons"who are engaged in"investment activities in Iran" (both are defined terms in the law)(the"Prohibited Entities List"). Pursuant to SFL§ 165-a(3)(b),the initial list is expected to be issued no later than 120 days after the Act's effective date at which time it will be posted on the OGS website. By submitting a bid in response to this solicitation or by assuming the responsibility of a Contract awarded hereunder,each Bidder/Contractor, any person signing on behalf of any Bidder/Contractor and any assignee or subcontractor and,in the case of a joint bid,each party thereto,certifies, under penalty of perjury,that once the Prohibited Entities List is posted on the OGS website,that to the best of its knowledge and belief,that each Bidder/Contractor and any subcontractor or assignee is not identified on the Prohibited Entities List created pursuant to SFL§ 165-a(3)(b). Additionally,Bidder/Contractor is advised that once the Prohibited Entities List is posted on the OGS Website,any Bidder/Contractor seeking to renew or extend a Contract or assume the responsibility of a Contract awarded in response to this solicitation must certify at the time the Contract is renewed, extended or assigned that it is not included on the Prohibited Entities List. During the term of the Contract,should the Owner receive information that a Bidder/Contractor is in violation of the above-referenced certification,the Owner will offer the person or entity an opportunity to respond. If the person or entity fails to demonstrate that he/she/it has ceased engagement in the investment which is in violation of the Act within 90 days after the determination of such violation,then the Owner shall take such action as may be appropriate including,but not limited to,imposing sanctions, seeking compliance,recovering damages or declaring the Bidder/Contractor in default. The Owner reserves the right to reject any bid or request for assignment for a Bidder/Contractor that appears on the Prohibited Entities List prior to the award of a contract and to pursue a responsibility review with respect to any Bidder/Contractor that is awarded a contract and subsequently appears on the Prohibited Entities List. I, . rn'eS r` en 5 ,being duly sworn,deposes and says that he/she is the ?re S i clE'`'% 4-" o f the f-Ee 1; n e •n 5 Corporation and that neither the Bidder/Contractr or any prop led subcontractor is identified on the Prohibited Entities List. \lr, ,v 1I‘ED SWORN to before me this ` "` , ` -- - ^o -an - sooa- -. PATRICE JOSLIN KING 3 k`,. Notary Public,State of New York ; 3 day of Grv. !, 20 �,5' < ' „�„ No.011(15327174 •.'.—,�5 ,ri' 4 g Qualified in Oneida County Notary Public"{' Cif (/ ---1A �itl , •"-...., ''" Commission Expires June 29,201 y ha --a+�- a - - saaa'ssaaaIn--..a (This form must be completed and submitted with the Proposal.) PROPOSAL-26 Airfield Lighting and Signage Repairs DISADVANTAGED BUSINESS ENTERPRISE(DBE)STATEMENT The requirements of 49 CFR Part 26,Regulations of the U.S.Department of Transportation,apply to this contract. It is the policy of the Sponsor to practice nondiscrimination based on race,color,sex,or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit proposals. Award of this contract will be conditioned upon satisfying the DBE requirements of this contract. These requirements apply to all bidders,including those who qualify as a DBE. A DBE contract goal of 1.2 percent has been established for this contract. The bidder shall make good faith efforts, as defined in Appendix A,49 CFR Part 26,to meet the contract goal for DBE participation in the performance of this contract. Excerpts from 49 CFR Part 26 are included in Section 70-21.13. Within 15 days after the opening of bids and before award of the contract,all bidders wishing to remain in competition for award of this contract shall submit The Contractor's DBE Plan to the Owner. The Contractor's DBE Plan Form and DBE Letter Of Intent Form are located at the end of Section 70.The website for the Unified Certification Program directory in the state of New York is: http://www.nysucp.netl. CER 1'1la1CATION OF BIDDER: The undersigned bidder will satisfy the DBE requirements of these specifications in the following manner(please check the appropriate space): 17The bidder is committed to meeting or exceeding the DBE utilization goal stated above on this contract. The bidder,if unable to meet the DBE utilization goal stated above,is committed to a minimum of %DBE utilization on this contract,and will submit documentation demonstrating good faith efforts. SMALL BUSINESS PARTICIPATION: This Contract does not have a Small Business Element(SBE)set-aside. Name of Bidder's Firm: t i i1 ���.15 Co r ft•rout ovN • Street Address: JI I Li.ber-ki City: iltrAe V e State: V1y Zip: ta-�� J Bidder's Status: DBE: ❑ Non-DBE: Age of Firm: ( 7 Y✓S Annual Gross c.ipts of Firm: 3 vv.l I 11 IRS Number: 13 't{ 3c b I P . .41 -- Signature- dkit ges. ,,..t„,t e bis formmust be ompleted and submitted with the Proposal.) til PROPOSAL-27 Airfield Lighting and Signage Repairs SAFETY PLAN COMPLIANCE DOCUMENT(SPCD) CERTIFICATION Project Location: 6 1 44bt1'L -Ci. E. I d A- 0 -#- ProjectName: Air4e1c1 L►ops i c) 0, S., ►,aSC Q-e pa r s Contractor's Official Name: 6.setine k.•A CoY'G--i®� PG Contact Person: NQS i rlG) Telephone: 3(S— gel 4 -6e 10 4 Street Address: < < t Li be Yk -e- City: rBA rAe%t, I A State: n I Zip: )33O y Certification Statement: I certify that I have read the Construction Safety and Phasing Plan(CSPP)included in the Contract Documents and if awarded this Contract,I will abide by its requirements as written. I certify that I have read the Safety Plan Compliance Document SCPD)included in the Contract Documents and if awarded this Contract,I will abide by its re 1:its-ements as written; I certify that I will provide the information required in the S S+' I prior to t g start of c 4'struction work,if awarded this Contract,and that I will provide any additional i 1 �rmation dq s ;'1 iq ` e Owner. t Printed Name of Signer ) Signa ere51 Ci.ert — 110 Title Date (THIS FORM MUST BE COMPLETED AND SUBMITTED WITH PROPOSAL) END OF PROPOSAL PROPOSAL-28 REFERENCES OWNER PHONE# CONTACT TITLE PROJECT DESCRIPTION PROJECT LOCATION PROJECT VALUE DATE OF PROJECT TOWN OF SOUTHOLD 631-765-1800 TOM DOUGHERTY MGR REPLACE RW LIGHTS,REILS&PANS ELIZABETH FIELD AIRPORT $450,000 2008 LAWRENCE COUNTY 412-299-6980 MARK SCAPPE ENG REHAB RUNWAY/TAXIWAY LIGHTING NEW CASTLE AIRPORT $389,562 2015 AIRPORT AUTHORITY ONEIDA COUNTY 315-356-0575 CHAD LAWRENCE ASST COMM TAXIWAY K REHABILITATION GRIFFISS AFB $388,000 2014 SARATOGA COUNTY 518-885-2235 TOM SPIEZELE TAXIWAY LIGHTING AND CLEARING SARATOGA AIRPORT $1,000,000 2013 PORT AUTHORITY 315-552-4176 STEVE HOWE RES ENG AIRPORT LIGHTING IMPROVEMENTS STEWART AIRPORT $2,400,000 2007 MONROE COUNTY 585-753-7009 RICH VANGELDER ENG AIRFIELD LIGHTING GRIA $800,000 2014 Baseline King Corporation Equipment List 'YEAR COLOR MAKE MODEL LICENSE#/SERIAL# Pickups 2001 Red Ford F250 43038KA 2003 Red Ford F250 33850JK 2008 Red Ford F250 43037KA 2000 Red Ford F750 68787JY 2006 Blue Chevy 1 Ton Dually 43450KA 1986 Orange Ford 8000 1990 Orange Ford 9000 2002 White GMC G3500 65975KA 2009 Red Chevy 2500 68232MA 2003 Red Ford F250 70744MC Equipment Yel/Bik CAT 277B Skid Steer MDH02698 Yel/Blk CAT 287B Skid Steer ZSA01563 Yel/Blk CAT 297C Skid Steer GCP01605 YeUBlk CAT 307B Excavator 5CW00380 Yet/Blk CAT 307C Excavator BCM00717 YeUBik CAT 304C Excavator FPK05415 YeUBlk CAT IT24F Loader 04NN01372 Yel/Blk CAT 297C Skid Steer Vermeer V5800 Trencher IR 185 Compressor IR 185 Compressor Trailers 2001 BIk Pequa AT69801 2003 BIk Landoll LTI020 AM74904 2012 Blk SureTrak BD15649 BASELINE KING CORP® ": %.TIN KEY PERSONNEL AND EXPERIENCE JAMES KING—OWNER OVER 30 YEARS IN THE CONSTRUCTION BUSINESS 16 YEARS AS OWNER OF BASELINE KING CORPORATION SCOTT COOKINHAM—FOREMAN 16 YEARS EQUIPMENT OPERATOR(A,B)AND ELECTRICIAN 14 YEARS SUPERINTENDENT, EQUIPMENT OPERATOR AND ELECRICIAN JOE MC CAULEY—ELECTRICIAN OVER 25 YEARS IN THE CONSTRUCTION FIELD 16 YEARS ELECTRICIAN,OPERATOR(B)AND FOREMAN JAY GRIFFITH—ELECTRICIAN OVER 25 YEARS ELECTRICIAN AND SUPERINTENDENT IN ADDITION: (2) ELECTRICIANS (1)OPERATOR A (2)OPERATOR B (4) LABORERS 111 Liberty Lane, Barneveld, NY 13304 Phone: 315-896-6106 Email: baselineking@baselineking.com BASELINE KING CORP. FINANCIAL STATEMENTS AND SUPPLEMENTARY INFORMATION FOR THE YEARS ENDED DECEMBER 31, 2014 AND 2013 TABLE OF CONTENTS INDEPENDENT ACCOUNTANT'S REVIEW REPORT 1 FINANCIAL STATEMENTS Balance Sheets-Assets 2 Balance Sheets-Liabilities and Shareholder's Equity 3 Statements of Income and Retained Earnings 4 Statements of Cash Flows 5 Notes to Financial Statements 6-10 SUPPLEMENTARY INFORMATION Schedules of Costs of Contracts 11 Schedules of General and Administrative Expenses 12 Job Status Report 13 [7:77=7,,, ; am u:;7'"1 MU MANN&CENTOLA CIlt76f:6)girl X:4CCULMINTS,,C T3:°L ',::aY.a;.}.vim,-� J To the Shareholder Baseline King Corp. Barneveld,New York INDEPENDENT ACCOUNTANTS REVIEW REPORT We have reviewed the accompanying balance sheets of Baseline King Corp. as of December 31, 2014 and 2013 and the related statements of income and retained earnings and cash flows for the years then ended. A review includes primarily applying analytical procedures to management's financial data and making inquiries of Company management. A review is substantially less in scope than an audit, the objective of which is the expression of an opinion regarding the financial statements as a whole. Accordingly,we do not express such an opinion. Management is responsible for the preparation and fair presentation of the financial statements in accordance with accounting principles generally accepted in the United States of America and for designing, implementing, and maintaining internal control relevant to the preparation and fair presentation of the financial statements. Our responsibility is to conduct the review in accordance with Statements on Standards for Accounting and Review Services issued by the American institute of Certified Public Accountants. Those standards require us to perform procedures to obtain limited assurance that there are no material modifications that should be made to the financial statements, We believe that the results of our procedures provide a reasonable basis for our report. Based on our review, we are not aware of any material modifications that should be made to the accompanying financial statements in order for them to be in conformity with accounting principles generally accepted in the United States of America. Our review was made primarily for the purpose of expressing a conclusion that there are no material modifications that should be made to the financial statements in order for them to be in conformity with accounting principles generally accepted in the United States of America. The supplementary information included in the accompanying schedules of cost of contracts, general and administrative expense and the job status report are presented for purposes of additional analysis and are not a required part of the basic financial statements. Such information has been subjected to the inquiry and analytical procedures applied in the review of the basic financial statements, and we did not become aware of any material modifications that should be made to such information.? et JAUFMANN&CENTOLA, PC CERTIFIED PUBLIC ACCOUNTANTS July 24,2015 1000 Pittsford-Victor Road Pittsford,NY 14534 Phone:(585)248-3630 Fax:(585)248-2036 www j-ccpa corn 1 BASELINE KING CORP. BALANCE SHEETS DECEMBER 31, 2014 AND 2013 ASSETS 2014 2013 Current Assets Cash S 6,894 $ 83,570 investments 10,491 13,575 Contract Receivables 888,024 1,027,818 Costs and Estimated Earnings in Excess of Billings on Uncompleted Contracts 560,634 337,002 Total Current Assets $ 1,466,043 $ 1,461,965 Equipment, Net of Accumulated Depreciation 409,012 415,051 Other Assets Due From Officer $ - $ 113,718 Note Receivable - 120,000 Total Other Assets $ - $ 233,718 TOTAL ASSETS $ 1,875,055 $ 2,110,734 See accompanying notes and independent accountant's review report. 2 BASELINE KING CORP. BALANCE SHEETS DECEMBER 31, 2014 AND 2013 LIABILITIES AND SHAREHOLDER'S EQUITY 2014 2013 Current Liabilities Line of Credit $ 348,993 $ 348,993 Current Portion of Long-Term Debt 24,100 27,057 Accounts Payable 205,880 128,282 Accrued Expenses 66,938 187,705 Billings in Excess of Costs and Estimated Earnings on Uncompleted Contracts 26,547 6,687 Total Current Liabilities $ 672,458 $ 698,724 Long-Term Portion of Debt 69,529 94,765 Total Liabilities $ 741,987 $ 793,489 Shareholder's Equity Capital Stock $ 100 $ 100 Retained Earnings 1,132,968 1,317,145 Total Shareholders Equity $ 1,133,068 $ 1,317,245 TOTAL LIABILITIES AND SHAREHOLDER'S EQUITY $ 1,875,055 $ 2,110,734 See accompanying notes and independent accountant's review report. 3 BASELINE KING CORP. STATEMENTS OF INCOME AND RETAINED EARNINGS FOR THE YEARS ENDED DECEMBER 31, 2014 AND 2013 2014 2013 Contract Revenue $ 4,423,253 $ 3,349,849 Cost of Contracts 3,922,555 2,708,685 Gross Profit $ 500,698 $ 641,164 Total General and Administrative Expenses 415,198 510,995 Income from Operations $ 85,500 $ 130,169 Other Income/(Expense) Unrealized Gain/(Loss)Marketable Security $ (1,506) $ 1,368 Gain/(Loss)on Sale of Marketable Security (5,475) - Interest Income - 175 Interest Expense (13,188) (18,326) Total Other Income/(Expense) $ (20,169) $ (16,783) NET INCOME $ 65,331 $ 113,386 Retained Earnings-Beginning 1,317,145 1,287,201 Shareholder Draws (249,508) (83,442) RETAINED EARNINGS $ 1,132,968 $ 1,317,145 See accompanying notes and independent accountant's review report 4 ' BASELINE KING CORP' STATEMENTS OF CASH FLOWS FOR THE YEARS ENDED DECEMBER 31, 2014 AND 2013 2014 2013 Cash Flows From Qoerating Activities Net Income $ 65.331 $ 113.386 Non-Cash Items Included in Net Income. 12O37U 1U8 Depreciation 120,370 .205 (|noreeae)/Dooreasein Contract Receivables 139.794 (142.191) Costs and Estimated Earnings in Excess of Billings on Uncompleted Contracts (223.632) (13.835) Increase/(Decrease)in. Accounts Payable 77,598 24.509 Accrued Expenses (120.767) 187.705 Billings in Excess of Costs and Estimated Earnings on Uncompleted Contracts 19.060 (8.288) Net Cash Provided/(Used) by Operating Activities $ 78,554 $ 268.481 Cash Flows From Investinq Activities Acquisition of Equipment $ (114,331) $ (55.303) Loan From Officer 113,718 - Note Receivable 120.000 (80`008) Change in Investments 3.084 (}`052) Net Cash Provided/(Used) by Investing Activities $ 122,471 $ (141.355) Cash Flows From Financinq Activities Shareholder Distributions $ (249.508) $ (83,442) Principal Payments on Long-Term Debt (28.193) (26,111) Net Cash ProvidecJ/(Used) by Financing ActMties $ (277.701) $ (109.553) Net lncrease/(Decrease) in Cash $ (76,676) $ 17,573 Cash- Beginning 83.570 65.907 CASH-ENDING 3 6.894 $ 83.570 SUPPLEMENTAL DISCLOSURES: Interest Paid $ 13,188 S 18.326 See occompanying notes and independent accountant's revievi report. 5 BASELINE KING CORP. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2014 AND 2013 NOTE 1 -SIGNIFICANT ACCOUNTING POLICIES Business Activity Baseline King Corp is a New York State S-Corporation formed in December of 1998. The Company is a contractor generally engaged in the installation of Airport Lighting, primarily in Central New York. Management uses estimates and assumptions in preparing these financial statements in accordance with generally accepted accounting principles. Those estimates and assumptions affect the reported amounts of assets and liabilities, the disclosure of the contingent assets and liabilities, and the reported revenues and expenses Actual results could vary from the estimates that were used. Revenues The company recognizes revenues from fixed-price and modified fixed-price construction contracts on the percentage-of-completion method, measured by the percentage of cost incurred to date to estimated total cost for each contract. That method is used because management considers total costs to be the best available measure of the progress on the contracts. Because of inherent uncertainties in estimating costs, it is at least reasonably possible that the estimates used will change within the near term. Contract costs include all direct material and labor costs and those indirect costs related to contract performance, such as indirect labor, supplies, tools, repairs and depreciation. Selling, general, and administrative cost are charged to expense as incurred. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. Changes in job performance, job conditions, and estimated profitability may result in revisions to costs and income, which are recognized in the period in which the revisions are determined. Changes in estimated job profitability resulting from,job performance, job conditions, contract penalty provisions, claims, change orders,and settlements, are accounted for as changes in estimates in the current period. The asset "cost and estimated earnings in excess of billings on uncompleted contracts," represents revenues recognized in excess of amounts billed. The liability, "billings in excess of costs and estimated earnings on uncompleted contracts,"represents billings in excess of revenues recognized. Contract Receivables Management believes that all contract receivables as of December 31, 2014 and 2013, were fully collectible; therefore, no allowance for doubtful accounts was recorded. During the years ended December 31, 2014 and 2013, bad debts were determined to have conclusively occurred and were expensed accordingly. The Company follows the practice of filing statutory liens on ail construction projects where collection problems are anticipated. The liens serve as collateral for the contract receivables. Concentration of Credit Risk Financial instruments that potentially subject the company to credit risk include cash on deposit with a financial institution in excess of $250,000 insured by the United States Federal Deposit Insurance Corporation Property and Equipment Property and equipment are carried at cost. Depreciation is charged to operations over the estimated useful lives of the individual assets on the straight-line and double-declining-balance methods. Advertising Advertising costs are expensed as incurred. Advertising expenses for the years ended December 31, 2014 and 2013 amounted to$415 and$-, respectively. 6 BASELINE KING CORP. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2014 AND 2013 NOTE 1 -SIGNIFICANT ACCOUNTING POLICIES (Continued) Income Taxes The Company elected to be taxed as a S-Corporation,whereby the liability for generally all Federal and State income taxes is assumed individually by the shareholder of the Company, whether or not the income giving rise to such taxes has been distributed. Accordingly, there is no provision for income taxes. NOTE 2-CONTRACT RECEIVABLES Contract receivables consist of the following at December 31: 2014 013 Contracts in Progress $ 428,576 $ 936,296 Completed Contracts 361,807 13,559 $ 790,383 $ 949,855 Retainages 97,641 77,963 $ 888,024 $ 1,027,818 NOTE 3-PROPERTY AND EQUIPMENT Property and equipment consist of the following at December 31: 2014 2013 Vehicles $ 287,360 $ 251,731 Equipment 1,077,148 1,035,870 Office Equipment 22,356 22,356 Building and Land 184,292 146,868 S 1,571,156 $ 1,456,825 Less. Accumulated Depreciation 1,162.144 1,041,774 $ 409,012 $ 415,051 Depreciation expense for the years ended December 31, 2014 and 2013 amounted to $120,370 and $108,205, respectively. 7 BASELINE KING CORP. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2014 AND 2013 NOTE 4-CONTRACTS IN PROGRESS Information with respect to uncompleted contracts is as follows at December 31: 2014 2013 Costs Incurred To Date on Uncompleted Contracts $ 2,218,714 $ 1,900,710 Estimated Earnings 197,776 156,892 $ 2,416,490 $ 2,057,602 Less: Billings to Date 1.882,403 1.727,287 $ 534,087 $ 330,315 Included in the accompanying balance sheets under the following captions: 2014 2013 Costs and Estimated Earnings in Excess of Billings on Uncompleted Contracts $ 560,634 $ 337,002 Billings in Excess of Costs and Estimated Earnings on Uncompleted Contracts (26,547) (6.687) $ 534,087 $ 330,315 NOTE 5-SURETY BOND The Company, as conditions for entering into construction contracts, has outstanding surety bonds approximating $274,000 and $1,316,000 of estimated contract costs to complete as of December 31, 2014 and 2013, respectively. The bonds are collateralized by contract receivables and personally guaranteed by the shareholder. NOTE 6 BACKLOG Backlog represents the amount of revenue the Company expects to realize from work to be performed on uncompleted contracts in progress at year end and from contractual agreements on which work has not yet begun. The estimated gross revenue to be realized was approximately $320,000 and $1,549,000 at December 31, 2014 and 2013, respectively NOTE 7-LINE-OF-CREDIT The Company has available a line-of-credit of $350,000 with Manufacturers and Traders bank. Interest is 3.25% as of December 31, 2014 and 2013. The line-of-credit is personally guaranteed by the shareholder. 8 BASELINE KING CORP. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2014 AND 2013 NOTE 8-LONG-TERM DEBT Lona-term debt consists of the following at December 31: 2014 2013 Note Payable-CAT Financial Payable in monthly installments of $2,341 principal and interest with interest stated at 4.95% $ 19,571 $ 42,416 Note Payable-M&T Bank Payable in monthly installments of$825 principal and interest with interest stated at 7 29% 74058 79,406 $ 93,629 $ 121,822 Less: Current Portion 24,100 27,057 LONG-TERM PORTION OF DEBT $ 69,529 $ 94,765 Substantially all of the equipment and assets of the business are pledged as collateral for the above notes. In addition, the shareholder has personally guaranteed the note Maturities of the long-term debt are as follows: Period Ending December 31. Amount 2015 $ 24,100 2016 4,870 2017 • 5,237 2018 5,632 2019 and thereafter 53,790 Total $ 93,629 Interest expense for the years ended December 31, 2014 and 2013 amounted to $13,188 and $18,326, respectively_ NOTE 9-NOTE RECEIVABLE EMPLOYEE The Company has two notes receivables from its employees totaling 6-and $233,718 as of December 31, 2014 and 2013, respectively. The notes are non-interest bearing. 9 BASELINE KING CORP. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2014 AND 2013 NOTE 10-SUBSEQUENT EVENTS Management has evaluated subsequent events through July 24, 2015 the date on which the financial statements were available to be issued. Management does not believe that the financial condition of the company has changed significantly in the period January 1, 2015 through July 24, 2015. NOTE 11 -ACCOUNTING FOR INCOME TAXES The Company adopted the provisions of FIN No. 48 accounting for the uncertainties of tax positions. on January 1, 2009. FIN No. 48 requires the company to accrue an additional tax liability including penalties and interest for any position they feel that could into be sustained under audit on a more likely than not basis for all periods currently open. The Company reviewed its tax portions for the periods still under audit for both Federal and New York State Tax purposes for 2011 -2014 to determine what the potential likelihood of an unfavorable out come would be on a more likely that not basis. Based upon managements review they did not feel any adjustment was necessary. 10 SUPPLEMENTARY INFORMATION BASELINE KING CORP, SCHEDULES OF COST OF CONTRACTS FOR THE YEARS ENDED DECEMBER 31, 2014 AND 2013 2014 2013 Bonds $ - $ 43,794 Equipment Transport&Maintenance 206,790 149,365 Job Related Legal Fees 200,000 - Equipment Rental 87,510 66,518 Fuel 101,971 75,253 Materials 1,822,335 1,245,750 Payroll 856,557 444,921 Small Tools 10,524 1,497 Refuse 10,728 6,708 Insurance 214,853 154,465 Payroll Taxes and Benefits 84,541 134,536 Subcontractors 265,851 345,327 Travel 60,895 40,551 Total Costs of Contracts $ 3,922,555 $ 2,708,685 See accompanying notes and independent accountant's review report '11 BASELINE KING CORP_ SCHEDULES OF GENERAL AND ADMINISTRATIVE EXPENSES FOR THE YEARS ENDED DECEMR 31, 2014 AND 2013 2014 2013 Advertising $ 415 $ - Bank charges 1,314 311 Depreciation Expense 120.370 108.205 Dues and Subscriptions 6,922 4.968 Health Insurance 38.824 43.169 Miscellaneous Expense 550 2.019 Office Expense 3,667 5,551 Professional Fees 44,221 180.525 Administrative Salaries 44.000 41.000 Taxes 18,332 12.566 Conferences&Seminars 273 3,408 Postage&Shipping 5.893 6,370 Repairs and Maintenance 1.412 1,689 Uniform Expense , - 97 Small Tools, Plans and Supplies 74,002 66.724 Telephone 9.123 10.044 Travel& Entertainment 29.592 17.665 Utilities 9.959 5,722 Vehicle Expense 6,329 962 Total General and Administrative Expense $ 415,198 $ 510.995 See accompanying notes and independent accountants review report. 12 ___ BASELINE KING CORP. JOB STATUS REPORT FOR THE YEAR ENDED DECEMBER 31,2014 FROM INCEPTION TO DECEMBER 31,2014 FOR THE YEAR ENDED DECEMBER 31,2014 BILLINGS IN COSTS AND ESTIMATED EXCESS OF ESTIMATED OPEN JOBS: COSTS ESTIMATED TOTAL EARNINGS ESTIMATED COSTS AND EARNINGS GROSS CONTRACT BILLED INCURRED COST TO ESTIMATED PERCENT UPON EARNINGS ESTIMATED IN EXCESS REVENUES COSTS PROFIT CONTRACT NAME PRICE TQ DATE TO DATE COMPLETE, COSTS CQM4L$I$. COMPLETI t) TO-DATE EARNINSLn$ OF BILLINGS EARNED INCURRED RECOGNR$O 4215 MossonaAirport 376029 331,407 345.478 0 345,478 1000% 30.551 30,551 44,622 329,354 310,118 19,236 .1229 Gnffiss Phaso II 158,484 95,551 144.071 709 144,780 09.5% 11,704 11,647 60,167 155,718 144,071 11,647 J230 Walrzown TW B Phase II 248,166 192,947 180,096 6,388 188,484 96 6% 61,682 59,569 46,718 239,665 180,096 59,569 .1232 Prseco Fuel Mgmt System 37,760 0 36,961 556 37,517 98 5% 153 18D 37,141 37,141 36.961 180 .1233 RochesterAuport 802,000 692,536 769,099 30,228 799,327 9662% 2.673 2.572 79,135 771,671 769,099 2,572 J235 Malone Vault 65,590 0 48.775 28.225 75,000 624% 11,590 7,228 54003 54,003 46,775 7,228 J237 Tn•Cities 153,000 121.657 138,230 2.475 140,705 982% 12,295 12,079 23652 150,309 138,230 12,079 J238 Brookhaven Phase)] 65,304 0 54,213 3,602 57,815 93 8% 8,489 7,960 62,173 62,173 54,213 7,960 .1239 LeRoy Airport 2301X}0 179,830 209,011 20,914 229,925 90.9% 75 68 , 29249 209079 209,011 68 J240 Oswego TWE 85.100 0 19,888 50,112 70,000 284% 15,100 4,290 24,178 24.178 19,888 4,290 .1241 DansvdloAirport 201.000 0 77,470 89,598 167,068 464% 35,932 17,125 94,595 94,595 77,470 17,125 J242 East Hampton 203,563 181,829 152,648 33,369 166,017 82.195 17,546 14,398 (14,583) 167,046 152,648 14,398 4244 Hammonton NJ 87,691 86,840 44,774 7,659 62,433 854% 35,258 30,108 (11,964) 74,802 44,774 30,108 OPEN JOBS TOTAL $2,736,627 $1,882,403 $2,218,714 $273,835 $2,492,549 $244,078 $197,776 ($26,547) $560,634 $2,369,815 $2,183,354 $186,461 COMPLETED JOBS: FINAL FINAL GROSS CONTRACT TOTAL COST GROSS GROSS REVENUES COSTS PROFIT CONTRACTNAME PRICE OF PROJECT PROFIT PROFIT% __.(ARNEO. INCJ3$.EQ RECOGNIZEQ J197 Chautsugua County 227,489 232.483 (4,994) -2,20% 4.729 4,261 468 4200 GnfIissTlWA,C 102,788 107,296 (4,508) -4,39% 0 0 0 J210 Buffalo Niagara Airport 566,507 570,766 (4,259) -075% 17,567 8,318 9.249 4217 Oswego Co Airport 259,675 232,041 27,634 1064% 229,169 212,608 16,561 J220 Heritage Field Pottstown PA 103,830 80,839 22 991 22.14% 0 0 0 J221 Brookdraven•Catabro Airport 571,840 525,488 46,352 8.11% 529,409 487,231 42,178 J201 Rochester TIW P 182,254 210315 (23,061) -1540% 166,576 191,773 (25,197) J219 Syracuse Airport 214,790 197,310 17,480 814% 165,937 159,108 6,829 J223 Saratoga Airport 1,048.922 892,301 156,621 1493% 153,782. 120,190 33,592 J224 GrifissTaxiway K 373,930 400,402 (26,472) -708! 373.930 400,402 (26,472) Mrcceltanoous 412,339 155,310 257,029 82 33% 412,339 155,310 257,029 COMPLETED JOBS TOTAL $4,064,364 $3,604,651 $459,813 $2,053,438 $1,739,201 $314,237 TOTAL FOR ALL JOBS PER FINANCIAL STATEMENT $4,42✓3 253 $3,922.555 5500,698 Sao Independent Accountants'Rowew Report 13 • PROPOSAL FOR CONSTRUCTION OF T H H' AIRFIELD LIGHTING AND SIGNAGE REPAIRS AT ELIZABETH FIELD AIRPORT FISHERS ISLAND TOWN OF SOUTHOLD,NEW YORK TO: Town Clerk's Office 53095 Route 25 Southold,New York 11971 The undersigned,as bidder,hereby declares that he/she has examined the site of the work and informed himself/herself fully in regard to all conditions pertaining to the place where the work is to be done;that he/she has examined and read the Contract Documents and Contract Drawings for the work and all addenda relative thereto furnished prior to the opening of bids;that he/she has satisfied himself/herself relative to the work to be performed. The bidder understands that the advertisement,located in the front of these Contract Documents,contains the location and a description of the proposed construction,as well as indicates the place,date, and time of the proposal opening;information about a Pre-Bid conference,if scheduled,is contained in the advertisement;a listing of estimated quantities is located in the front of these Contract Documents;the time in which the work must be completed shall be in accordance with the subsection titled FAILURE TO COMPLETE ON TIME of Section 80. If the bidder considers that the time to complete the work is inadequate,they should not submit a bid. The bidder understands the quantities for bid items listed on the proposal sheets are estimated quantities only for the purpose of comparing bids;any difference between these estimated quantities and actual quantities required for construction shall not be taken as a basis for claims by the Contractor for extra compensation;compensation will be based upon the unit prices and actual construction quantities. The bidder understands that the description under each item,being briefly'stated,implies,although it does not mention,all incidentals and that the prices stated are intended to cover all such work,materials and incidentals as constitute bidder's obligations as described in the specifications and any details not specifically mentioned,but evidently included in the Contract shall be compensated for in the item which most logically includes it. The bidder understands that proposal guaranty shall be in the form of a bid bond or certified check in the amount of five percent(5%)of this bid in accordance with the subsection titled BID GUARANTEE of Section 20;the proposal guaranty shall become the property of the Owner in the event the Contract and bond(s)are not executed within the time above set forth,as liquidated damages for the delay and additional expense to the Owner caused thereby. The bidder agrees that upon receipt of written notice of the acceptance of this proposal,bidder will execute the Contract attached within 15 days and deliver a Surety Bond or Bonds as required by the subsection titled REQUIREMENTS OF CONTRACT BONDS OF Section 30.The bidder further agrees to commence construction with an adequate work force,plant and equipment on the date stated in the written notice to proceed and will progress therewith to its completion within the time stated, and in accordance with this Contract and Specification. PROPOSAL-1 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS BASE BID 4.4A'° ITEM LIST- UNIT PRICE' . ITEM '.SPEC: - " ITEMDESCRIP'T1ON• ,• ' ' - -- ' -, .IN FIGURES , TOTAL'AMOUNT. " NO.._. i NO:. 'OUANT I1Y-.y '; .-: _ .. '(PRICE WRITTEN IN:WORD) > --. : - DOLLARS_ _;CENTS DOLLARS CENTS: NO 8 AWG,600V,1/C AIRFIELD LIGHTING CABLE 1 L-108 25,300 LF AT r O uP''' t` S -1-1,,,a 3o i��j O 7[yo®� ill e (� / 1 PER LINEAR FOOT NO 8 AWG,c`5KV,I/C AIRFFIg AIRFIELD LIGHTING CABLE 2 L-108 12,500 LF AT I )L(1Z o"`�4tS 1 :r- 4 50 54250 PER LINEAR FOOT NO 6 AWGWGCOUNTERPOISE WIRE i,,��� r 3 L-108 715 LF AT , 'ue �L� ��V)'y ��"v ( Li ��z 75 // PER LINEAR FOOT i I NO 6 AWG COUNTERPOISE WIRE AND TRENCH 4 L-108 220LF AT OV kU�a S "-ly lb( 170. °® 37400°° 00 iLlC-rLa PER LINEAR FOOT / v ��Jt� 2-INCH DIA � ' PVC CONDUIT IN TURF ••••••••sj ......0. 5 L-110 730 LF AT O r`0 a ►i-4w• e +- 0 a 99l10-aS '7.e l41?® 1571 PER LINEAR FOOT 2-INCH DIA PVC COATED RGS CONDUIT IN TURF 6 L-110 150LF AT -774.0 hgee e ®® 00 Po l lags 2 c I S PER LINEAR FOOT 245, 36 750 SING�LEE AIRPORT OBSTRUCTION "LIGHT ASSEMBLY WITH NEW BASE 7 L-119 2 EACH AT Pa 's 6�rg PER EACH , 700C DOUBLE AIRPORT OBSTRUCTION LIGHT ASSEMBLY ON EXISTING BASE 774/0 ` ® Six Kettled 8 L-119 2 EACH AT OV � 0 44/1041 PD (0.0. . �L - PER EACH OBSTRUCTION LIGHT TRANSFORMER/DISCONNECT 9 L-119 1 EACH AT f/A9 v l a b 14 Piet-ad ggirsie 0° ES0-, 0° P1(.C40.6 .67,A0 PER EACH PROPOSAL-2 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS BASE BID FAA ITEM LIST UNIT PRICE ITEM SPEC ITEM'DESCRIPTION IN FIGURES TOTAL AMOUNT NO. NO. QUANTITY (PRICE WRITTEN IN WORD) DOLLARS . CENTS DOLLARS CENTS REMOVAL OF EXISTING PRECISION APPROACH PATH INDICATOR(PAPI)SYSTEM 10 L-125 4 EACH AT `2 1A� .00 o�� L p L( s .of PER EACH REMOVAL OF EXISTING RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM rwo titt024.3Arrj11 a, 00 11 L-125 4 EACH AT �,�, p 42r� 0t. *4 1,1a_ � �/��D PER EACH f 6J REPLACEMENT OF EXISTING R/W EDGE LIGHT WITH MEDIUM INTENSITY R/W LIGHT(L-861(L))ON EXISTING BASE i -TWO Octs o IelClad 0,0 , 12 L-125 39 EACH AT p A2- % ®0 "� / ,t r I o S C..2., : 79 PER EACH REPLACEMENT OF EXISTING R/W THRESHOLD LIGHT WITH MEDIUM INTENSITY R/W LIGHT(L-861E(L))ON EXISTINGGBASE / WO 41i l 13 L-125 24 EACH AT ����vv ® '1'4' 0`l 0 '''FIA/Z,"4- 5�mC)L�J3z. B7 / r PER EACH- REPLACEMENT OF EXISTING TAXIWAY GUIDANCE SIGN ASSEMBLY (L-858,4 CHARACTERS,SIZE 2,STYLE 2,CLASS 2)ON EXISTING BASE 14 L-125 4 EACH ATW:Ai ® 2e_e L c o Uv f !' ,7 " `ieta PER EACH A�\i REPLACEMENT OF EXISTING TAXIWAY GUIDANCE SIGN ELECTRICAL COMPONENTS` }n (a 15 L-125 4 EACH AT `�, p%^Y'1 �`1uvaeb c ,tLee ®a °i3 PER EACH 700 2-icoREPLACEMENT OF EXISTING PRECISION APPROACH PATH INDICATOR (PAPI)SYSTEM(L-881(L),STYLE A, 2 LAMP,LED)ON EXISTING BASE 16 L-125 4 EACH AT lil) "�"' \ ®.S® d 71450® el 0 IA rive k � t � o � aS PERE CH REPLACEMENT OF EXISTING RUNWAY END IDENTIFIER LIGHT(REIL) SYSTEM(L-849(L),STYLE C)ON EXISTING BASE e+� i 17 L-125 4 EACH ATr{ 1k4 ® 0 pp�y� irk 2:81°C r I al �`y° pr\LkI It PER EACH RE-MOUNTING OF EXISTING WIND CONE TRANSFORMER ON EXISTING BASE �y r FrtiGi i : ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS BASE BID :FAA' ITEM LIST UNIT ITEM '':SPEC ITEM DESCRIPTION - " - -IN FIGURES . ',,'IO"CkLAMOU\'T.. '' .NO.,_ '^NO.. QUANTITY. -.. . ,a(PRICEWRITTEN IN WORD). `.z.-. . ,.: r DOLLARS. CENTS,DOLLARS- CENTS'., ELECTRICAL JUNCTION CAN(NON-LOAD BEARING) °-mow j `f1oLs /uta 19 L-125 1 EACH AT 1,711poi'f 6La. 00 2L27- o co-/ ,W PER EACH CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK , 20 L-125 1 TRIP AT ItAtet etkilee 1P C 1<eXP-- ® 0 3 3 PER EACH MAINTENANCE AND PROTECTION OF TRAFFIC .rte .�v g'9�W_t-3 r1„.0 ( � 7v0 c. 21 M-100 1 LS AT 4 kW Kel a - z- �/ s 7D `` S. - C52-3e45 PER LUMP SUM PROJECT SURVEY AND STAKEOUT 6614÷/ ioctssN ( _ �� 22 M-150 1 LS AT `q���tQt�.�� fv�'C7 iCat[9� • j� ‘31. 70 d 0 ¢� el�'C� C{Iy'o PER LUMP SUM (r MOBILIZATION I C n aN4 �w�-� `.j.lV=`mac ii�, � 23 M-200 1 LS AT PS/Jk iy �Sta Do 4�"�� 47c0 2M7Y� °0 -Ze' ✓ �/A� PER LUMP SUM _t TOTAL PRICE(WRITTEN:IN=WORD) t Y.e: ,k. .;It;Ii:-.-j, . r DOLLARS CENTS VT . /) . 0 l _.�T © u. R ; . 23 2`3 PROPOSAL-4 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS ALTERNATE BID NO.1 FAA ITEM LIST _ `.UNIT•ERICE .- tITEM ,SPEC• • • I 'EM.DESCRIP'PION n1IN.FIGURES`.. .TOTAL AMOUNT NO.-. ;,NO ;QUANTITY "..x. = (PRICE\VRI`ITEN IN•WORD). . :-. . -. - DOLLARS '_-.CENTS' DOLLARS T„' CBNTS.. NO.8 AWG,600V,1/C AIRFIELD LIGHTING CABLE Tvur—�a11gr-s +h_ k s 3O lOcdO00 1 L-108 25,300 LF AT Y G e g1 PER LINEAR FOOT NO.8 AWG,5KV,1/C AIRFIELD LIGHTINGCABLE 2 L-108 12,500LF AT 1."()ih(-�('}IIQS- 1 -Ckv C enks S® PER LINEAR FOOT NO.6 AWG COUNTERPOISE WIRE 3 L-108 715 LF AT 1 1vCCl \ IChS--,s1- i11'ky I Li' g� 75 PER LINEAR FOOT NO 6 AWG COUNTERPOISE WIRE AND TRENCH 0 4 L-108 220 LF AT One \r\L.tr1 t'C'� �{?ilP(��ti/ ®����.� 110• /, 100 00 5-0 PER LINEAR FOOT 2-INCH DIA.PVC CONDUIT IN TURF 00) 5 L-110 730LF AT (\e \ A!\A- 4 - 1 h'F•/ `$g t3-0110 Tho\`etc- e J CCC('\ S PER LINEAR FOOT 2-INCH DIA PVC COATED RGS CONDUIT IN TURF 6 L-110 150 LF AT \ ( kur retk \-0 �Ive a 4 5 L° 36,1so G° 01 t alr-S e SO C e rA S PER LINEAR FOOT SINGLE AIRPORT OBSTRUCTION LIGHT ASSEMBLY WITH NEW BASE 7 L-119 2EACH AT-1 ree r`Qt1SC6(�C' I. \ve k1AAAre& 500 Go -7,O0o GC }_)o \cks`S err Ce'` `ks PER EACH DOUBLE AIRPORT OBSTRUCTION LIGHT ASSEMBLY ON EXISTING BASE i ` t G✓ CsrJ 8 L-119 2EACH AT I(A Q r�(ItACA(\C� S\X \t"t \ re.&. Q,630 55 0 \y o11elr. —±ev-C) CerAS PER EACH OBSTRUCTION LIGHT TRANSFORMER/DISCONNECT w G[J 9 L-119 1 EACH AT III} COr\ k A �reA S 50 50 -cTh (-)\\Qty' e5'( PER EACH PROPOSAL-5 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS ALTERNATE BID NO 1 ='FAA TTEM•LIST UNIT PRICE 1 ITEM SPEC• - • ITEM DESCRIPTION - .IN FIGURES -: =TOTAL AMOUNT NO}. ._NO.' QUANTITY ._ _ IPRICE,WRITTEMIN WORD) . A ._, - ._. _ DOLLARS.., CENTS. DOLLARS ,CENTS REMOVAL OF EXISTING PRECISION APPROACH PATH INDICATOR (PAPI)- SYSTEM I_ l i 10 L-125 4EACH AT ;f\-ee, �(�( (SC{n(� 4-(A)0 yhuti-,A G0 31Q00 �D SCO kQrS eq:),C) C- PER EACH REMOVAL OF EXISTING RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM 11 L-125 4 EACH AT \U.)cJ T \(}Gi tour k h n, -e.AC 600 °° 1,Cgrv' C'S-o C er•N sj PER EACH REPLACEMENT OF EXISTING R/W EDGE LIGHT WITH MEDIUM INTENSITY R/W LIGHT(L-861)ON EXISTING BASE 12 L-125 39 EACH ;Tr( WLT 1 (� -"."\-\/-T\/ O(.A. Gk1\c Or e. NAA c\re,c � 1a� co sa G co 4We!\cy Tour- Zero +1\- PER EACH REPLACEMENT OF EXISTING R/W THRESHOLD LIGHT WITH MEDIUM INTENSITY R/W LIGHT(L-861E)ON EXISTING BASE O 0 13 L-125 24 EACH AT 1(�}o T`1� C) A\SO(f\(y 0r "1A.OA l�C(� '3 t .0 ?SO -\w-e f\ki k)o 1 l£\ S •C'riz) CecT\-s PER EACH REPLACEMENT OF EXISTING TAXIWAY GUIDANCE SIGN ASSEMBLY (L-858, 4 CHARACTERS,SIZE 2,STYLE 2,CLASS 2)ON EXISTING BASE� t 14 L-125 4 EACH AT E 8,COCA U �l"�(}(.(�Q(1 ��\re 4 lul\ 1350 y 1 00 GO t r tq 9y Ckr.5 PER EACH REPLACEMENT OF EXISTING TAXIWAY GUIDANCE SIGN ELECTRICAL COMPONENTS i 1 15 L-125 4EACH AT Seoen tl l�q (`re 0\ \�r 700' D,^�jOC) _ GC1 1 O C Q(\T3 PER EACH v` REPLACEMENT OF EXISTING PRECISION APPROACH PATH INDICATOR (PA�PII))�SYSSTEM(L-881),STYLE A,2 LAMP)ON EXISTING`_ BASE a C� 16 L-125 4EACH AT { q A) \ �f �'\'L'.N -V\gu,.Jgr o al,c100 01 Goo 00 (ll Uo \ot f S �z` e S- GPER (l\ne 1�\An .r-�. EAcH REPLACEMENT OF EXISTING RUNWAY END IDENTIFIER LIGHT(REIL) SYSTEM(L-849(L),STYLE C)ON EXISTING BASE ` 17 L-125 4EACH AT t \Ade,�\�� ck,\� , S,,ouSC1(1 �$` (� G� 119 csoo )P11�1\ �l\ATP.(! �✓C)l IACo PER EACH RE-MOUNTING OF EXISTING WIND CONE TRANSFORMER ON EXISTING BASE \- , 18 L-125 1 EACH AT 1 ��e "��\Q�,, sa 70( v \UJ1 �� 5 Goo oo 5 Goo ' rO Ce(\\•S PER EACH { ' PROPOSAL-6 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS ALTERNATE BID NO 1 ,. FAA ITEM LIST UNIT PRICE ITEM SPEC ITEM DESCRIPTION IN FIGURES' .TOTAL AMOUNT . ,. NO. NO. QUANTITY (PRICE WRITTEN IN WORD) DOLLARS CENTS DOLLARS. CENTS' ELECTRICAL JUNCTION CAN(NON-LOAD BEARING) 19 L-125 1 EACH AT-TCA)Ci r (:\ -1 A)Ch kl C\reA 00 7.;(7,,\(\\--1 '-OcA\okrs ceA\-s PER EACH CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 00 20 L-125 1 TRIP ATT.11 e "V V\0 k_ASclf r 0 LA.7 CO 31ti©0 tsf Go e-bo \ckv-,s C CPA'S PER EACH MAINTENANCE AND PROTECTION OF TRAFFIC 21 M-100 1 LS AT Di3-1 5 -15 St v erN\11::'•\) ok\ckrs CeAlr"--PER LUMP SUM PROJECT SURVEY AND STAKEOUT 22 M-150 1 LS AT V: --\- f\OU 01,AC\ +"\\;e_. kkArNz-e_A r- ( '300 oc) (BiSCO co c\n\\OA.C-1. Cerv\-n PER LUMP SUM MOBILIZATION 23 M-200 1 LS ATUJ1 ero cerOz PER LUMP SUM TOTAL PRICE(WRITTEN IN WOW DOLLARS. CENTS , . . C Vy *A-kr-et -k--\\ou!,,:esA Vlu A Are (\ 3 Apou ,c)k es okr-NA 3e0er‘\-y Plve_ Cen PROPOSAL-7 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS ADD ON BID NO 1 YAK' -;Y" , , ITEM -? ' . 'ITENIDESORIPTioN : . Ii FIGURES TOTAL AMOUNT1. NO NO.:. ,ouANTrry . "(PRICE,WRITIENIN-WORD),-,-: .22 . . DOLLARS ,CENTS DOLLARS CENTS NO 8 AWG,600V,1/C AIRFIELD LIGHTING CABLE 3o 157011-1e. DO (10-12,2AN° 4111(2-4y CP-r4S 60200 1 L-108 14,000 LF AT , • TOTAL PIIIQg,,(1,17,RITTOITC,IVORI)) — „, • , , p0k+Ajz?„ PENT? • 1,•. ° n - —,‘"? — • "0 -4w6 - 6026o -° "- ze40 PROPOSAL-8 ELIZABETH HELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS ADD ON BID NO.2 -:c - :'FAP: . -_ :: - -s. .1TEb1LIST- - wUNIT.PRICE ' ':' ..' ,, •, ITEM ::SPEC,` .ITEM DESCRIPTION. _ .4, ."._..:IN FIGURES. .TOTAL AMOUNT_ _._NO. ". .-'NO.. :QUANTITY ., . -:".. ._., (PRICE!NRJTI'EN>IN'WORD)I_._: °-.. . ,_ '.. . DOLLARS' ..,; CENTS ',DOLLARS: '-. CENTS NO.8 AWG,600V,1/C AIRFIELD LIGHTING CABLE ,,,.... 14 Li6°I° 1 L-108 10,700LF AT /1-0(2•42a„, 13b Zlo c 4 41)ia ci2i45. ,•TOTAL "PRICE,(W_ ;RITTEN.`IN'=WOR)) `M: , - DOLLARS , 'CENTS' - .. ' .. r . •-$•a - , pc), 47 PROPOSAL-9 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS ADD ON BID NO.3 FAA • • • ITEM LIST UNIT PRICE ' " ITEM SPEC :ITEM DESCRIPTION - IN FIGURES" TOTAL AMOUNT NO. NO, QIiANTITY- . "'"(PRICE WRITTEN IN WORD) DOLLARS CENTS DOLLARS CENTS': NO.8 AWG,600V,1/C AIRFIELD LIGHTING CABLE 1 L-108 8,500 LF AT i DC a.. Oa-Z$ A ;‘.02-4/ 1 i 3e)-550 00 TOTAL PRICE(WRITTEN INWORD) . ' DOLLARS. CENTS Si. '. :':j.—,:--',.c7 'r t tbab.p.,3 36'5-',50 . ' PROPOSAL-10 Airfield Lighting and Signage Repairs The bidder states that this proposal is based upon prevailing wages in Suffolk County,NY 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 Contract Documents. The bidder proposes and agrees,if this Proposal is accepted,to contract in the form of contract specified with the Town of Southold/Fishers Island Ferry District(Owner),to furnish all necessary materials, equipment,machinery, tools, apparatus,means of transportation and labor necessary to complete the construction of the Airfield Lighting and Signage Repairs project in full and complete accordance with the shown,noted,described and reasonably intended requirements of the Contract Documents and Contract Drawings,to the full and entire satisfaction of the above said Owner,with a definite understanding that no money will be allowed for extra work except as set forth in the attached Contract Documents,for the unit prices listed for each item. BIDDER,IF AN INDIVIDUAL: BY: (Printed Name) (Signature) COMPANY NAME: ADDRESS: PHONE NO: DATE: PROPOSAL-11 Airfield Lighting and Signage Repairs BIDDER,IF A PARTNERSHIP(GIVE NAMES AND ADDRESSES OF EACH PARTNER): BY: (Printed Name) (Signature) COMPANY NAME: ADDRESS: PHONE NO: DATE: PARTNER'S PARTNER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: PARTNER'S PARTNER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: PROPOSAL-12 1 Airfield Lighting and Signage Repairs i BIDDER,IF A CORPORATI BY: Craig Hinck,Vice P sident LA (Printed Name&Title) (Signature) CORPORATION NAME: Hinck Electrical Contractor,Inc. ADDRESS: 75 Orville Drive,Suite 1 (SEAL) Bohemia,NY 11716 STATE OF CORPORATION CHARTER: New York, 1970 PHONE NO: 631-277-7700 • DATE: 8/26/15 PRESIDENT'S NAME: John G. Buck BUSINESS ADDRESS: 75 Orville Drive,Suite 1 Bohemia,NY 11716 VICE PRESIDENT SECRETARY • -8EGRE Y"S— R NAME: Craig Hinck NAME: Fred Finley BUSINESS BUSINESS ADDRESS:75 Orville Drive,Suite 1 ADDRESS: 75 Orville Drive, Suite 1 Bohemia,NY 11716 Bohemia,NY 11716 PROPOSAL-13 ' Airfield Lighting and Signage Repairs ATTACHMENTS TO PROPOSAL BIDDER and his/her surety, where appropriate,have completed and executed the attached documents which are identified below. Non-Collusive Bidding Certificate Resolution for Corporate Bidders Buy American Certification Certifications: - Certification of Non-Segregated Facilities - Debarment&Suspension Certification Bidder's Statement of Previous Contracts Subject to FRO Clause as Described in Section 70-21 Certification for Receipt of Addenda Statement of Surety's Intent Iranian Energy Sector Divestment Statement Certification of Compliance with the Iran Divestment Act Disadvantaged Business Enterprise Requirements Safety Plan Compliance Document(SPCD)Certification PROPOSAL-14 i 1 Airfield Lighting and Signage Repairs ' NON-COLLUSIVE BIDDING CERTIFICATE The Signer of this Bid declares: A. That he/she has carefully examined the annexed form of the Agreement and Contract. 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 knowledge and belief: 1. The prices in this Bid have been arrived at independently without collusion,consultation, communication or agreement,for the purpose of restricting competition,as to any matter relating to such prices with any other Bidder or with any competitor; 2. Unless otherwise required by law,the prices which have been quoted in this Bid have not been knowingly disclosed by the Bidder,and will not knowingly 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 rsUe. - / Affix Seal BIDDER: Hinck Ele -rca l Contractor,Inc. if Principal 7 is Corporation BY: Craig inck TITLE: Vire President STATE OF ill-UL) '1pkK ) S: COUNTY OF S ��ti- t f,/ � ) -141 On the .r( 2day of 163 lid-,20 l5 .before me personally came Craig Hinck to me known,who,being by me duly sworn,did swear and affirm that he/she resides at 262 Woodhollow Road, Great River NY ;that he/she is the Vice President of the Bidder herein and signs the foregoing Non-Collusive Certification on behalf of such Bidder;that he/she executed the foregoing Non-Collusive Certification;and that,to the best of his knowledge and belief,the statement made in the foregoing Non-Collusive ' 'cation is true. 0khca a 0. e44V1 NOT Y PUBLIC MY COMMISSION EXPIRES: BARBARA A. MCGIVNEY NOTARY PUBLIC-STATE OF NEW YORK (This form must be completed and submitted with the Proposal,) No. 01 MC6328934 Qualified in Suffolk County ' My Commission Expires August 10, 20Iq PROPOSAL-15 Airfield Lighting and Signage Repairs RESOLUTION FOR CORPORATE BIDDERS RESOLVED,that Craig Hinck be authorized (Name of Officer) to sign and submit the bid or proposal of this corporation for the following project: AIRFIELD LIGHTING AND SIGNAGE REPAIRS and to include in such bid or proposal the certificate as to non-collusion required by section one hundred three-d of the General Municipal Law as the act and deed of such corporation,and for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under penalties of perjury. The foregoing is a true and correct copy of the resolution adopted by Hinck Electrical Contractor, Inc. Corporation at a meeting of its Board of Directors held on the August day of is 20 15 Fred Finley (Sectart') (Seal) (This form must be completed and submitted with the Proposal.) PROPOSAL-16 Airfield Lighting and Signage Repairs BUY AMERICAN CERTIFICATION The contractor agrees to comply with 49 USC§50101,which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AIP-funded projects are produced in the United States,unless the FAA has issued a waiver for the product;the product is listed as an Excepted Article,Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must submit the appropriate Buy America certification(below)with all bids or offers on MP funded projects.Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. Type of Certification is based on Type of Project: There are two types of Buy American certifications. O For projects for a facility,the Certificate of Compliance Based on Total Facility(Terminal or Building Project)must be submitted. o For all other projects,the Certificate of Compliance Based on Equipment and Materials Used on the Project(Non-building construction projects such as runway or roadway construction;or equipment acquisition projects)must be submitted. Certificate of Buy American Compliance for Total Facility (Buildings such as Terminal,SRE,ARFF,etc.) As a matter of bid responsiveness,the bidder or offeror must complete,sign,date,and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC§ 50101 by selecting one of the following certification statements. These statements are mutually exclusive. Bidder must select one or the other(i.e.not both)by inserting a checkmark(V)or the letter"X". Bidder or offeror hereby certifies that it will comply with 49 USC.50101 by: a) Only installing steel and manufactured products produced in the United States;or b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing;or c) Installing products listed as an Excepted Article,Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement,the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic products 3. To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. 0 The bidder or offeror hereby certifies it cannot comply with the 100%Buy American Preferences of 49 USC§50101(a)but may qualify for either a Type 3 or Type 4 waiver under 49 USC§50101(b). By selecting this certification statement,the apparent bidder or offeror with the apparent low bid agrees: PROPOSAL-17 Airfield Lighting and Signage Repairs 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being •• requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination may results in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To furnish US domestic product for any waiver request that the FAA rejects. 5. To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver-The cost of components and subcomponents produced in the United States is more that 60%of the cost of all components and subcomponents of the"facility".The required documentation for a type 3 waiver is: a) Listing of all manufactured products that are not comprised of 100%US domestic content(Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non-domestic products in their entirety) b) Cost of non-domestic components and subcomponents,excluding labor costs associated with final assembly and installation at project location. c) Percentage of non-domestic component and subcomponent cost as compared to total "facility"component and subcomponent costs,excluding labor costs associated with final assembly and installation at project location. Type 4 Waiver—Total cost of project using US domestic source product exceeds the total project cost using non-domestic product by 25%.The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non-domestic product False Statements: Per 49 USC §47126,this certification concerns a matter • thin e jurisdiction of the Federal Aviation Administration and the making of a false,fictitious or f dule certification may render the maker subject to prosecution under Title 18,United States rode. August 26, 2015 Craig inck Date Signature Hinck Electrical Contractor, Inc. Vice President Company Name Title PROPOSAL-18 Airfield Lighting and Signage Repairs ** * * * Certificate of Buy American Compliance for Manufactured Products (Non-building construction projects,equipment acquisition projects) As a matter of bid responsiveness,the bidder or offeror must complete,sign,date,and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC§ 50101 by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other(not both)by inserting a checkmark(V)or the letter"X". IA Bidder or offeror hereby certifies that it will comply with 49 USC§ 50101 by: a) Only installing steel and manufactured products produced in the United States,or; b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing,or; c) Installing products listed as an Excepted Article,Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement,the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic product 3. To furnish US domestic product for any waiver request that the FAA rejects 4. To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. 0 The bidder or offeror hereby certifies it cannot comply with the 100%Buy American Preferences of 49 USC§50101(a)but may qualify for either a Type 3 or Type 4 waiver under 49 USC §50101(b). By selecting this certification statement,the apparent bidder or offeror with the apparent Iow bid agrees: 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination may result in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver-The cost of the item components and subcomponents produced in the United States is more that 60%of the cost of all components and subcomponents of the"item".The required documentation for a type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100% US domestic content(Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108;products of unknown origin must be considered as non-domestic products in their entirety) b) Cost of non-domestic components and subcomponents,excluding labor costs associated with final assembly at place of manufacture. PROPOSAL-19 Airfield Lighting and Signage Repairs c) Percentage of non-domestic component and subcomponent cost as compared to total "item"component and subcomponent costs,excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver—Total cost of project using US domestic source product exceeds the total project cost using non-domestic product by 25%.The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non-domestic product False Statements: Per 49 USC §47126,this certification concern matter w' 'n the jurisdiction of the Federal Aviation Administration and the making of a false, ' titious or. audulent certification may render the maker subject to prosecution under Title 18,Unit-• States Code. August 26,2015 i Date Signature Hinck Electrical Contractor,Inc. Vice President Company Name Title (These forms must be completed and submitted with the Proposal.) PROPOSAL-20 Airfield Lighting and Signage Repairs CERTIFICATIONS BIDDER'S NAME: Hinck Electrical Contractor,Inc. ADDRESS: 75 Orville Drive,Suite 1 Bohemia,NY 11716 TELEPHONE NO.: 631-277-7700 FAX NO. 631-277-7833 IRS EMPLOYER IDENTIFICATION NUMBER: 1 1-221 5346 NOTICE OF NONSEGREGATED FACILITIES REQUIREMENT Notice to Prospective Federally Assisted Construction Contractors 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a federally- assisted construction contract exceeding$10,000 which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving federally-assisted construction contract awards exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed$10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 3. The penalty for making false statements in offers is prescribed in 18 U.S.C. § 1001. Notice to Prospective Subcontractors of Requirements for Certification of Non-Segregated Facilities 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a subcontract exceeding$10,000,which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed$10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 3. The penalty for making false statements in offers is prescribed in 18 U.S.C. § 1001. CERTIFICATION OF NON-SEGREGATED FACILITIES The federally-assisted construction contractor certifies that she or he does not maintain or provide,for his employees,any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location,under his control,where segregated facilities are maintained. The federally-assisted construction contractor certifies that she or he will not maintain or provide,for his employees,segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification,the term"segregated facilities"means any waiting rooms,work areas, restrooms,and washrooms,restaurants and other eating areas,time clocks,locker rooms and other storage or dressing areas,parking lots,drinking fountains,recreation or entertainment areas,transportation,and PROPOSAL-21 Airfield Lighting and Signage Repairs housing facilities provided for employees which are segregated by explicit directives or are,in fact, • segregated on the basis of race,color,religion,or national origin because of habit,local custom,or any other reason. The federally-assisted construction contractor agrees that(except where she or he has obtained identical certifications from proposed subcontractors for specific time periods)she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. CERTIFICATE REGARDING DEBARMENT AND SUSPENSION(BIDDER OR OFFEROR) (Required for all contracts and subcontracts that exceed$25,000.) By submitting a bid/proposal under this solicitation,the bidder or offeror certifies that at the time the bidder or offeror submits its proposal that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION REGARDING DEBARMENT AND SUSPENSION(SUCCESSFUL BIDDER REGARDING LOWER TIER PARTICIPANTS) The successful bidder,by administering each lower tier subcontract that exceeds$25,000 as a"covered transaction",must verify each lower tier participant of a"covered transaction"under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror),above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to tell a higher tier that it was excluded or disqualified at the time it entere -the` overed transaction,the FAA may pursue any available remedy, including suspension and arme . Printed Name& itle: Craig inck Vice -resident , Signature: -----'4' Date: August 26,2015 (This certification must be completed and submitted with the Proposal.) PROPOSAL-22 Airfield Lighting and Signage Repairs BIDDER'S STATEMENT OF PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE AS DESCRIBED IN SECTION 70-21 The Bidder shall complete the following statement by checking the appropriate boxes. The Bidder has has not participated in a previous contract subject to the Equal Opportunity Clause prescribed by Executive Order 11246,as amended,of September 24, 1965. The Bidder has has not submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the Bidder has participated in a previous contract subject to the Equal Opportunity Clause and has not submitted compliance reports due under applicable filing requirements,the Bidder shall submit a compliance report on Standard Form 100, "Employee Information Report F.FO-1", attached to this proposal. CERTIFICATION FOR RECEIPT OF ADDENDA Receipt of the following Addenda is acknowledged: ADDENDUM NO.: None DATED: ADDENDUM NO.: DATED: ADDENDUM NO.: DATED: Hinck Electrical Contractor,Inc. (Firm or Corporation Making Bid) Craig Hinck,Vice President (Signature of Authorized Person) P.O.Address: 75 Orville Drive, Ste 1 Bohemia,NY 11716 Dated: September 9,2015 (This form must be completed and submitted with the Proposal.) PROPOSAL-23 Airfield Lighting and Signage Repairs STATEMENT OF SURETY'S INTENT TO: Town of Southfold We have reviewed the bid of Hinck Electrical Contractor, Inc. (Contractor) of 75 Orville Drive, Suite 1 Bohemia,NY 11716 (Address) for the Airfield Lighting and Signage Repairs project for which bids will be received on: July 21,2015 (Bid 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 become 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: Surety's Authorized Signature(s) ***THIS PAGE INCLUDED IN BID BOND-SEE ATTACHED ENVELOPE*** (Corporate seal,if any.If no seal,write"No Seal" across this place and sign.) ATTACH PROPOSAL GUARANTEE ATTACH POWER OF ATTORNEY (This form must be complete and submitted with the Proposal. Copies of this form may be filled out and attached to this page.) PROPOSAL-24 Airfield Lighting and Signage Repairs IRANIAN ENERGY SECTOR DIVESTMENT STATEMENT 1. Contractor/Proposer hereby represents that said Contractor/Proposer is in compliance with New York State General Municipal Law Section 103-g entitled"Iranian Energy Sector Divestment",in that said Contractor/Proposer has not: (a) Provided goods or services of$20 Million or more in the energy sector of Iran including but not limited to the provision of oil or liquefied natural gas tankers or products used to construct or maintain pipelines used to transport oil or liquefied natural gas for the energy sector of Iran;or (b) Acted as a financial institution and extended$20 Million or more in credit to another person for forty-five days or more,if that person's intent was to use the credit to provide goods or services in the energy sector in Iran. 2. Any Contractor/Proposer who has undertaken any of the above and is identified on a list created pursuant to Section 165-a(3)(b)of the New York State Finance Law as a person engaging in investment activities in Iran,shall not be deemed a responsible bidder pursuant to Section 103 of the New York State General Municipal Law. 3. Except as otherwise specifically provided herein,every Contractor/Proposer submitting a bid/proposal in response to this Request for Bids/Request for Proposals must certify and affirm the following under penalties of perjury: (a) "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 its knowledge and belief,that each bidder is not on the list created pursuant to NYS Finance Law Section 165-a(3)(b)." 4. Except as otherwise specifically provided herein,any Bid/Proposal that is submitted without having complied with subdivision(a)above,shall not be considered for award.In any case where the Bidder/Proposer cannot make the certification as set forth in subdivision(a)above,the Bidder/Proposer shall so state and shall furnish with the bid a signed statement setting forth in detail the reasons therefore.The Owner reserves its rights,in accordance with General Municipal Law Section 103-g to award the Bid/Proposal to any Bidder/Proposer who cannot make the certification,on a case-by-case basis under the following circumstances: (1) The investment activities in Iran were made before April 12,2012,the investment activities in Iran have not been expanded or renewed after April 12,2012,and the Bidder/Proposer has adopted,publicized and is implementing a formal plan to cease the investment activities in Iran and to refrain from engaging in any new investments in Iran;or (2) The Owner has made a determination that the goods or services are necessary for the Owner to perform its functions and that,absent such an exemption,the Owner would be unable to obtain the goods or services for which the Bid/Proposal is offered. Such determination shall be made by the Owner in writing and shall be a public document. 5. Bidder or Proposer shall sign and notarize the attached"Certification of Compliance with the Iran Divestment Act"form with your proposal. PROPOSAL-25 1 Airfield Lighting and Signage Repairs CERTIFICATION OF COMPLIANCE WITH THE IRAN DIVESTMENT ACT As a result of the Iran Divestment Act of 2012(the"Act"),Chapter 1 of the 2012 Laws of New York,a new provision has been added to State Finance Law(SFL) § 165-a and New York General Municipal Law § 103-g,both effective April 12, 2012. Under the Act,the Commissioner of the Office of General Services(OGS)will be developing a list of"persons"who are engaged in"investment activities in Iran" (both are defined terms in the law)(the"Prohibited Entities List"). Pursuant to SFL§ 165-a(3)(b),the initial list is expected to be issued no later than 120 days after the Act's effective date at which time it will be posted on the OGS website. By submitting a bid in response to this solicitation or by assuming the responsibility of a Contract awarded hereunder,each Bidder/Contractor,any person signing on behalf of any Bidder/Contractor and any assignee or subcontractor and,in the case of a joint bid,each party thereto,certifies,under penalty of perjury,that once the Prohibited Entities List is posted on the OGS website,that to the best of its knowledge and belief,that each Bidder/Contractor and any subcontractor or assignee is not identified on the Prohibited Entities List created pursuant to SFL§ 165-a(3)(b). Additionally,Bidder/Contractor is advised that once the Prohibited Entities List is posted on the OGS Website,any Bidder/Contractor seeking to renew or extend a Contract or assume the responsibility of a Contract awarded in response to this solicitation must certify at the time the Contract is renewed, extended or assigned that it is not included on the Prohibited Entities List. During the term of the Contract,should the Owner receive information that a Bidder/Contractor is in violation of the above-referenced certification,the Owner will offer the person or entity an opportunity to respond. If the person or entity fails to demonstrate that he/she/it has ceased engagement in the investment which is in violation of the Act within 90 days after the determination of such violation,then the Owner shall take such action as maybe appropriate including,but not limited to,imposing sanctions, seeking compliance,recovering damages or declaring the Bidder/Contractor in default. The Owner reserves the right to reject any bid or request for assignment for a Bidder/Contractor that appears on the Prohibited Entities List prior to the award of a contract and to pursue a responsibility review with respect to any Bidder/Contractor that is awarded a contract and subsequently appears on the Prohibited Entities List. I, Craig Hinck ,being-d'y sworn,deposes and says that he/she is the Vice President of the Hi Elect' al Contractor Inc. Corporation and that neither the Bidder/Contractor nor a • proposed ubcontractor is identified on the Prohibited Entities List. i SIGNED SWORN to before me this 23 day of , 20/6. Notary Public: ./ h 0. �(7/1 T/- BARBARA A. MCGIV (This form must be completed and submitted with the Proposal.) NOTARY PUBLIC-STATE OF NEW YORK No. 01MC6328934 Qualified in Suffolk County PROPOSAL-26 My Commission Expires August 10, 2O/ Airfield Lighting and Signage Repairs DISADVANTAGED BUSINESS ENTERPRISE(DBE)STATEMENT The requirements of 49 CNK Part 26,Regulations of the U.S.Department of Transportation,apply to this contract. It is the policy of the Sponsor to practice nondiscrimination based on race,color,sex,or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit proposals. Award of this contract will be conditioned upon satisfying the DBE requirements of this contract. These requirements apply to all bidders,including those who qualify as a DBE. A DBE contract goal of 1.2 percent has been established for this contract. The bidder shall make good faith efforts,as defined in Appendix A,49 CFR Part 26,to meet the contract goal for DBE participation in the performance of this contract. Excerpts from 49 CPR Part 26 are included in Section 70-21.13. Within 15 days after the opening of bids and before award of the contract,all bidders wishing to remain in competition for award of this contract shall submit The Contractor's DBE Plan to the Owner. The Contractor's DBE Plan Form and DBE Letter Of Intent Form are located at the end of Section 70.The website for the Unified Certification Program directory in the state of New York is: http://www.nysucp.net/. CERTIFICATION OF BIDDER: The undersigned bidder will satisfy the DBE requirements of these specifications in the following manner(please check the appropriate space): The bidder is committed to meeting or exceeding the DBE utilization goal stated above on this contract. The bidder,if unable to meet the DBE utilization goal stated above,is committed to a minimum of %DBE utilization on this contract,and will submit documentation demonstrating good faith efforts. SMALL BUSINESS PARTICIPATION: This Contract does not have a Small Business Element(SBE)set-aside. Name of Bidder's Firm: Hinck Electrical Contractor,Inc. Street Address: 75 Orville Drive,Suite 1 City: Bohemia State: New York zip: 11716 Bidder's Status: DBE: 0 Art Age of Firm: 45 Annual Gross Receipts of Firm: Please see a ached IRS Number: 11-2215436 ,, Craig Hinck,Vice Presiders Signature and Title (This form must be completed and submitted with the Proposal.) PROPOSAL-27 Airfield Lighting and Signage Repairs SAFETY PLAN COMPLIANCE DOCUMENT(SPCD) CERTIFICATION Project Location: Fishers Island,NY Project Name: Airfield Lighting&Signage Repairs @ Elizabeth Field Airport Contractor's Official Name: Hinck Electrical Contractor,Inc. Contact Person: Paul Stram Telephone: 631-277-7700 Ext. 110 Street Address: 75 Orville Drive,Suite 1 City: Bohemia State: New York Zip: 11716 Certification Statement: I certify that I have read the Construction Safety and Phasing Plan(CSPP)included in the Contract Documents and if awarded this Contract,I will abide by its requirements as written. I certify that I have read the Safety Plan Compliance Document(SCPD)included in the Contract Documents and if awarded this Contract,I will abide by its requirements as written; I certify that I will provide the information required in the SCPD .;or to th start of construction work,if awarded this Contract,and that I will provide any additional i irmation quested by the Owner. Craig Hinck Printed Name of Signer .ignatu Vice President August 26,2015 Title Date (THIS FORM MUST BE COMPLETED AND SUBMI'TT'ED WITH PROPOSAL) END OF PROPOSAL PROPOSAL-28 PROPOSAL FOR CONSTRUCTION OF THE AIRFIELD LIGHTING AND SIGNAGE REPAIRS AT ELIZABETH FIELD AIRPORT FISHERS ISLAND TOWN OF SOUTHOLD,NEW YORK TO: Town Clerk's Office 53095 Route 25 Southold,New York 11971 The undersigned,as bidder,hereby declares that he/she has examined the site of the work and informed himself/herself fully in regard to all conditions pertaining to the place where the work is to be done;that he/she has examined and read the Contract Documents and Contract Drawings for the work and all addenda relative thereto furnished prior to the opening of bids;that he/she has satisfied himself/herself relative to the work to be performed. The bidder understands that the advertisement,located in the front of these Contract Documents,contains the location and a description of the proposed construction,as well as indicates the place,date,and time of the proposal opening;information about a Pre-Bid conference,if scheduled,is contained in the advertisement;a listing of estimated quantities is located in the front of these Contract Documents;the time in which the work must be completed shall be in accordance with the subsection titled FAILURE TO COMPLETE ON TIME of Section 80. If the bidder considers that the time to complete the work is inadequate,they should not submit a bid. The bidder understands the quantities for bid items listed on the proposal sheets are estimated quantities only for the purpose of comparing bids;any difference between these estimated quantities and actual quantities required for construction shall not be taken as a basis for claims by the Contractor for extra compensation;compensation will be based upon the unit prices and actual construction quantities. —---- The bidder understands that the description under each item,being briefly-stated,implies, although it does - not mention,all incidentals and that the prices stated are intended to cover all such work,materials and incidentals as constitute bidder's obligations as described in the specifications and any details not specifically mentioned,but evidently included in the Contract shall be compensated for in the item which most logically includes it. The bidder understands that proposal guaranty shall be in the form of a bid bond or certified check in the amount of five percent(5%)of this-bid in accordance with the subsection titled BID GUARANTEE of Section 20;the proposal guaranty shall become the property of the Owner in the event the Contract and bond(s)are not executed within the time above set forth,as liquidated damages for the delay and additional expense to the Owner caused thereby. The bidder agrees that upon receipt of written notice of the acceptance of this proposal,bidder will execute the Contract attached within 15 days and deliver a Surety Bond or Bonds as required by the subsection titled REQUIREMENTS OF CONTRACT BONDS OF Section 30.The bidder further agrees to commence construction with an adequate work force,plant and equipment on the date stated in the written notice to proceed and will progress therewith to its completion within the time stated,and in accordance with this Contract and Specification. PROPOSAL-1 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND;TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS BASE BID FAA ITEM LIST UNIT PRICE ITEM SPEC ITEM DESCRIPTION IN FIGURES , TOTAL AMOUNT NO. NO. QUANTITY (PRICE WRITTEN IN WORD) DOLLARS CENTS DOLLARS CENTS NO 8 AWG,600V,1/C AIRFIELD LIGHTING CABLE 1 L-108 25,300 LF AT One Dollar and Fifty Cents $1. 50 $37,950.00 PER LINEAR FOOT NO 8 AWG,5KV,1/C AIRFIELD LIGHTING CABLE 2 L-108 12,500LF AT One Dollar and Fifty Cents $1. 50 $18,750.00 PER LINEAR FOOT NO 6 AWG COUNTERPOISE WIRE 3 L-108 715LF AT Two Dollars and Zero Cents $2.00 $1,430.00 PER LINEAR FOOT NO.6 AWG COUNTERPOISE WIRE AND TRENCH 4 L-108 220LF AT Three Dollars and Zero Cents $3.00 $660-00 PER LINEAR FOOT 2-INCH DIA PVC CONDUIT IN TURF 5 L-110 730LF AT Fifteen Dollars and Zero Cents $15.00 $10,950.00 PER LINEAR FOOT 2-INCH DIA.PVC COATED RGS CONDUIT IN TURF FiftyFive Dollars and Zero Cents $8,250.00 6 L-110 150 LF AT $5 5.0 0 PER LINEAR FOOT SINGLE AIRPORT OBSTRUCTION LIGHT ASSEMBLY WITH NEW BASE 7 L119 2EACH AT Three Thousand Two Hundred Fifty Five Dollars $3,255 00 $6,510 00 and Zero Cents PER EACH DOUBLE AIRPORT OBSTRUCTION LIGHT ASSEMBLY ON EXISTING BASE 8 L-119 2EACH AT One Thousand Nine Hundred Eighty Eight Dollars$1 988 00 $3,976.00 and Zero Cents PER EACH OBSTRUCTION LIGHT TRANSFORMER/DISCONNECT 9 L-119 1EACH ATTwo Thousand Two Hundred Seventy Nine Dollars $2,279.00 $2,279.00 and Zero Cents PER EACH PROPOSAL-2 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS BASE BID FAA ITEM LIST UNIT PRICE ITEM. "SPECITEM DESCRIPTION IN FIGURES. TOTAL AMOUNT NO. NO. QUANTITY - (PRICE WRITTEN IN WORD) DOLLARS CENTS DOLLARS CENTS REMOVAL OF EXISTING PRECISION APPROACH PATH INDICATOR(PAH)SYSTEM 10 L-125 4EACH AT Two Thousand Five Hundred Dollars and Zero $2,500.00 $10,000 00 Cents PER EACH REMOVAL OF EXISTING RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM 11 L-125 4EACH AT One Thousand Five Hundred Ninety Dollars and $1,590.00 $6,360.00 Zero Cents PER EACH REPLACEMENT OF EXISTING R/W EDGE LIGHT WITH MEDIUM INTENSITY R/W LIGHT(L-861(L))ON EXISTING BASE 12 L125 39 EACH AT Seven Hundred Sixty Six Dollars and Zero $766.00 $29,874.00 Cents PER EACH REPLACEMENT OF EXISTING R/W THRESHOLD LIGHT WITH MEDIUM INTENSITY R/W LIGHT(L-861E(L))ON EXISTING BASE Eight Hundred TwentyFour Dollars and Zero $824.00 $19,776.00 13 L-125 24 EACH AT g Cents PER EACH REPLACEMENT OF EXISTING TAXIWAY GUIDANCE SIGN ASSEMBLY (L-858,4 CHARACI ERS,SIZE 2,STYLE 2,CLASS 2)ON EXISTING BASE Two Thousand Eight Hundred Ninety Dollars 14 L-125 4 EACH AT $2,890.00 $11,560.00 and Zero Cents PER EACH REPLACEMENT OF EXISTING TAXIWAY GUIDANCE SIGN ELECTRICAL COMPONENTS 15 L-125 4EACH AT One Thousand Five Hundred Fifty Five Dollars $1,550.00 $6,200.00 and Zero Cents PER EACH REPLACEMENT OF EXISTING PRECISION APPROACH PATH INDICATOR - (PAM)SYSTEM(L-881(L),STYLE A,2 LAMP,LED)ON EXISTING BASE $19,880.00 $79,520 00 16 L-125 4 EACH ATNineteen Thousand Eight Hundred Eighty Dollars and Zero Cents PER EACH REPLACEMENT OF EXISTING RUNWAY END IDENTIFIER LIGHT(REIL) SYSTEM(L-849(L),STYLE C)ON EXISTING BASE 17 L-125 4EACH AT Fifteen Thousand Five Hundred Eighty Eight $15,588.00 $62,352.00 Dollars and Zero Cents PER EACH RE-MOUNTING OF EXISTING WIND CONE TRANSFORMER ON EXISTING BASE 18 L-I25 IEACH AT Two Thousand Two Hundred Eighty Nine Dollars $2,289.00 $2,289 00 and Zero Cents PER EACH PROPOSAL-3 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS BASE BID FAA ITEMLIST UNIT PRICE ITEM SPEC ITEM DESCRIPTION ' IN FIGURES. TOTAL AMOUNT. NO... "NO. QUANTITY _". (PRICE WRITTEN.IN WORD) . DOLLARS . CENTS DOLLARS CENTS ELECTRICAL JUNCTION CAN(NON-LOAD BEARING) 19 L-125 1 EACH AT Two Thousand Five Hundred Dollars and Zero $2,500.00 $2,500 00 Cents PER EACH CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK Four Thousand Five Hundred Dollars and Zero $4,500.00 $4,500 00 20 L-125 1 TRIP AT Cents PER EACH MAINTENANCE AND PROTECTION OF TRAFFIC 21 M-100 1 LS AT Fifty Six Thousand Five Hundred Dollars and $56,500.00 $56,500.00 Zero Cents PER LUMP SUM PROJECT SURVEY AND STAKEOUT 22 M-150 ILS ATEighteen Thousand Five Hundred Dollars and $18,500.00 $18,500 00 Zero Cents PER LUMP SUM MOBILIZATION 23 M-200 us AT Thirteen Thousand Dollars and Zero Cents $13,000.00 $13,000.00 PER LUMP SUM TOTAL PRICE(WRITTPN"IN WORD) DOLLARS CENTS: Four"Hundred Thirteen, Thousand Six; Hundred. :Eighty "Six •Dollars: and Zero '$413,0.6.00. Cents . . — -- ,_____- PROPOSAL-4 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS ALTERNATE BID NO.1 FAA' ITEM LIST UNIT PRICE °_ ITEM- SPEC.` ITEM DESCRIPTION INFIGURES 'TOTAL AMOUNT ,.. NO. '. NO. 'QUANTITX . .'.: _, f.- . (PRICE WRI7TEN.IN WORD}i. DOLI ARS: . .CENTS ;DOLLAES .CENTS'' NO 8 AWG,600V,1/C AIRFIELD LIGHTING CABLE 1 L-108 25,300LF AT One Dollar and Fifty Cents $1.50 $37,950.00 PER LINEAR FOOT NO.8 AWG,5KV,1/C AIRFIELD LIGHTING CABLE 2 L-108 12,500 LF AT One Dollar and Fifty Cents $1.50 $18,750.00 PER LINEAR FOOT NO.6 AWG COUNTERPOISE WIRE 3 L-108 715 LF AT Two Dollars and Zero Cents $2.00 $1,430.30 PER LINEAR FOOT NO 6 AWG COUNTERPOISE WIRE AND TRENCH 4 L-108 220LF AT Three Dollars and Zero Cents $3.00 $660. 30 PER LINEAR FOOT 2-INCH DIA.PVC CONDUIT IN TURF 5 L-110 730LF AT Fifteen Dollars and Zero Cents $15. )0 $10,950.00 PER LINEAR FOOT 2-INCH DIA.PVC COATED RGS CONDUIT IN TURF 6 L-110 150LF AT Fifty Five Dollars and Zero Cents $55.00 $8,250.00 PER LINEAR FOOT SINGLE AIRPORT OBSTRUCTION LIGHT ASSEMBLY WITH NEW BASE 7 L-119 2EACH AT Three Thousand Two Hundred Fifty Five Dollars and $3,255.00 $6,510.00 Zero Cents PER EACH DOUBLE AIRPORT OBSTRUCTION LIGHT ASSEMBLY ON EXISTING BASE 8 L-119 2EACH AT One Thousand Nine Hundred Eighty Eight Dollars and $1,988.00 $3,976.00 Zero Cents PER EACH OBSTRUCTION LIGHT TRANSFORMER/DISCONNECT 9 L-119 1EACH AT Two Thousand Two Hundred Seventy Nine Dollars and $2,279.00 $2,279.00 Zero Cents PER EACH PROPOSAL-5 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS ALTERNATE BID NO 1 FAA : ITEM LIST UNIT PRICE ITEMSPEC ITEM DESCRIPTION IN FIGURES TOTAL AMOUNT ' NO._ NO... QUANTITY - , (PRICE WRITTEN IN WORD) DOLLARS CENTS DOLLARS CENTS REMOVAL OF EXISTING PRECISION APPROACH PATH INDICATOR (PAPI)SYSTEM 10 L-125 4EACH AT Two Thousand Five Hundred Dollars and Zero Cents $2,500.30 $10,000.00 PER EACH REMOVAL OF EXISTING RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM 11 L-125 4EACH AT One Thousand Five Hundred Ninety Dollars and Zero $1,590.00 $6,360.00 Cents PER EACH REPLACEMENT OF EXISTING R/W EDGE LIGHT WITH MEDIUM INTENSITY R/W LIGHT(L-861)ON EXISTING BASE $700.00 $27,300.30 12 L-125 39 EACH AT Seven Hundred Dollars and Zero Cents PER EACH REPLACEMENT OF EXISTING R/W THRESHOLD LIGHT WITH MEDIUM INTENSITY 111W LIGHT(L-861E)ON EXISTING BASE 13 L-125 24 EACH AT Eight Hundred Dollars and Zero Cents $800.00 $19,200.00 PER EACH REPLACEMENT OF EXISTING TAXIWAY GUIDANCE SIGN ASSEMBLY (L-858,4 CHARACTERS,SIZE 2,STYLE 2,CLASS 2)ON EXISTING BASE 14 L125 4EACH AT Two Thousand Eight Hundred Ninety Dollars and $2,890.00 $11,560.00 Zero Cents PER EACH REPLACEMENT OF EXISTING TAXIWAY GUIDANCE SIGN ELECTRICAL COMPONENTS 15 _ L125 4EACH AT One Thousand Five Hundred Fifty Dollars and Zero $1,550.30 $6,200.00 Cents PER EACH REPLACEMENT OF EXISTING PRECISION APPROACH PATH INDICATOR (PAPI)SYSTEM(L-881),STYLE A,2 LAMP)ON EXISTING BASE 16 L-125 4 EACH AT Seventeen Thousand Five Hundred Fifty Nine Dollars $17,559. 30 $70,236.00 and Zero Cents PER EACH REPLACEMENT OF EXISTING RUNWAY END IDENTIFIER LIGHT(REIL) SYSTEM(L-849(L),STYLE C)ON EXISTING BASE 17 L-125 4EACH AT Fourteen Thousand Five Hundred Fifty Eight Dollars $14,558.30 $58,232. 30 and Zero Cents PER EACH RE-MOUNTING OF EXISTING WIND CONE TRANSFORMER ON EXISTING BASE 18 L-125 1EACH AT Two Thousand Two Hundred Eighty Nine Dollars and $2,289.00 $2,289.30 Zero Cents PER EACH PROPOSAL-6 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS ALTERNATE BID NO 1 -;FAA • ITEM LIST = UNIT PRICE .ITEM •,SPEC a' ' - ITEM DESCRIPTION , '" IN-FIGURES ;':TOTAL AMOUNT NO. ``NO. 'QUANTITY. - , - . .(PRICE WRII'I•>:NINWORD)" -, . DOLLARS. .- CENTS "DOLLARS CENTS ELECTRICAL JUNCTION CAN(NON-LOAD BEARING) 19 L-125 LEACH AT Two Thousand Five Hundred Dollars and Zero Cents $2,500.00 $2,500.00 PER EACH CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 20 L-125 1TRIP AT Four Thousand Five Hundred Dollars and Zero Cents $4,500.00 $4,500 00 PER EACH MAINTENANCE AND PROTECTION OF TRAFFIC 21 M-100 1I AT Fifty Six Thousand Five Hundred Dollars and Zero $56,500.00 $56,500.00 Cents PER LUMP SUM PROJECT SURVEY AND STAKEOUT 22 M-150 1LS AT Eighteen Thousand Five Hundred Dollars and Zero $18,500-00 $18,500.00 Cents PER LUMP SUM MOBILIZATION 23 M-200 ILS AT Thirteen Thousand Dollars and Zero Cents $13,000.00 $13,000.00 PER LUMP SUM TOTAL'PRICE'` rkti'N'IN**or: • DOLLARS CENTS„ --- Three Hundred Ninety ;Seiren .Thousand 'One,'Fiundred Thirty Two Zollars;-and Zero'"Cents "$-397',132'.00 PROPOSAL-7 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS ADD ON BID NO.1 FAP- • .ITEIvb LIST UNIT PRICE ITEM: -SPEC , ~ .", ITEkDESCRIPTION• '.114 FIGURES"". 'TOTAL AMOUNT, NO.. . '"Na.,'QUANTITY. • (PRICE WRITIEN'LN..W.ORD) :..... DOLLARS. ", CENTS...DOLsLARS.r CENTS'. NO.8 AWG,600V,1/C AIRFIELD LIGHTING CABLE 1 L-108 14,000LF AT One Dollar and Fifty Cents $1.50 $21,000 00 TOTALS PRICE:(WRITTENIN WORD)::. DOLLARS CENTS Twenty.One Thousand:Dol=Ears arid,Zero 'Cents $21,;000.'00`_ PROPOSAL-8 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS ADD ON BID NO.2 - 7.,F26±4, _ , ,• 1 ITEM SPEC " - ITEM DESCRIPTION : :TOTAL Anfodur :QUANTIFY -: . (PRICEIVRI WORt)1'. - , 6ENt§.., NO.8 AWG,600V,1/C AIRFIELD LIGHTING CABLE 1 L-108 10,700 LF AT One Dollar and Fifty Cents $1.5 0 $16,050.00 ' • ' ":•- — t0TAIL-PRI6t(WRITTESTiN WORD) - 2 CENTS 1-•-z ' •-•",,-;; •r-„"K , •6'p;te'exi INtlioiisand, Fifty Dollars and Zero •Cents• -;7 , -• - ef: , $3:6;06'0°.'00 ' _ - - -- --- _ _ PROPOSAL-9 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS ADD ON BID NO 3 ITEM'LIST ,UN1T PRIG&:,.'_ [I Elva SPEC` ti,4 ITEM DESCRIPTION' s.. IN.FIGURES .,TOTAL AMOUNT' QUANTITY:- .'' (PRICEWR117.FEN`INWORDj .:,? -. ;" =DOLLARS.:"._CENTS ,DOI:IARS CENTS NO.8 AWG,600V,1/C AIRFIELD LIGHTING CABLE I L-108 8,500 LF AT One Dollar and Fifty Cents $1 50 $12,750.00 _ -. . :DOLLARS. :CENTS . - _ }�TOTAL'PRICE,(WRITTEN IN'WORD) Twelve,:Thousand Seven Hundred, Fifty Dollars:¢and'Zero Cents $12,750 00'... PROPOSAL-10 Airfield Lighting and Signage Repairs The bidder states that this proposal is based upon prevailing wages in Suffolk County,NY 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 Contract Documents. • The bidder proposes and agrees,if this Proposal is accepted,to contract in the form of contract specified with the Town of Southold/Fishers Island Ferry District(Owner),to furnish all necessary materials, equipment,machinery,tools,apparatus,means of transportation and labor necessary to complete the construction of the Airfield Lighting and Signage Repairs project in full and complete accordance with the shown,noted,described and reasonably intended requirements of the Contract Documents and Contract Drawings,to the full and entire satisfaction of the above said Owner,with a definite understanding that no money will be allowed for extra work except as set forth in the attached Contract Documents,for the unit prices listed for each item. BIDDER,IF AN INDIVIDUAL: BY: (Printed Name) (Signature) COMPANY NAME: ADDRESS: PHONE NO: DATE: PROPOSAL-11 Airfield Lighting and Signage Repairs BIDDER,IF A PARTNERSHIP(GIVE NAMES AND ADDRESSES OF EACH PARTNER): BY: (Printed Name) (Signature) COMPANY NAME: ADDRESS: PHONE NO: DATE: PARTNER'S PARTNER'S NAME: NAME: BUSINESS BUSINESS _ ___ - ADDRESS: -- -- _ - -- ADDRESS:- - - -- — PARTNER'S PARTNER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: PROPOSAL-12 Airfield Lighting and Signage Repairs BIDDER,IF A CORPORATION: BY: Kevin O'Neil-President . (Printed ame&Title) (Signature) CORPORATION NAME: Kobo Utility COnstruction Corp. ADDRESS: 4 Victory Drive P.o. Box 578 (SEAL) Sandwich, MA 02563 STATE OF CORPORATION CHARTER: MA PHONE NO: 508-888-2255 DATE: 9/8/15 PRESIDENT'S NAME,: Kevin O'Neil ------ __ — _ ADDRESS: 4 Victory Drive P.O. Box 578 Sandwich, MA 02563 SECRETARY'S TREASURER'S NAME. Nancy O'Neil NAME: Kevin O'Neil BUSINESS BUSINESS ADDRESS: 4 Victory Drive P.O. Box 578 ADDRESS: 4 Victory Drive P.O. Box 578 Sandwich, MA 02563 Sandwich, MA 02563 PROPOSAL-13 Airfield Lighting and Signage Repairs NON-COLLUSIVE BIDDING CERTIFICATE The Signer of this Bid declares: A. That he/she has carefully examined the annexed form of the Agreement and Contract. 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 knowledge and belief: 1. The prices in this Bid have been arrived at independently without collusion,consultation, communication or agreement,for the purpose of restricting competition,as to any matter relating to such prices with any other Bidder or with any competitor; 2. Unless otherwise required by law,the prices which have been quoted in this Bid have not been knowingly disclosed by the Bidder,and will not knowingly 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: Kobo Utility Constructio Corp. if Principal , � /) � is Corporation BY: C! (:)„„/ TITLE: Pr-P STATE OF Massachusetts ) SS: COUNTY OF Barnstable ) On the 8th day of septembe 2015 ,before me personally came Kevin O'Neil to me known,who,being by me duly sworn,did swear and affirm that he/she resides at 4 Victory Dr. Sandwich, MA 02563 ;that he/she is the President of the Bidder herein and signs the foregoing Non-Collusive Certification on behalf of such Bidder;that he/she executed the foregoing Non-Collusive Certification;and that,to the best of his knowledge and belief,the statement made in the foregoing Non-Collusive Certification is true. t_Q,(00/0.e.A., NOT.(' PUBLIC MY COMMISSION EXPIRES: January 14, 2016 (This form must be completed and submitted with the Proposal.) .mow.. REBECCA L. BAKER Notary Public � COMMONWEALTH OF MASSACHUSETTS PROPOSAL-15 t VUB My Commission Expires e) January 14, 2016 oe+C Airfield Lighting and Signage Repairs RESOLUTION FOR CORPORATE BIDDERS RESOLVED,that Kevin O'Neil be authorized (Name of Officer) to sign and submit the bid or proposal of this corporation for the following project: AIRFIELD LIGHTING AND SIGNAGE REPAIRS and to include in such bid or proposal the certificate as to non-collusion required by section one hundred three-d of the General Municipal Law as the act and deed of such corporation,and for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under penalties of perjury. The foregoing is a true and correct copy of the resolution adopted by Kobo Utility Construction Corp. Corporation at a meeting of its Board of Directors held on the 8th 1 f ay of 9,20 15 i ?)AiLL/ (Secretary) (Seal) , --- - -- --— - --(This fa-Ili-must-be completed and submitted with the-Proposal.) - - .- . --- _ - - __- =— -- PROPOSAL-16 Airfield Lighting and Signage Repairs BUY AMERICAN CERTIFICATION The contractor agrees to comply with 49 USC§ 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goods used in ALP-funded projects are produced in the United States,unless the FAA has issued a waiver for the product;the product is listed as an Excepted Article,Material Or Supply in Federal Acquisition Regulation subpart 25.108;or is included in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must submit the appropriate Buy America certification(below)with all bids or offers on ALP funded projects.Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. Type of Certification is based on Type of Project: There are two types of Buy American certifications. • For projects for a facility,the Certificate of Compliance Based on Total Facility(Terminal or Building Project)must be submitted. • For all other projects,the Certificate of Compliance Based on Equipment and Materials Used on the Project(Non-building construction projects such as runway or roadway construction;or equipment acquisition projects)must be submitted. Certificate of Buy American Compliance for Total Facility (Buildings such as Terminal,SRE,ARFF, etc.) As a matter of bid responsiveness,the bidder or offeror must complete,sign,date,and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC§50101 by selecting one of the following certification statements. These statements are mutually exclusive. Bidder must select one or the other(i.e.not both)by inserting a checkmark(✓)or the letter"X". 0 Bidder or offeror hereby certifies that it will comply with 49 USC.50101 by: a) Only installing steel and manufactured products produced in the United States; or b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing; or c) Installing products listed as an Excepted Article,Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement,the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic products 3. To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. ® The bidder or offeror hereby certifies it cannot comply with the 100%Buy American Preferences of 49 USC§ 50101(a)but may qualify for either a Type 3 or Type 4 waiver under 49 USC§50101(b). By selecting this certification statement,the apparent bidder or offeror with the apparent low bid agrees: PROPOSAL-17 Airfield Lighting and Signage Repairs 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination may results in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To furnish US domestic product for any waiver request that the FAA rejects. 5. To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver-The cost of components and subcomponents produced in the United States is more that 60%of the cost of all components and subcomponents of the"facility".The required documentation for a type 3 waiver is: a) Listing of all manufactured products that are not comprised of 100%US domestic content(Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non-domestic products in their entirety) b) Cost of non-domestic components and subcomponents,excluding labor costs associated with final assembly and installation at project location. c) Percentage of non-domestic component and subcomponent cost as compared to total "facility"component and subcomponent costs,excluding labor costs associated with final assembly and installation at project location. Type 4 Waiver—Total cost of project using US domestic source product exceeds the total project cost using non-domestic product by 25%.The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non-domestic product - —False Statements:Per-49-USC_§47126,_thiscertification concerns a matterwithinthe jurisdiction of-the— - --- Federal Aviation Administration and the making of a false,fictitious or fraudulent certification may render the maker subject to prosecution under Title 18,United States Code. September 8, 2015 V Date Signature Kobo Utility Construction Corp. President Company Name Title PROPOSAL-18 Airfield Lighting and Signage Repairs Certificate of Buy American Compliance for Manufactured Products (Non-building construction projects,equipment acquisition projects) As a matter of bid responsiveness,the bidder or offeror must complete,sign,date,and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC§50101 by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other(not both)by inserting a checkmark(✓)or the letter"X". 0 Bidder or offeror hereby certifies that it will comply with 49 USC§50101 by: a) Only installing steel and manufactured products produced in the United States,or; b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing,or; c) Installing products listed as an Excepted Article,Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement,the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic product 3. To furnish US domestic product for any waiver request that the FAA rejects 4. To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. ® The bidder or offeror hereby certifies it cannot comply with the 100%Buy American Preferences of 49 USC§ 50101(a)but may qualify for either a Type 3 or Type 4 waiver under 49 USC§ 50101(b). By selecting this certification statement,the apparent bidder or offeror with the apparent low bid agrees: 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is - cause fora non-responsive determination may result in rejection of the proposal.-- 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver-The cost of the item components and subcomponents produced in the United States is more that 60%of the cost of all components and subcomponents of the"item".The required documentation for a type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100% US domestic content(Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108;products of unknown origin must be considered as non-domestic products in their entirety) b) Cost of non-domestic components and subcomponents,excluding labor costs associated with final assembly at place of manufacture. PROPOSAL-19 Airfield Lighting and Signage Repairs c) Percentage of non-domestic component and subcomponent cost as compared to total "item"component and subcomponent costs,excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver—Total cost of project using US domestic source product exceeds the total project cost using non-domestic product by 25%.The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non-domestic product False Statements: Per 49 USC§47126,this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false,fictitious or fraudulent certification may render the maker subject to prosecution under Title 18,United States Code. September 8, 2015 V 0,...,1/ - Date Signature Kobo Utility Construction Corp. President Company Name Title (These forms must be completed and submitted with the Proposal.) PROPOSAL-20 Airfield Lighting and Signage Repairs CERTIFICATIONS BIDDER'S NAME: Kobo Utility Construction Corp. ADDRESS: 4 Victory Drive P.o. Box 578 Sandwich, MA 02563 TELEPHONENO.: 508-888-2255 FAX NO. 508-888-2224 IRS EMPLOYER IDENTIFICATION NUMBER: 04-3415115 NOTICE OF NONSEGREGATED FACILITIES REQUIREMENT Notice to Prospective Federally Assisted Construction Contractors 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a federally- assisted construction contract exceeding$10,000 which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving federally-assisted construction contract awards exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed$10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 3. The penalty for making false statements in offers is prescribed in 18 U.S.C. § 1001. Notice to Prospective Subcontractors of Requirements for Certification of Non-Segregated Facilities 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a subcontract exceeding$10,000,which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed$10,000 and are not exempt from the provisions of the-Equal Opportunity Clause. 3. The penalty for making false statements in offers is prescribed in 18 U.S.C. § 1001. * * * * * CERTIFICATION OF NON-SEGREGATED FACILITIES The federally-assisted construction contractor certifies that she or he does not maintain or provide,for his employees,any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location,under his control,where segregated facilities are maintained. The federally-assisted construction contractor certifies that she or he will not maintain or provide,for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification,the term"segregated facilities" means any waiting rooms,work areas, restrooms,and washrooms,restaurants and other eating areas,time clocks,locker rooms and other storage or dressing areas,parking lots,drinking fountains,recreation or entertainment areas,transportation,and PROPOSAL-21 Airfield Lighting and Signage Repairs housing facilities provided for employees which are segregated by explicit directives or are,in fact, segregated on the basis of race,color,religion,or national origin because of habit,local custom,or any other reason. The federally-assisted construction contractor agrees that(except where she or he has obtained identical certifications from proposed subcontractors for specific time periods)she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. CERTIFICATE REGARDING DEBARMENT AND SUSPENSION(BIDDER OR OFFEROR) (Required for all contracts and subcontracts that exceed$25,000.) By submitting a bid/proposal under this solicitation,the bidder or offeror certifies that at the time the bidder or offeror submits its proposal that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION REGARDING DEBARMENT AND SUSPENSION(SUCCESSFUL BIDDER REGARDING LOWER TIER PARTICIPANTS) The successful bidder,by administering each lower tier subcontract that exceeds$25,000 as a"covered transaction",must verify each lower tier participant of a"covered transaction"under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror),above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to tell a higher tier that it was excluded or disqualified at the time it entered the covered transaction,the FAA may pursue any available remedy, including suspension and debarment. Printed Name&Title: Kevin O'Neil- President Signature: I 1 Date: September 8, 2015 (This certification must be completed and submitted with the Proposal.) PROPOSAL-22 Airfield Lighting and Signage Repairs BIDDER'S STATEMENT OF PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE AS DESCRIBED IN SECTION 70-21 The Bidder shall complete the following statement by checking the appropriate boxes. The Bidder has X has not participated in a previous contract subject to the Equal Opportunity Clause prescribed by Executive Order 11246,as amended,of September 24, 1965. The Bidder has X has not submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the Bidder has participated in a previous contract subject to the Equal Opportunity Clause and has not submitted compliance reports due under applicable filing requirements, the Bidder shall submit a compliance report on Standard Form 100, "Employee Information Report EEO-1", attached to this proposal. CERTIFICATION FOR RECEIPT OF ADDENDA Receipt of the following Addenda is acknowledged: ADDENDUM NO.: DATED: ADDENDUM NO.: DATED: ADDENDUM NO.: DATED: Kobo Utility Construction Corp. (Firm or Corporation Making Bid) (Z- (Signature of Authorized Person) P.O.Address: P.O. Box 578 Sandwich, MA 02563 Dated: September 8, 2015 (This form must be completed and submitted with the Proposal.) PROPOSAL-23 Airfield Lighting and Signage Repairs STATEMENT OF SURETY'S INTENT TO: Town of Southold We have reviewed the bid of KOBO Utility Construction Corp. (Contractor) of 4 Victory Drive, P.O. Box 578, Sandwich, MA 02563 (Address) for the Airfield Lighting and Signage Repairs , project for which bids will be received on: September 10, 2015 (Bid 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 become 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: LJ.? Traveled- Casualty and Surety Company of America i . g per,...„6„,„_- Surety's Aut or''•d Signature(s) George G. -owers, Attorney-in-Fact (Corporate seal,if any.If no seal,write"No Seal"across this place and sign.) ATTACH PROPOSAL GUARANTEE ATTACH POWER OF ATTORNEY (This form must be complete and submitted with the Proposal. Copies of this form may be filled out and attached to this page.) PROPOSAL-24 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY 1 r TRAVELERS J Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company 1 St.Paul Guardian Insurance Company Attorney-In Fact No. 223428 Certificate No. 0©5 5 2 8 15 1 KNOW ALL MEN BY THESE PRESENTS That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance i Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint John C.Driscoll,Dennis W.Driscoll,Timothy P.Lyons,Claire Cavanaugh,Martin L.Donovan,and George G.Powers of the City of Norwell ,State of Massachusetts ,their true and lawful Attorneys)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakmgs and other writings obligatory m the nature thereof on behalf of the Companies in then;business of,guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or pertgitied)in any'y tions orproceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this mstrumentAtobe signed and their{cor'porate seals to be hereto affixed,this 17th June 2013 � fi 4' :'' • day of '., -,.,\,' }I- q, t ' c„, ,'-- Farmington Casualty Compay _: � ;� k,,, St.Paul Mercury Insurance Company Fidelity and GuarantOnsitrazcetompanyi.;_`y` ' Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company { e� 6 qC 1'\1•! Val‘ - +"'."`H.yk JP 1XA Y-"",Y OYY' '•VJ ASU elY(4(9b ,, al 44b' ," INS4 :.iY App Y J• -vq J 4'Pv O .............. JP.• 9 n 'P� [� ei\ 0 e ogoek�.,. p �4 a4'Pl y< yP$. rCO NPORA)'�Z C�• FORAT ct^t o< 9a 4 6 a 2i/S, -9(oapoRgiu m at , f:cf i49.- , . E'•,-,1 5 vEy 1982 0 t 19]7 4 s` "E i^ a F: W HARTFORD: < HARTFOR0.1 1896 ted. �% Jy n •J• of �b .,a. 1951 y z: i„o< ;t::.41::,...9 SEALAo3 va SEAL D , cm i° k G M. , Vy• FN %0 t•� 4'/_9: a 1641,oa m`6 d1SN 9 d js,.;.*fid 4 • 'aya '2i.. S .44 Att# State of Connecticut By: J City of Hartford ss Robert L.Raney, enior Vice President On this the 17th day of June 2013 before me personally appeared Robert L Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authonzed so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal. ( i3 ' r^ w°' a . `1� 1 My Commission expires the 30th day of June,2016. * L *: MarieG. C Tetreault,Notary Public , 58440-8-12 Printed in U S.A. WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Airfield Lighting and Signage Repairs IRANIAN ENERGY SECTOR DIVESTMENT STATEMENT 1. Contractor/Proposer hereby represents that said Contractor/Proposer is in compliance with New York State General Municipal Law Section 103-g entitled"Iranian Energy Sector Divestment",in that said Contractor/Proposer has not: (a) Provided goods or services of$20 Million or more in the energy sector of Iran including but not limited to the provision of oil or liquefied natural gas tankers or products used to construct or maintain pipelines used to transport oil or liquefied natural gas for the energy sector of Iran;or (b) Acted as a financial institution and extended$20 Million or more in credit to another person for forty-five days or more,if that person's intent was to use the credit to provide goods or services in the energy sector in Iran. 2. Any Contractor/Proposer who has undertaken any of the above and is identified on a list created pursuant to Section 165-a(3)(b)of the New York State Finance Law as a person engaging in investment activities in Iran,shall not be deemed a responsible bidder pursuant to Section 103 of the New York State General Municipal Law. 3. Except as otherwise specifically provided herein,every Contractor/Proposer submitting a bid/proposal in response to this Request for Bids/Request for Proposals must certify and affirm the following under penalties of perjury: (a) "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 its knowledge and belief,that each bidder is not on the list created pursuant to NYS Finance Law Section 165-a(3)(b)." 4. Except as otherwise specifically provided herein,any Bid/Proposal that is submitted without having complied with subdivision(a)above,shall not be considered for award.In any case where the Bidder/Proposer cannot make the certification as set forth in subdivision(a)above,the Bidder/Proposer shall so state and shall furnish with the bid a signed statement setting forth in detail the reasons therefore.The Owner reserves its rights,in accordance with General Municipal Law Section 103-g to award the Bid/Proposal to any Bidder/Proposer who cannot make the certification,on a case-by-case basis under the following circumstances: (1) The investment activities in Iran were made before April 12,2012,the investment activities in Iran have not been expanded or renewed after April 12,2012,and the Bidder/Proposer has adopted,publicized and is implementing a formal plan to cease the investment activities in Iran and to refrain from engaging in any new investments in Iran;or (2) The Owner has made a determination that the goods or services are necessary for the Owner to perform its functions and that,absent such an exemption,the Owner would be unable to obtain the goods or services for which the Bid/Proposal is offered. Such determination shall be made by the Owner in writing and shall be a public document. 5. Bidder or Proposer shall sign and notarize the attached"Certification of Compliance with the Iran Divestment Act"form with your proposal. PROPOSAL-25 Airfield Lighting and Signage Repairs CERTIFICATION OF COMPLIANCE WITH THE IRAN DIVESTMENT ACT As a result of the Iran Divestment Act of 2012(the"Act"), Chapter 1 of the 2012 Laws of New York,a new provision has been added to State Finance Law(SFL) § 165-a and New York General Municipal Law§ 103-g,both effective April 12,2012. Under the Act,the Commissioner of the Office of General Services(OGS)will be developing a list of"persons"who are engaged in"investment activities in Iran" (both are defined terms in the law)(the"Prohibited Entities List"). Pursuant to SFL§ 165-a(3)(b),the initial list is expected to be issued no later than 120 days after the Act's effective date at which time it will be posted on the OGS website. By submitting a bid in response to this solicitation or by assuming the responsibility of a Contract awarded hereunder,each Bidder/Contractor,any person signing on behalf of any Bidder/Contractor and any assignee or subcontractor and,in the case of a joint bid,each party thereto,certifies,under penalty of perjury,that once the Prohibited Entities List is posted on the OGS website,that to the best of its knowledge and belief,that each Bidder/Contractor and any subcontractor or assignee is not identified on the Prohibited Entities List created pursuant to SFL§ 165-a(3)(b). Additionally,Bidder/Contractor is advised that once the Prohibited Entities List is posted on the OGS Website,any Bidder/Contractor seeking to renew or extend a Contract or assume the responsibility of a Contract awarded in response to this solicitation must certify at the time the Contract is renewed, extended or assigned that it is not included on the Prohibited Entities List. During the term of the Contract,should the Owner receive information that a Bidder/Contractor is in violation of the above-referenced certification,the Owner will offer the person or entity an opportunity to respond. If the person or entity fails to demonstrate that he/she/it has ceased engagement in the investment which is in violation of the Act within 90 days after the determination of such violation,then the Owner shall take such action as may be appropriate including,but not limited to,imposing sanctions, seeking compliance,recovering damages or declaring the Bidder/Contractor in default. The Owner reserves the right to reject any bid or request for assignment for a Bidder/Contractor that appears on the Prohibited Entities List prior to the award of a contract and to pursue a responsibility review with respect to any Bidder/Contractor that is awarded a contract and subsequently appears on the Prohibited Entities List. I, Kevin O'Neil ,being duly sworn,deposes and says that he/she is the President of the Kobo Utility Construction Corp. Corporation and that neither the Bidder/Contractor nor any proposed subcontr tor is identified on the Prohibited Entities List. r / SIGNED SWORN to before me this 8th day of September , 20 is Notary Public: A, o,,o..P allay y (This form must be completed and submitted with the Proposal.) REBECCA L. BAKER Notary Publ(c PROPOSAL-26 • COMMONWEAITW OF MASSACHUSETTS My Commission Expires January 14, 2016 Airfield Lighting and Signage Repairs DISADVANTAGED BUSINESS ENTERPRISE(DBE)STATEMENT The requirements of 49 CFR Part 26,Regulations of the U.S.Department of Transportation,apply to this contract. It is the policy of the Sponsor to practice nondiscrimination based on race,color,sex,or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit proposals. Award of this contract will be conditioned upon satisfying the DBE requirements of this contract. These requirements apply to all bidders,including those who qualify as.a DBE. A DBE contract goal of 1.2 percent has been established for this contract. The bidder shall make good faith efforts,as defined in Appendix A,49 CFR Part 26,to meet the contract goal for DBE participation in the performance of this contract. Excerpts from 49 CFR Part 26 are included in Section 70-21.13. Within 15 days after the opening of bids and before award of the contract,all bidders wishing to remain in competition for award of this contract shall submit The Contractor's DBE Plan to the Owner. The Contractor's DBE Plan Form and DBE Letter Of Intent Form are located at the end of Section 70.The website for the Unified Certification Program directory in the state of New York is: http://www.nysucp.net/. CERTIFICATION OF BIDDER: The undersigned bidder will satisfy the DBE requirements of these specifications in the following manner(please check the appropriate space): x The bidder is committed to meeting or exceeding the DBE utilization goal stated above on this contract. The bidder,if unable to meet the DBE utilization goal stated above,is committed to a minimum of %DBE utilization on this contract,and will submit documentation demonstrating good faith efforts. SMALL BUSINESS PARTICIPATION: This Contract does not have a Small Business Element(SBE)set-aside. Name of Bidder's Firm: Kobo Utility Construction Corp. Street Address: 4 Victory Drive P.O. Box 578 City: Sandwich State: MA zip: 02563 Bidder's Status: DBE ❑ Non-DBE: N Age of Firm: 17 Years Annual Gross Receipts of Firm: $17,092,978.00 IRS Nu.mbe 04-3415115 President 6 Signature and Title (This form must be completed and submitted with the Proposal.) PROPOSAL-27 Airfield Lighting and Signage Repairs SAFETY PLAN COMPLIANCE DOCUMENT(SPCD) CERTIFICATION Project Location: Southold, NY Project Name: Airfield Lighting & Signage Repairs Contractor's Official Name: Kobo Utility Construction Corp. Contact Person: Edward M. Bennett Telephone: 508-888-2255 Street Address: 4 Victory Drive P.o. Box 578 City: Sandwich State: MA zip: 02563 Certification Statement: I certify that I have read the Construction Safety and Phasing Plan(CSPP)included in the Contract Documents and if awarded this Contract,I will abide by its requirements as written. I certify that I have read the Safety Plan Compliance Document(SCPD)included in the Contract Documents and if awarded this Contract,I will abide by its requirements as written; I certify that I will provide the information required in the SCPD prior to the start of construction work,if awarded this Contract,and that I will provide any additional information requested by the Owner. Kevin O'Neil �-�. ()./1"...A9 Printed Name of Signer Signature President September 8, 2015 Title Date (THIS FORM MUST BE COMPLETED AND SUBMITTED WITH PROPOSAL) END OF PROPOSAL PROPOSAL-28 4 Victory Drive p.0.Box 573 JGDOj Sandwich,htA 02563 UtilityConstruction Corp. Tele:508.888,2224 I'� FBX:508.888,2224 EVIDENCE OF COMPETENCY&EVIDENCE OF FINANCIAL RESPONSIBILTY Items attached for Evidence of Competency&Financial Responsibility: 1.Past Experience-See related project history 2.EquipmentList-See attached list of owned equipment 3.Key Personnel-See resumes of key personnel 4.Financial Statement-See attached 2014 Financial Statement 1 4 P. Dv P.O.O.Box 578 Sandwich,MA 02563 Utility Construction Cor 508.888.2255 p• Fax:508.888.2224 STATEMENT OF CAPABILITIES Kobe's offers several core services that include: *Airport Construction: Services that include a turnkey approach to installation of Runway and Taxiway lighting (including all L-824 Cabling),NAVAIDS that Include Lighting Vault rehabilitation and installation of new Vaults, Installation ofASLF-2,MALSR,PAPI,RBIL,Localizer,VASI,AWOS,and other critical and support FAA NAVAID systems. Electrical Infrastructure including the installation of trenching,underground duct bank,concrete manholes, concrete foundations,and support medium voltage distribution(ELD)and electrical and control work tc provide for a complete and working installation of all installations. *Utility Construction:Services include trenching and installation of duct bank systems,manholes,medium voltage cable,terminations,splices transformers,switches,sectionalizes Kobo has the ability to provide installations that range from daily work order jobs for local"Power Companies"(NstarfNortheast Utilities,National Grid)to installation of new Substations and new underground distribution to new facilities. *Electrical Construction:Services include typical building electrical construction,installation of electrical services, wiring of power,control and systems(Fire Alarm,Security,Energy Management)for Federal US Boarder Stations, pump stations,factories and industrial complexes. *Solar:Installation Solar Farms to include;DC and AC cabling systems,pad-mount inverters,transformers,metering cubicles and control systems. *Directional Drilling:Kobo provides inhouse direction drilling services for the average need to provide`Bores" under Ramp Areas,Taxiways and Runways. This minimizes the disruption to the operating facility and impact to the area. Kobo's direction drilling equipment(Ditch Witch JT1220 drill rig and supporting FMS&FX30 Ditch Witch Vac &tanks)and services reducing the time frame impact to construction and overall cost and maintenance to pavement areas. RELATED-PROJECT-HISTORY-• - PAPI RW 6&SSALRS on RW 24-Nantucket Municlaat Airport-2013 Value:$49,633.00 Nantucket,MA Contract#DTFAEN-13-R-40043 Dates of Performance:September 2013-January 2014 Contracted with:Federal Aviation Administration 12 New England Executive Office Park•Burlington,MA 01803 Contract Administrator:Kevin Hart(781)238-7660 Kevin.bart@faa.gov Description:Install new PAPI&Demo of existing VAST on RW 6.Installation of grounding and lightning protection, handholes,conduits and cables.Install Frangible anchor bolts LIR structures at RW 24 SSALSR stations 6+20 and 8-+- 20. RW Safety Area Sterilization-Moore County Airnort-2013 Value:$454,662.00 Southern Pines,NC Contract#:SO-13-0051 Dates of Performance;February 2013-April 2013 Contracted with:Parsons Managed Services Inc. 100 Hartsfield Center Parkway Suite 540 Atlanta,GA 30354 Contract Administrator:Linda Hensley 4561)656-6375 Linda.CTR,Hensley®a faa.gov Project Engineer: Susan Stewart-(813)261-8318 susan.ctrstewart@faa.gov Description:Installation of new FAA Localizer shelter,Localizer,approach PAPI units,associated electrical&concrete work. 1 REIL Installation RW 20-Richmond International Airnort 2013 Value:$141,181.00 Richmond,VA Contract#EA-13-1913 Dates of Performance:July 2013-September 2013 Contracted with:Parsons Managed Services Inc. 159-30 Rockaway Blvd.—4`17-floor Jamaica,NY 11414-4848 Contracting Officer: Liliana Moyano(718)990-4013 Email:Litiana.CTR.Moyano@faa.gov Project Manager:David Haslett(781)238-7080 david.ctr.haslettQfaa.gov Description:Installation of REILpower control system and lighting assemblies and concrete foundations,grounding and lightening protection systems,underground cables in new duct system. PAPI/Hazard Beacon Replacement-Dillant Hopkins Airport-2013 Value:$316,803.00 Keene,NH Contract II:SBG-08-09-2012 Dates of Performance:October 2012-August 2013 Contracted with:City of Keene 3 Washington Street,Keene,NH 03431 Contract Administrator:Leigh Bartlett(Stantec)(207)887-3820 leigh.bartlett®stantec.com Description of work:Installation of PAPI work on RW 02 at the airport and replacement of existing hazard beacon on Forbush Hill.Replacement of wiring in both below-ground and above-ground conduit and the installation of a radio frequency beacon monitoring system on the beacon. REIL Installation RW 20-Richmond International Airport-2013 Value:$141,181.00 Richmond,VA Contract#EA-13-1913 Dates of Performance:July 2013-September 2013 Contracted with:Parsons Managed Services Inc.159-30 Rockaway Blvd.—4`h floor Jamaica,NY 11414-4848 Contracting Officer: Liliana Moyano(718)990-4013 Email:Liiiana.CTR.Moyano@faa.gov Project Manager:David Haslett(781)238-7080 david.ctrhaslettQfaa.gov Description:Installation of REIL power control system and lighting assemblies and concrete foundations,grounding and lightening protection systems,underground cables in new duct system. Work done by Subcontractor:3%Site Survey/Utility Locate REAS System Construction RW 15-Smith Reynolds Airport-2012 Value:$158,950.00 Winston-Salem,NC Contract it 80,11.35511 Dates of Performance:September 28,2011-March 7,2012 Contracted with:Parsons Managed Services,Inc.100 Hartsfield Center Parkway Suite 540 Atlanta,GA 30354 Project Manager:Karl Katrina-(404)520-6263 Kari,ctr.Katrina®faa.gov Description: Construction of DME model REIL to replace existing REIT.system RW 15 at Smith Reynolds Airport. Work done by Subcontractor:2%Surveying/Utility Locating Relocation&Construction of RW 14-32-Nashua Municipal Airport 2012 Value:$2,076,450.00 Nashua,NH Contract It SBG-12-082011&12 Dates of Performance: June 2011-August 2012 Contracted with: Continental Paving One Continental Drive Londonderry,NH 03053 Project Manager: Bruce Bauer(603)437-5387 bbauer®continentalpaving.com Description: RW&TW Lights,guidance signs,2 PAPIs,1 REIL,obstruction lights,GS,LOC,MALS Approach lights,vault work,concrete and duct work(8,000 ft),direct bury conduit(8,000 ft). Replace VASI with PAPI RW 19-Rutland Southern Vermont Renionai Airport-2014 Value:$85,000.00 Rutland,VT Contract#DTI?AEN-14-C-00261 Performance Dates: June July 2014 Contracted with: FederalAviation Administration 12 New Enigand Executive Park Burlington,MA 01803 CantractAdministor: Larry Hill(781)238-7665 Larry.hiilQfaa.gov Engineer: Steven Finnerty(978)886-1264 steven.fiunettyQfaa.gov Description: Replacement of VASI with PAPI RW 19. Runway 6-24-Marshfield Airport-2013 Value:$1,053,535.00 Marshfield,MA Contract#13-017 Performance Dates:October 2013-August 2014(Demob for winter) Contracted with: Lawrence Lynch Corp.P.O.Box 913 Falmouth,MA 02541 Project Manager: Frank Trubiano(774)836-2478 ftrubiano@lawrencelynch.com Description: Complete new electrical airport system to include new R/W Lighting,TW Lighting,Electrical vault,2 REILs,2 PAPIs,End bars,Primary L-807 Windcone and new FAA Approved weather information system. 07/14/2015 03:10:47 PM Kobo Utility Construction Corp Page 1 of 3 Equipment GVW EgplAsset No Description Serial Number Gross Weight 100 1980 Great Dane Semi Flat Trl SM22329 M23918 72,000.0000 101 Dorsey 53'Step Deck Trailer SM91376 5JYDF5323CE084043 80,000.0000 108 2014 Fontaine Step Deck SM13435 13N248202E1565274 70,000.0000 110 2007 CAM 18 FT Trailer 853589 5JPBU23297P07702 14,000.0000 115 2004 CAM 22 FT Trailer C13204 5JPBU24234P008911 12,000 0000 120 2001 Tow Heavy Trailer C56540 4KNF820221 L161734 24,000.0000 125 2001 Mill Heavy Trailer 905775 5NPTPD24231A000421 24,000.0000 130 1989 Dixie Utility Trailer 937244 DVPT188889 2,000.0000 135 2009 CAMI8FTT B53590 5JBU23229P022341 10,000.0000 137 2013 CAM Trailer C21645 5JPBU3125DP033481 49,000.0000 140 2009 Interstate Cargo Trailer F7080 1 UK500F2691067705 7,000.0000 143 2015 Interstate Cargo Trailer C74260 4RACS1017FK056100 3,000 0000 144 Sure-Trac Cargo Trailer C56108 5JW1C1624E2098823 10,000.0000 146 Sure-Trac Cargo Trailer C56107 5JW1C1622E2098822 10,000.0000 148 2014 SureTrak Cargo Trir C36164 5JW1C1622E2082488 10,000.0000 149 2015 Suretrack Cargo Trailer C78194 5JW1 C1628F2106214 10,000.0000 150 1986 Hudson Utility Trailer A28089 1OHHSE16501000017 8,000.0000 155 1998 Custom Trailer A28091 110(2618652W1001739 26,000.0000 160 1964 Hogg Trailer A28092 1064540 8,000.0000 161 2014 Carry On Trailer 4YMUL0913EG067904 168 2015 CAM Supeline 20FTT C74371 5JPBU2523FP039058 10,000.0000 175 1986 Hudson Trailer A56353 10HHSE165G1000082 6,000.0000 178 2014 CAM TRAILER C54107 5JPBU3526FP036984 31,000.0000 180 2007 CAM Utility Trailer A69764 5JPBU31237P016991 26,000.0000 185 2009 CAM Superliner C42543 5JPBU23229P024431 16,000.0000 186 2008 Homemade Utility Trailer B27586 TST666867SPLA 5,000.0000 187 2011 PJ DeckoverTrailer B71912 4P5F82223B1157070 14,000.0000 .. 188 2013 Cam 20' DeckoverTrir C13205 5JPBU3127DP032025 49,000.0000 189 2013 Cam 21'TT 852110 5JPBU2623DP033482 17,000,0000 190 Ditch Witch FX30 Vac System B87638 CMWFX3OXAC0001613 10,000.0000 205 2006 GMC Sierra K50623 1GDHK33U96F163342 10,000.0000 210 2005 GMC Sierra L16866 1GDHC24U95E135437 9,000.0000 215 2012 Chevy Silverado 1500 P76943 IGCRKSE7XCZ254043 7,000.0000 235 2001 GMC Van P30615 1GTHG35R911142494 9,000.0000 245 2010 F250 Crew Cab R73949 1FTSW2BR1AEB26693 10,000.0000 255 2013 F150 Crew Cab N22183 1 FTF W1 EF4DFB94532 8,000.0000 258 2013 F150 Ext Cab P91350 1 FTFX1 EF0DFB94539 8,000.0000 260 2009 GMC Sierra N41914 1GDHK73K19F114792 10,000.0000 263 2008 Ford F350 P78833 1FT8F30R88EC79459 10,000.0000 265 2010 F350 Crew Cab N36117 1FDWW3FR3AEB09987 12,000.0000 270 2010 Ford F250 N39633 1FTSW2B53AEA11493 10,000.0000 271 2014 Ford F350 R45910 1FT8W3BT6EEB44561 12,000.0000 272 2014 Ford F350 R45909 1FT8W3BTXEEB44563 12,000.0000 273 2014 Ford F350 R45911 1 FT8W3BT8EEB44562 12,000.0000 274 2014 Ford F350 J65037 1 FT8W3BTXEEA29204 12,000.0000 280 2007 Toyota Tundra P10104 5TFCV541X7X004394 8,000.0000 283 2015 Honda Crosstour 522HL2 5J6TF2H53FL002043 287 2014 Honda Odyssey 889SF8 5FNRL5H48EB019293 288 2015 GMC Yukon 964MCO 1GKSOHKC2FR143615 290 2012 Ford F350 P78567 1FD8W3BT5CEB47881 12,000.0000 295 2012 Freightliner Van P77307 WDRPE7CC4C5614118 9,000 0000 298 2004 Freightliner Flat Bed P77308 1 FVACWCS34HN36366 26,000.0000 300 1989 Ford Boom Truck M53669 1 FDZW82A7KVA21133 55,000 0000 308 2004 Freightliner Bucket Truck K12731 1 FVACYDC94HN277O7 33,000.0000 315 '87Freightline Tractor Trailer M69081 1 FUPZRYB3HH402714 99,000.0000 316 2006 Intern'!800SER Tractor P63709 1 HSHXAHR06J302812 80,000 0000 318 2012 Mitsubishi FE160 H77141 JK6BNE1A6CK001037 16,000.0000 07/14/2015 03:10:47 PM Kobo Utility Construction Corp Page 2 of 3 Equipment GVW Eqp/Asset No Description Serial Number Gross Weight 320 1997 Ford Louisville Dump G28571 1 FDXN80E1 WA32813 33,000.0000 325 2014 Ford F550 Dump R70508 1 FDOX5HT7EEB69820 20,000.0000 340 1999 International Dump M86991 1 HTGLAHT8XH607787 60,000.0000 345 2004 GMC Sierra Dump N68787 1GDJK34124E208405 12,000.0000 347 2009 International Dump P63645 1 HTJTSKM99H056804 26,000.0000 348 2014 International Dump R53952 3HAMMMML2EL066945 26,000.0000 355 2006 Hydrema Haul Truck 8844 360 2013 Freightliner Dump P87976 1 FHG3CY9DHBY7450 64,000.0000 365 2011 International Prostar R45361 3HSDJSJR7BN411503 52,000 0000 370 2013 Freightliner 114SD K45677 1FVHG3CY9DHBY7447 54,000.0000 375 2014 Freightliner Crane Truck N33089 1 FVHG3DV4EHFZ0547 60,000.0000 505 Kubota Front End Loader 10954 9,600.0000 508 Bobcat 5600 Tool Cat AOW114274 509 2014 Bobcat V417 AC1C15359 516 2015 TakeuchiTB240 124000389 517 Takeuchi TB 240 124000438 519 2015 TL 8 Skid Steer 200800436 520 Takeuchi TB140 Skid Steer 21406454 8,200.0000 522 Takeuchi TB 1140 Series 2 514400014 527 2014 Takeuchi TB 260 126100061 528 TakeuchiTW40 1033211E114331 529 2013 Takeuchi TB 235 123503148 531 Takeuchi TB 285 185000453 532 Takeuchi TB 235 123501360 533 Takeuchi TB 250 125000169 534 Takeuchi TW 80 Front End Loade 301120E104996 535 DitchWitch Backhoe CMWX1600K70000147 537 Takeuchi TL 250 225000981 538 Takeuchi TL 230C 223100547 540 Case Bulldozer 550 Long Track JAK0014939 541 Takeuchi TB 285-II 185000825 542 Takeuchi TB 260 126100011 545 John Deere 450 T0450HX899291 546 Takeuchi TB 285-III 185000711 547 JCB Backhoe 1709062 548 Takeuchi TB285-IV 185001396 550 DitchWitch Earth Saw 5T0139 19,000.0000 555 DitchWitch Plow 2F1285 561 Ditch Witch Directional Drill CMWJ1220EC0000438 599 Auger Unit 600 Nissan Forklift 9M0234/MHH20192 615 Polaris 700 Ranger 620 2014 Polaris Ranger 800 XL 4XAVH7EA7EF356577 621 2014 Polans Ranger 4XA1D9JD7E7570498 622 2013 Polaris Ranger 4XA1 D9JD0D7330627 700 Vermeer Hammer Head 3 1/2 Mole 63487 710 Pierce Arrow 4" 800 Dynapac Roller 60118368 805 Bomag Compactor 825 Makasa Vibratory Plate Compact W3722 1000 1999 Ingersol Rand 848581 299620UDJ221 1,000.0000 1110 1991 Ingersoll Compressor A28090 195407U328 1120 Rajysan 185CFM Air Compressor D11863 5UAACUC35FN001335 3,000.0000 1170 Husgvama Road Saw M/N1 1180 Brado Milling Device 308668 1190 Helical Pier Driver/Torque Ind 1200 Hiptronic Cable Fault Locator 1302006 07/14/2015 03:10:47 PM Kobo Utility Construction Corp Page 3 of 3 Equipment GVW Eqp/Asset No Description Serial Number Gross Weight 1225 Cutmaster 52 System MX1249012500 1250 Hotsy Pressure Washer 95055 1275 Topcon Hiper V GPS 1122-10534 1400 CP Light Tower 5F13D1419D1004413 1405 CP Light Tower 5F13D1417D1004409 1500 ProAll Concrete Mixer HN2VA118L11122 2001 Valtran Storage Container C20431 2002 Valtran Storage Container 200118 Kevin M. O'Neil-Project Manager/Electrician Phone:(508)888-2255 Email: kevin@koboutility.com EMPLOYMENT HISTORY 1990-1995 Fruean Utilities Construction Inc.,S.Yarmouth,MA Equipment Operator,Foreman 1995-1996 Bortolotti Construction,Marstons Mills,MA Equipment Operator,Site Foreman 1996-1997 Fuller Electric Co.W.Yarmouth,MA Electrician,Foreman 1997-Present KOBO Utility Construction Corp.Sandwich,MA CEO/Project Manager/Electrician SUMMARY OF QUALIFIACATIONS Over 15 years in the electrical and aviation construction industry.Have directly supervised projects including installation of PAPI's,ILS,G/S, MALS,MALSR,MIRLS,TDZ,LOC systems and engine generator replacement.Over 20 years of heavy equipment operation experience, including but not limited to excavation,demolition,heavy lifting,and over-road hauling and transportation. Working with agencies such as the FAA,DOT,National Grid,Nstar. PROFESIONAL LICENSES/TRAINING Licensed Master Electrician,MA#17053 A Licensed Master Electrician,NC#30229-U Licensed Master Electrician,VT#EM-5017 Licensed Master Electrician,OH#47236 Licensed Master Electrician,NH#12321M Licensed Master Electrician,Greene County,NY#495 Licensed Master EIectrician,ME#MS60019762 Licensed Journeyman Electrician,RI#B013546&#A004711 Licensed Master Electrician,VA#2710061489 Certified General Electrician CA-#158060 Electrical Unlimited Contractor,CT#ELC.0195308-El Certified Electrical Contractor-FL#EC13005982 Master Electrician-CO#ME30000039 Electrical Contractor Non Restricted-GA-#EN216478 Licensed Master Electrician,WV#M58007RENC0714 C10 Electrical Contractor-CA#999644 ND Contractor License#52797 Class A Red Cross-Adult CPR,AED&Standard First Aid Certification June 2011 OSHA 10 hour#001012250 12/06 Hydraulics License:1B,2B#HE 057063 Drivers License:Class A CDL Endorsements:P RELATED PROJECT HISTORY Installation of RW 12 MALS&Demo Existing-Oakland International Airport-2013 Value$713,110.00 Oakland,CA Contract#DTFAWN-13-C-00211 Contracted with:Federal Aviation Administration 1601 Lind Ave SW Renton,WA 98055 Contract Administrator: Darren Odegard(425)227-1551 Darren.odergard@faa.gov Resident Engineer:Bob Brown(303)809-6525 bob.brown@faa.gov Description:Installation of RW 12 MALS and removal and demo of existing facilities. Establish End Fire GS RW 19-Rutland Southern Vermont Regional Airport-2012 Value: $355,633.14 Rutland,VT Contract#:DTFAEN-12-C-00173 Contracted With:Federal Aviation Administration 12 New England Executive Office Park•Burlington,MA 01803 Contracting Officer:Rob Higgins(781)238-7670 Email:Robert.higgins a,faa.gov Resident Engineer: Steve Finnerty(603)881-1264 steven.finnerty@faa.gov Description: Installation of 10'x 16 EFAS Fiberglass equipment shelter and required power services,install antenna control signal and power assemblies and system testing. PAPI/Hazard Beacon Replacement-Dillant Hopkins Airport-2013 Value:$316,803.00 Keene,NH Contract#: SBG-08-09-2012 Dates of Performance:October 2012-August 2013 Contracted with:City of Keene 3 Washington Street,Keene,NH 03431 Contract Administrator:Leigh Bartlett(Stantec)(207)887-38201eigh.bartlett@stantec.com Description of work:Installation of PAPI work on RW 02 at the airport and replacement of existing hazard beacon on Forbush Hill.Replacement of wiring in both below-ground and above-ground conduit and the installation of a radio frequency beacon monitoring system on the beacon. RW Safety Area Sterilization-Moore County Airport-2013 Value:$454,662,00 Southern Pines,NC Subcontract#: SO-13-0051 Dates of Performance:February 2013-April 2013 Contracted with:Parsons Managed Services Inc. 100 Hartsfield Center Parkway Suite 540 Atlanta,GA 30354 Subcontract Administrator:Linda Hensley—(561)656-6375 Linda.CTR.Hensley@faa.gov Project Engineer: Susan Stewart-(813)261-8318 susan.ctr.stewart@faa.gov Description:Installation of new FAA Localizer shelter,Localizer,approach PAPI units,associated electrical&concrete work Brian J.O'Neil-Foreman/Equipment Operator/Safety Rep Phone:(508)888-2255 Email: brian@koboutility.com EMPLOYMENT HISTORY 1990-95 Fruean Utilities Construction Inc.,S.Yarmouth,MA Foreman,Equipment Operator 1995-99 Zieger Crane&Rigging,W.Palm Beach,FL Foreman,Crane Operator 1999-Present KOBO Utility Construction Corp.Sandwich,MA Foreman,Equipment Operator SUMMARY OF QUALIFIACATIONS Over 15 years in the overhead crane industry and over 10 in the aviation construction industry.Have directly supervised projects including installation of PAPI's,ILS,G/S,MALS,MALSR,MIRLS,TDZ,and LOC systems.Over 20 years of heavy equipment operation experience, including excavation,demolition,crane operation,and over-road hauling and transportation. PROFESIONAL LICENSES/TRAINING VT Journeyman Electrical License#EJ05211 Hydraulics License: 1A,2A if HE 127562 Drivers License:Class A CDL Endorsements:P.N. OSHA 10 hour#002200938 11/08 Red Cross-Adult CPR,AED&Standard First Aid Certification June 2011 Authorized Climber AC1412222179-6 RELATED PROJECT HISTORY Luis Munoz Marin International Airport-Installation of RW 10 MALSR-2011 Value:$1,357,551.00 San Juan,PR Contract#S0375 Contracted With:Parsons Managed Services 100 Hartsfield Center Parkway Suite 540 Atlanta,GA 30354 Project Manager:Linda Hensley—Contract Administrator 1561)656-6375 Linda.CTR.Hensley@afaa.gov RW Safety Area Sterilization-Moore County Airport-2013 Value:$456,321.00 Southern Pines,NC Subcontract#:SO-13-0051 Contracted with:Parsons Government Services Inc. 100 Hartsfield Center Parkway Suite 540 Atlanta,GA 30354 Project Manager:Linda Hensley—Contract Administrator(561)656-6375 Linda.CTR.Hensley@faa gov Description:Installation of new FAA Localizer shelter,Localizer,approach PAPI units,associated electrical&concrete work. Installation of RW 12 MALS&Demo Existing-Oakland International Airport-2013 Value$713,110.00 Oakland,CA Contract#DTFAWN-13-C-00211 Contracted with:Federal Aviation Administration 1601 Lind Ave SW Renton,WA 98055 Contract Administrator: Darren Odegard(425)227-1551 Darren.odergaid n,faa.gov Resident Engineer:Bob Brown(303)809-6525 bob.brown@faa.gov Description:Installation of RW 12 MALS and removal and demo of existing facilities. Replacement of VASI with PAP!RW 32-Medford Airport-2014 Value:$249,730.20 Medford,OR Contract:#DTFAWN-14-C-00102 Dates of Performance: May-September 2014 Contracted with: Federal Aviation Administration 1601 Lind Ave SW,Renton,WA 98057 Contract Administrator: Angela Furukawa(425)227-1132 Angela.furukawa@faa.gov Engineer:Patrick McDermott(425)227-1552 patrick.mcdermott@faa.gov Description:Replacement of VASI with PAPI to serve RW 32 to include installation of PAPI LHA s,PAPI Power&control station, Power panel disconnect&TVSS,Installation of incoming power services,Installation of asphalt access road and removal of existing VASI system. Taxiway C Light Replacement-Savannah International Airport-2015 Value:$288,984.00 Savannah,GA Contracted with:Savannah Airport Commission 400 Airways Ave,Savannah,GA 31408 Engineering Administrator:Mark Denmark(912)964-0514 mdenmark@savannahairport.com Project Engineer:Jerry Mclean(912)313-301 jmclean@savannahairport.com Description:Remove and replace centerline TW fixtures on existing bases,remove existing concrete slabs(12'x 16'xI5"deep)and install new base cans,directional drill 2,100'of HDBE conduit.Install new#8 5kv lighting cable,pour new 12'x16'x15"slabs. Ryan O'Neil-Superintendent/Safety Manager Phone: (508) 776-3435 Email: ryan@koboutility.com EMPLOYMENT HISTORY 2011-Present KOBO Utility Construction Corp.S.Yarmouth,MA Foreman,Equipment Operator 1998-2111 Bay State Piping Co.,Inc.,Middleboro,MA Construction Superintendant 1994-98 Fruean Utilities Construction Inc.,S.Yarmouth,MA Foreman,Equipment Operator SUMMARY OF QUALIFIACATIONS Over 15 years in the overhead crane industry and over 10 in the aviation construction industry.Have directly supervised projects including installation of PAPI's,ILS,G/S,MALS,MALSR,MIRLS,TDZ,and LOC systems.Over 20 years of heavy equipment operation experience,including excavation,demolition,crane operation,and over-road hauling and transportation.Duties include construction planning and supervision,safety implementation,project management, PROFESIONAL LICENSES/TRAINING Hoisting License:2B#0066224 OSHA 10 hour#001075329 11/06 Red Cross-Adult CPR,AED&Standard First Aid Certification June 2011 RELATED PROJECT HISTORY RSA Sterilization RW 09-Florence International Airport-2012 Value: $221,602.50 Florence,SC Contract#SO.2011.0419 Parsons Government Services,Inc. 100 Hartsfield Center Parkway Suite 540 Atlanta,GA 30354 Subcontract Administrator:Linda Hensley-(561)656-6375 Linda.CTR.Hensley®faa.gov Description: Relocation of MLSR Shelter&Transformer,MALSR distribution,Breaker junction boxes and rack outside ROFA. Trench and run conduit from MALSR shelter to relocated distribution rack.Reroute and connect existing conduit to existing underground splice boxes.Remove MALSR junction boxes for multiple stations and replace with aircraft rated handholes. Remove VEGA towers and foundations at multiple stations,install new MG 20&30 Frangible LIR towers,anchor bolts and foundations at multiple stations.Install new home run MALSR feeds to stations. Airport Guidance Sign Modifications-Westover Metro Airport-2014 Value: $89,715.00 Westover,MA Contract#3-25-0061-31-2014 Dates of Performance:November-December 2014 Contracted with:Westover Metro Airport Commission 255 Padgett St.Chicopee,MA 01022 Project Engineer:(Stantec Consultants)James McLaughlin(207)887-3841 jim.mclaughlin@stantec.com Description:Relocate existing sign,foundations,and associated electrical work.Install new sign foundations and new computerized constant current regulator to upgrade system. Installation of REIL System for RW 14-Bradford Regional Airport-2012 Value: $146,865.00 Bradford,PA Contract#EA.124.1081 Parsons Government Services,Inc. 100 Hartsfield Center Parkway Suite 540 Atlanta,GA 30354 Subcontract Administrator:Linda Hensley-(561)656-6375 Linda.CTR.Hensley@faa.gov Description: Installation of REIL system.The REIL System with two synchronized flashing lights,installation of control cabinet and antenna and receiver control system.Installation of new power and control cable system. Installation of grounding and lightening protection system.Underground conduits and pull boxes for cables.Energizing of the system and testing. *Above is a sample of completed Parsons Projects. Foreman/Equipment Operator(Safety&OC Rep)Competent Person Eric Arsenault Phone:(508)771-9363 Email: eric@koboutility.com EMPLOYMENT/EDUCATION HISTORY 1998-2000 Mass Maritime Academy,MA-Student(Mechanical Engineering) 2000-Present KOBO Utility Construction Corp. Equipment Operator,Foreman SUMMARY OF QUALIFIACATIONS Over 8 years in the electrical and aviation construction industry.Has worked on projects including installation of PANS,ILS,G/S, MALS,MALSR,MIRLS,TDZ,and LOC systems. Has directly supervised VOR,LOC,MALSR,and ATCT EG installation. Specialized in concrete work,including forming&pouring concrete foundations. Over 8 years of heavy equipment operation experience,including excavation&site work,demolition,and over-road hauling and transportation. Certified in Horizontal Directional Drilling Operation PROFESIONAL LICENSES/TRAINING Hydraulics License:Class IA Hydraulic Operator Drivers License:Class A Commercial Driver OSHA 10 hour#001055806 12/06 Red Cross-Adult CPR,AED&Standard First Aid Certification June 2011 Kansas Institute of Underground Technology-Horizontal Directional Drill Operator Level I Training. Authorized Climber AC14122222179-8 RELATED PROJECT HISTORY RW Safety Area Sterilization-Moore County Airport-2013 Value:$454,662.00 Southern Pines,NC Contract#:SO-13-0051 Dates of Performance:February 2013-April 2013 Contracted with:Parsons Managed Services Inc. 100 Hartsfield Center Parkway Suite 540 Atlanta,GA 30354 Contract Administrator:Linda Hensley—(561)656-6375 Linda.CTR.Hensley@faa.gov Project Engineer: Susan Stewart-(813)261-8318 susan.ctr.stewart@faa.gov faa.gov Description:Installation of new FAA Localizer shelter,Localizer,approach PAPI units,associated electrical&concrete work. PAPI/Hazard Beacon Replacement-Dillant Hopkins Airport-2013 Value:$316,803.00 Keene,NH Contract#:SBG-08-09-2012 Dates of Performance:October 2012-August 2013 Contracted with:City of Keene 3 Washington Street,Keene,NH 03431 Contract Administrator:Leigh Bartlett(Stantec)(207)887-3820 leigh.bartlett®stantec.com Description of work:Installation of PAPI work on RW 02 at the airport and replacement of existing hazard beacon on Forbush Hill. Replacement of wiring in both below-ground and above-ground conduit and the installation of a radio frequency beacon monitoring system on the beacon. Airfield Signage Project-Frederick Municipal Airport-2014 Value:$276,164.00 Frederick,MD Contract#368007 Dates of Performance:March—April 2014 Contracted with: City of Frederick 111 Airport Drive East Frederick,MD 21701 Purchasing Manager:Kandi Fullerton(301)600-1194 kfullerton@cityoederick.com Airport Manager:Rick Johnson(301)600-2201rjohnson@cityoffrederick.com Project Description:Remove and replace guidance signs throughout various locations on active airport including foundations,new electrical installations and signage.Upgrade existing constant current regulator with new 30 kw constant current regulator. Kevin M.Mamlock-Safety& QC Rep/Project Superintendent (508)776-8301 Kevin.mamlock@koboutility.com EMPLOYMENT HISTORY: 1995-Present KOBO Utility Construction Corp Sandwich,MA -Project Foreman,Equipment Operator,Master Mechanic 1986- 1995 Fruean Utilities Construction,Inc. Sandwich,MA -Project Foreman,Equipment Operator,Master Mechanic SUMMARY OF QUALIFICATIONS: Over 15 years in the electrical and aviation construction industry. Have directly supervised projects including installation of PAPI's, ILS,G/S,MALS,MALSR,MIRLS,TDZ,and LOC systems.Over 20 years of heavy equipment operation experience,including excavation,demolition,crane operation,and over-road hauling and transportation. AREAS OF EXPERTISE: Airport Aids:Construction and Repair Utility Systems:Construction and Repair Recreational Facilities:Lighting Marine Facilities:Power and Lighting PROFESSIONAL LICENSES/TRAINING: • OSHA 10 Hr 6/2006 • Hydraulics License 1B,2B-#HE128407 • Red Cross-Adult CPR,AED&Standard First Aid Certification June 2011 RELATED PROJECT HISTORY Replace Windcone,Rehab Segmented Circle&Airfield Signs-Provincetown Mun.Airport-2013 Value:$165,344.00 Provincetown,MA Contract#3-25-0043-34-2013 Dates of Performance: September—November 2013 Contracted with:Jacobs Engineering 343 Congress Street Boston,MA 02210 Contact:Steve Flecchia(617)242-9222 steve.flecchia@jacobs.com Description:Installation of airfield signage,replacement of windcone and rehabilitation of segmented circle. Work Done by Subcontractor:Erosion Control and sealcoating Installation of Fence,Gates&Rotating Beacon-Biddeford Airport-2014 Value:$64,921.00 Biddeford,ME Contract#:3-23-0009092014 Dates of Performance: September 2014-November 2014 Contracted with:Hastie Fence P.O.Box 571 Agawam,MA 01001 Contact: David Cooper(802)683-9176 perimeters a,myfairpoint.net Description: Rotating beacon,access gates and access control system. PAPI/Hazard Beacon Replacement-Dillant Hopkins Airport-2013 Value:$316,803.00 Keene,NH Contract#:SBG-08-09-2012 Dates of Performance:October 2012-August 2013 Contracted with:City of Keene 3 Washington Street,Keene,NH 03431 Contract Administrator:Leigh Bartlett(Stantec)(207)887-3820 leigh.bartlett@stantec.com Description of work:Installation of PAPI work on RW 02 at the airport and replacement of existing hazard beacon on Forbush Hill. Replacement of wiring in both below-ground and above-ground conduit and the installation of a radio frequency beacon monitoring system on the beacon. z z 1(080 UTILITY CONSTRUCTION CORP. FI A CIA S a 14 A kD 'Di 10 A L •RMA I L i31;CI:MI3ER 3,1.,•2074 - A •• II gm UTlLlT QOM gm CORP 1°1NANCIAL STATEMDEN s AND ADDITj4 l� INFORMATION _ I ECO ER 31,2014 TABLE QF CQNTENT§ . Page Independent Accountant's Review Report • 1 EXHIBIT Balance Sheet EXHIBIT 13 Statement of Operations and Retained Earnings 3 EXHIBIT C Statement of Cash Flows 4-5 Notes to Financial Wilmer* - 6-13 • Independent Accountant's Review Report on Additional 14 "' information SCHEDULE I Schedule of Contracts in Process as of December 81, 2014 SCHEDULE II Schedule of Contracts Completed for the Year Ended I; • December 31,2014 16 SCHEDULE HI Schedule of General and Administrative Expenses ' for the Year Envied December 31,2014 17 7.1 Yom. .t2 i 1 " 1• j' Darmody, Merlino 8 Cp,, 1.LP cttRTWF$RD PUOLfc AccOUNTANT6 AND CONSULTANTS 75 Zederal Street, Boston, Massachusetts 021104997 OFFICE (817) 429+7800 A FAX (617) 428-2248 fid' WVAV.OARtdoSTmeRLI NO.co14 .InstepQrtdpiltAgcountant`s RevfewpQport e • To the Board of Directors i` Kobo Utility Construction Corp. Sandwich,Massachusetts i, We have reviewed the accompanying balance sheet of Kobo Utility Construction :l: Corp.as of December 31.2014,and the related statements of operations and retained earnings,and cash flows for the year then ended, A review Includes primarily applying analytical procedures to management's financial data and making inquiries of r.w. Company management, A review is substantially less in,scope than an audit, the objective of which Is the expression of an opinion regarding the financial statements as �.. a whole. Accordingly, we do not express such an opinion, Ali Information Included in these financial statements is the representation of the management of Kobo Utility • Construction Corp. ;amu j = Management is responsible for the preparation and fair presentation of the -• financial statements In accordance with accounting_}arinctpies generally_accepted-In - - - the-United States of America and for&signing, implementing,and maintainning internal control relevant to the preparation and fair presentation of the financial statements, Our responsibility Is to conduct the review in accordance with Statements on L.wm Standards for Accounting and Review Services issued by the American Institute of •i Certified Public Accountants, Those standards require us to perform procedures to "-' obtain limlted assurance that there are no material modification that should be made x,1 to the financial statements. We believe that the results of our procedures provide a ' reasonable basis for our report. Based on our review, we are not aware of any material modifications that should `j' be made to the accompanying financtat statements in order for them to be to • conformity with accounting principles generally aocepted in the United States of America. Damnoci4, Merano 6'Cot, Lffl) 4 February 27,2015 -1- . il Til ,� EXHIBIT A �y-,""' KQBQStTtLIP(CONSTRUCTION'CORP,'' • , AAL9NCE SHEEN--DECEMOEh 31,2014 ; -..w (See Independent Accountant's Review Report) '_ ---- ASSET ._Y ^- CURRENT ASSET'S: • Qiiiiiii Cash i-, $ 3,411,866 Receivables 3,163,861 fsCosts and estimated earnings In excess of Millings on uncompleted contracts 687,362 1i'" Prepaid expenses and deposIts 73,452 :-.v Total Total current assets $ 7,324631 ~""` NET PROPERTY AND EQUIPMENT 1,975660 $. ._ 9,302,191 rt„� LIAI31LITIESND STOCKHgu t2S'aLITY • CURRENT LIABILITIES: Notes payable-current portion $ 180,968 • Accounts payable 762,715 =t Accrued expenses 143,241 - Billings-In excess of costs and estli dtki ;rte; eamIngs'on uncompleted contracts 40,180 4 Total current nobilities $ 1,127,104 NOTES PAYABLE;less current portion 274,481 STOCKHOLDERS'EQUITY: .:"' Common stock,no par value,2000 shares •,, authorized,600 shares Issued and oulstandfng 600 Retained earnings 7,900,006 ,1 Total stockholders'equit}r 7,900,606 ; .- ;: - $ 9,302191 • !i• The accompanying notes are an integral part of these financial statements, !...mi 2_ • 21 EXHIEIT B ,+. KQBO UMW CONS 2UQT1Q laQ1ww,. . STATEJTJ% EDDEcF3ID2Ol4NING3 T 01=QI S ANIELA[JsA . (See Independent Accountant's Review Report) REVENUES EARNED $ 17,092,978 COST OF REVENUES 12 001,600 GROSS PROFITS. '.:t 6,091,378 3• GENERAL AND ADMINISTRATIVE EXPENSES . 1,438,594 INCOME FROM OPERATIONS 3,652,784 i1 OTHER INCOME(EXPENSE): Gain on sate of properly and equipment Ofher income $ x,078 •�` 7,078 Interest income 6153 Interest expense (26,6$2) •rte; • Total other income-net 40,178 `1- INCOME BEFORE INCOME TAX EXPENSE 3,692,962 44x • INCOME TAX EXPENSE 134,337 rl NET INCOME 3,556,625 RETAINED EARNINGS,JANUARY 1,2014 • 5,473,474 DIVIDENDS PAID (1,632,093} -14 RETAINED EARNINGS,DECEMBER 31,2014 $ 7,900,006 LbiA7 The accompanying notes are an Integral • partof Mese financial statements. - ..3.. - . i !v • .EXHIBIT C . ; 1080 UTILITY CONSTRUCTION CQRp3: Zai i;; STATEMENT-0F CASH F Om r..-7 - FOR THE YEAR ENDED DECEMBER 31,2014 Lj, (See Independent Accountant's Review Report) ri INCREASE 1N CASH - r CASH FLOWS FROM OPERATING ACTIVITIES: ,.;.• Net Income S 3,558,626 { Adjustments to reconcile net Income to net cash provided by operating activities: ; ,E Depreciation and amortization S: 588,461 ''y*, Gain on sale of properly and equipment (53,624) (increase)decrease In: • `-`�`' Receivables 1: 863,480 ,;. -7 Costs In excess of billings (, (937,793) ate Prepaid expenses and deposits 686 f Increase(decrease)in: • Accounts payable .687,948 '►- Accrued expenses 72,941 + Billings in excess Of costs .. 08,601) %ii+-, 7 Total adjustments 1,653,493 nim • Net cash-provided by operating cavities 6,212,118 - CASH FLOWS FROM INVESTING ACTIVITIES: °"' Acquisition of properly and equipment (B76,817) 4. Proceeds from sale of property and equipment 88 028. . Net cash used in Investing act(vltles (788,789 i1- -, CASH FLOWS FROM FINANCING ACTIVITIES; ,zuiPayments on notes payable (58,411) '� Dividends (1,b32,4g3) '�,u„� Net cast)used In financing activities (1,898,60) —=.-` NET INCREASE IN CASH 2,632,825 ; CASH,JANUARY 1,2014 • 879,041 i',-*:',' CASH,DECEMBER 31,2014 $ 3, 11 i,866 :_: c The accompanying notes are an integral :'-' part of these financial statements. river 4 { • ' 4 • EXHI6}TC-CONTINUED KOBO UTILITY CONSTRUCTION OORP. "'ti STATEMENT OF CASH FLOWS-OONTINUeQ FOR THE YEAR ENDED DECUMBER 31,2014 '(See independent Accountant's Review Report) SUPPi.EMENI'ALSCH 7ULE OF NONCASH INiIFSTING AND FINANCING ACTIVM10. During the year ended December 31, 2014, the Company acquired equipment In .exchange for notes payable In the amount of$214,787. a SUPPLEMENTAL DISCLOSURES QF CASH ELOW INFORMAT CASH PAID DURING THE YEAR FOR: income taxes • • $ • 17.337 Interest paid 2082 ' S 'f • _ 1 _ /l • _ �rl�ltt lE,. !sot ' • �my, The accompanying notes are an Integrai part of these flnanciai statements, -o. I. 0 • -9- • M ' °Hllfap)J pup%JBssp 4ueaano.1eq}o llb 13U1MaDici roj slang mg so pesn sl polled own s,JDGA-euo V 'abe/j euo puoAsq11 . pua{Xe Abw gofgm'siopaauoo uol!onhJsuoo aepun elgbAr4 puo o1gDAJeoer jjunowp selJftfgblf pub sJsssb 4ue.Uno of sQpnlouI duudwo3 eqj It C) ti 1 i =e I. p; • a soauete p put luno lubls eq moo 11 jfp out purr esn erem p so ournse o woij Aim pjnoo sj nsea Jbntay •sesuedxe pUb senueAet pe]aode3 ela pub Se slunow tuHJaoclea ow 4aeOb suoltdwnsso pub ee aur Jsel eeso j Idlop jo Autfunoaob peld$aop 411DieueO • J 1J g ueweulyd JpJoU uJJ mu Bulabciead ul suo cf ns o puof S JlawlJsersesn 1U000p ewei;ubp�s t e=p Js w OU sj 4.i iul. 'amp/Bow apuojpq /memo elji b-f C}Jgn nu JOJ:6o noegj { pin seulwreJel� JUewel9bubw own. �#J jo I o •�tfe>fllus sf UQjtaelJoo em s un000y 'elgoAleaaa ssun000p uo ase e.u lJenioob o.Jou Si A o go 1 od sAupdulo3 oqj •suoIJlpuoo mem juo.uno pup SUoIJo0JJoa pub silo-eJJJf4 .Jspd)o A oisiq b Uo POSpq$4uno0ob Injjgnop rod eouD,14oJJp Up sot/sumps 9n(bnpup JqbAleoat eJgpzJ)pe)4eu ,Jb otgDAJeojp slnopoo sf se too A applied o uo •,��, 1r �tupdulo� eta ;ems J a 59 ". :0•31. �o 'Juewuteno3 sejoJS PO4Jufl eqJ Pun selIJJadJolunw . peuutoped ern seopues .11844 JO SUofjocl Jpfftap,Jsgns 'srotob4Uoa '1::0-0-- lbreuelpup '9d040D4U0o MDJ11lw 'tUeU.1u10AOJ3 pool put, e;DJS 'lbropej 014 IMM seolnies sutroJAed Aupdwo° eqj •Uo11D1AD UI UQJJD.gUOOuoo + D W SuoIJbJlplsuI AliliIn JbolIJ�eie An e�J 14peF3bOue sl dupdwo3 e1ll ,: i r. • 'ownwn 'r (MOMMcJned 0,lub4uno y luepuadopul gag) • 11 S 1 F 31Y S VIO ' • S3 O -N.J.- 1 '• 03 0 Oil I 10. 117 Oso` ' `�3 sr.ih: • 'I • • P :r.w:r.w-��i.''i�`H'�T"r•c r--i»t.-.�- -;' 5....+.-.1.liiri:w•x+nc-ni .i�.csr s.-....._.._ �. .1-Yl f. iii r 4 1 K UTIUW Co sTgUCTION CQRPz . . ._ NOTES TO FINANCIAL STATEMENTS_-CONt'INU O I' MEMBER 31,2014 :_ ., (See independent Accountant's Review Repan) I; Note 1: SUMMARY OF SIGNIFICAI CCCO�UMg p01,IClE CONTINUED IS Prope t d EgItgnt Property and equipment are recorded cit cost. Maintenance and' I repairs are charged to expenses as incurred. Expenditures which result In 1 . a Substantial betterment or extend the useful lives of assets are :, capitalized, The cost and accumulated depreciation of property IC • disposals are eliminated from the respective accounts and any gain or , il"'�'• loss thereon is reflected In the statement of operations and retained I. earnings, l - . Depreciation is provided-using the stralghthllrie method over the assets n�_• estimated useful lives. The estimated lives are as follows: mini-. Motor vehicles 6-10 years • Furniture and fixtures 6- 7 years "L - Machinery and equipment 8. 7 years ". --For- income-tax-purposes,--fhe-Company•uses primarily-acrceterc ted Inst; • • depreciation methods. �!• Subsequen - t Events: iii: . Management has evaluated subsequent events through February 27, Ns-i2016, the date at which the financial statements are available to be .amu . issued. 1-4.--J.. Loma-term Cor to ction Co trao s:' 1 Lwil The Company determines construction earnings under the percentage- 'We of-completion method. Under this method, the Company recognizes as ? profit that portion of the total profit anticipated from the contract which the cost of the work completed bears to the estimated total cost of the work covered by the contract, Where a loss is forecast for a contract, E".`' the full amount of the anticipated loss is recognized in the year in which it La :, is determined that a loss will occur. I I r�i i f" i • OIL. in la cWIR1107! CARP --1 '4 NOTES TO FINAIsl t,sTATt;tt�ENd'S CtN(1Fn LUMBER 31,2014 (See Independent Accountant's Review Report) t.� • Note 1: 8 1!L4 A V 0 6 I :1 A.CCOU ► '01 C ES- •1 i,U_i • _ * _Long-term Con6�ucttan Contracts Continued; "k' The performance of such contracts may e)ttend over several periods ! t ?..,•, and,therefore, periodic reviews of estimated final revenues and costs ' are necessary during the term of the contracts,• Final contract Ti ` settlements and periodic reviews may result In revisions to estimated final contract;profits or tosses which have the effect of including cumulative ice adjustments to income reported to date in subsequent accounting • 11; periods. -• income%ges; The Company flied an eleotfon with the Inflame?Revenue Service to be 41. classified as an S corporation far federal and state income tax purposes. in lieu of federal and state corporate Income taxes, the stockholders are M• taxed on their proportionate share of the Company's taxable income. In - addition to income tax imposed on the shareholders, the Common-waaitb of_Massachusetts takes-S corporalions-omthefr-nerwath an not income at the corporate levet. The Company evaluates all significant tax positions as required by _ generally accepted accounting principles in the United States, As of December 31,2014,the Company does not believe that It has taken any tax positions that would require the recording'of any additional tax 11 liability nor does it believe that there are any unrealized tax benefits that would either increase or decrease wifhln the next twelve months. The a Company's Income tax returns are subject to ,examinaifon by the 21 . appropriate taxing jurisdictions, As of December 31, 2014, the Company's federal and state tax returns generally remained open for 3g the last three years. • la El •M _3` - 14 • 1 .b_ t9a To 9 � ef3DUlpje) fro 016 sellaod poly lea 11104 one 0917'889'1 $ onp Aj uaun ;solgoNeoatiox�.�luo0 1i6 :Oulmollod et jl 40 posladWOO eto 1IOZ'161egweoeq lb selgpn)eoeJ - Et S9liz— V-AnUffa :£940N 1g Z81 L69 ' f eI 1 G" —:' sloolluoo paleldwooun uo sbuluipe s pg#DWJlse pup sjsoo 3o sseoxe Uj alma 490789 ' $ sjomuoo poleldwooun U0113111111410_ _. . _ %WM o 111111410ht - %WM Ul sbUlume po pwllse pup sjSO3 te .uolldno.4eegs eoupjpq Ouptupdw000r etll ul pepnloulIlt it • W1750'f It 0-KW 9 •t. elgp o1$041118 :sse7 1i= 999'ZZL'9 190'Z9C1 SOUIU1po pelawljs j 1710'600'9 $ sjopaluoo paleldwooun uo pannoul sjso0 . : oliol sp w atom slunop emit 11r10Z1S ' •tegweoej 1Y/ 'A1111t1p11 ""` lue.►ano asp polueso l oap s1ulujpe pelpUujlsp pub *op pelplei Jo ssepxe ill sOUJ1118 'loom.jueuno 0 so paluesoid nab sjoba}uoo poleldutooun `'AR uo s6ujj q pol0IQJ jo ssooxo uj sfulwpo pelowljse pup sjso0 cm- a. 10 Cl 19 .ti a 11 , - 1 , *9 v fl 0a , !. 00 :z 0-10N ,r; {{lode]rnelnea s.unwhom/4uepuedepui eas} .;.__ 1s std 0 111 • " 1,18r C $ . 1- 1 *.1 1 *N , •%48-6-0- 0•0.NO i0 miii1 o-2 .. f al 'gull situ.uo eoupfoq lulpuojs►fo au Sbnn Gie4 'NM sip Jegtueoeq jo s' 'Auaduto0 oq.jo ieNoipoojs mg Aq peojuuabnl AI►buosaed pup sjess13 sseufsnq ilcf Aq peanoss s .%ah I snjd ejba suipuel ourfad s up e ►po sipeao jo suit g4! a4J)lunq IboO{ o gum j►poio Jo OUil puPtuep 0 Su;ulpw Auadtu o out$ r:. a o :9 e4ON 0' s $ i7tCX'IV aeqlue0e©'001011D0 8 z o i laofred ow Oupnp enuenoa japa juo ;ssgZ EZb'9f/'i;Z _ 69t 080'6[ . :- suo►jpayiPou�pun s�Obajuop MeN :ppb' ' 69z'999'E $ 17t031 Abnu:veaublbg ! 'ESaequteeeq;p eouejspce ul'seanjuen julol jo en►snpxo rsjouajuoo pO s ii Aufjueseadet Ool)opq jo uailpii►ou:oea p si+no4s elnpelos bu1Moil0J e4.1 . Nail. tom .- 00 5 :9°40N ::: _ Lf` 099'gLb'E $ i' LQb'66t`z K Lb['gl t`h uof{aloeadep Pejplutnaoy :ssoi �`;. F05---:--- ssanjxfl pup eanjfuanj --s 96 t'09L'l #uoutdfnbe pub�tioulifobfr� `'� '` LSZLE' $ SWAM aolOW • 4136u►Moifo 044 JO pos►ail: si jou l :frwe'tSiequceoe© '`'T"; jueuld nbe up d{aedoad ,;v I, 13 1• e; 1 ' t .• . :ji 040N :' (1podeu r,�eIneil s$UD1UnOQOV lUOPUOdepUl eV with, ` Q :. dO3 •'f . ' p •~'7 NI_ m.,yiii..+in 1,istij !ft ,— i(c)B0 UT t 1Y Co s' TO O . i� o' o i ,msT t ATE �?�AI7e ^.N 4-2 bE MBR 1,2014 (See Independent-Accountant's Review Repot) ak ow Note 7; b p t NS CT_ = - The Company leases office and warehouse space under Iwo at-will agreements from related parties: Rent'expense undenant- r th se lease agreements was approximately $74.000 for the year ended • December 31, 2014, in addition, the subcontraotor and collected management Company f om a related party, = . Revenues from-these activities totaled approximately$910,0 year ended December 31,2014. 00 for the- 11 Note 8: 6 0 E t. it 11 N 6 -AA The Company has established a simple pension plan which Includes a provision for deferrals under I.R.C. Q01(k), Contributions for the plan ore made at the Board of Directors' discreti u - ended December 31,2014 totaled$22,8334n` Contributions for the year Note 9: NOTC�S p�VA 1 e1, - - , I Notes payab}e as of December 31,2014 are as follows: Notes payable In monthly installments of I • principal and interest ranging from$364 to$2.329. Interest rates range from 0,0% to 9.00%per annum, The notes mature at various dates with the last note maturing October, 2018, These notes are secured by specific pieces of motor •vehicles and equipment. $ 4G5,449 `: Less: Current portion ?�, Long-term portion JAM s` 274,481 3C% ,i it l y11y irill • KOBO U:fil,I1Y CONSTRUCTION CORP, . !10_TES TU I:INA CI6 1AT fy11S z_00NTINUgD DECEMBER 31,2014 (Soe Independent Accountant`s Review Report) Note 9: 1Vo1'ES PAYABg CQN Q Schedule of maturities of notes payable are as follows: .A • . December 31: ' . 2016 $ 180,968 21)16 2017 149,418 A 2018 • 106,1152 2019 14,172 14 4339 v,S 48,5, 49 MI interest expense Incurred on ail Company debt for the year ended 41 December 31,2014 was$26,582, II Note 10: D I.QSU a=s C IEiCANF RIEAND UNCERTAM I . ;Conapntrgfton: If Substantially all of the Company's business-Is with customers and contractors located within New England and, therefore,as of December 31, 2014, the majority of the Company's receivables are from contractors 31 and customers located within New England. Approximately 14% of the .Company's revenue for the year ended December 31, 2014 was derived til from one customer. ill As of the balance sheet date, balances of cash did exceed the la federally Insured limit of $280,00. These balances fluctuate during the year and the uninsured portion can vary greatly. • • -12- •1 2 Ci.,QBO UTILITY CONSTRUCTION NOTES TO FINANCIAL STATEMENTS-CONTINUED pram 3Ff ,31 aa (See independent Accountant's Review Report) • Note 10: QISCLOSURES OF W (�BCAND(SK AND NC.RTAINTIES-CONTINUED � sc r f f t lwsf � eve o t o ; As outlined in the Statement of Accounting FFolloles, the Company's construction revenue is recognized on the percentage-of-completion basis. Consequently, construction revenue and gross margin for each 3 reporting period is determined on a contract by contract basis by reference to estimates by the Company's engineers of expected costs to be incurred to complete each project. These estimates Include 1 provisions for known and anticipated cost overruns, If any exist, or are expected to occur. These estimates may be subject to revision In the 1 - normal course of business; • - t i r • • • f •t . i. $CFiEDUJ.E nt OBO Y L TY o TRUCTIO O SCHEDULE OF-GENERAL AND ADMINISTRATIVE EXPENSES EQR THE ' D E 8E .2014 (See independent Accountant's Review Report on Addliionol Information) Salaries and wages I $ 636,727 nsurance 420,232 nlf Employee benefits 188,778 Rent Payroll taxes 74,241 17 Automobile expense 8663,,005 Office supplies and expense 42,859 Telephone and utliltids 29,836 ZD Miscellaneous Other taxes 26,139 . 22,201 Repairs and maintenance 16,400 Professlonal fees 14,900 Travel and entertainment 7,244 Advertising 6,736 Postage and delivery 6,622 Contributions -Bad-debt expense 247 Bid costs • 3,247 . Purchase discounts 1,960 rit Management fees - ,O09) �t80, 09). 1,08,694 -17- Darmody, Medina $r Co,, Lip -c6HTlplen PUOLtC ACCOUNTANT$AND CDNsOLYANTs - =t 75 Federal Street, Boston, Massachusetts 02110-1997 OFpmcu (817) 426.78OO a FAX(617) 426-2245 WWw.DA1 mom188t_1t{O.cOM tndenendan Accountant's Review Roach on Additional informdtton *f! To the Board of direotors Kobo Utility Construction Corp. - Sandwich,Massaohusefts • Our independent a000untant's report on our reviewon the basic financial statements of Kobo Utility Construction Corp. as of Decemer 31,2074 appears on page 1. That review was,made primarily for the purpose of expressing a conclusion that there are no material modifications that should be made to the financial statements in order for them to be in conformity with U,S, generairy accepted accounting principles. The additional information in Schedules i through Iii are presented for the purpose of additional analysis and is not a required part of the basic finanolal statements. Such information has been subjected to the Inquiry and analytical procedures_cippited_in the-review of-the basic financial-statements,-and we did not become aware of any material modifications that should be made to such information, farinod , Merano e'Co., LOP • February 27,2016 • -14- - F BID BOND Conforms with The American institute of Architects,A.I.A,Document No.A-310 KNOW ALL BY THESE PRESENTS,That we. KORO Utility Construction Corp. 4 Victory Drive,P.O.Box 578,Sandwich,MA 02563 as Principal,hereinafter culled the Principal, and the Travelers Casualty and Surety Company of America • i of 350 Granite Street.Braintree,MA 02184 ,a corporation duly organized under the laws of the State of Connecticut ,as Surely,hereinafter called the Surety,are held and firmly bound unto Williamson Flying Club,Inc. 5502 NY-104, Sodus,NY 14551 as Obligee,hereinafter called the Obligee. in the sum of Five Percent of Bid Amount Dollars(5 5%of Bid Amount ) ,for the payment of which sum well and truly to be made,the said Principal and the said Surety,bind ourselves,our heirs,executors,administrates,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for PROJECT NO.3-36-0215-29-14(NYDOT 94000307.0047)Williamson,NY Airport Lighting Improvements Project. NOW,THEREFORE,if the Obligee shalt accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid,and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shalt-be-nulLand-void,-otherwise to remain in-full force-and effect.— ------ - •----- - -- - Signed and scaled this 29th day of April 2015 ei _n } ' Ko80 Utility Construction Corp. (Seal) (210 -t 1 Principal witness { ._.!.....E. =,!/- 1, 2 -/• Title ea/fi �j ()Jail /Z, Travelers Casualty and Surety Company of America (/(�- ( tt/U Witness { By Z o -4- ' ... George G.Powers,`Attorney-in-Fact 3.0054/GEEF 12/00 FRP WARNING:THIS POWER OF ATTORNEY Is INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERS' Farmington Casualty Company St.Paul Mercury Insurance Conipany Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 223428 Certificate No. 006077153 KNOW ALL MEN BY THESE PRESENTS:That Farmington Casualty Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company.Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint John C.Driscoll,Dennis W.Driscoll,Timothy P.Lyons,Claire Cavanaugh,Martin L.Donovan,and George G.Powers of the City of Norwell ,State of Massachusetts ,their truo and lawful Attomey(s)-in Fact, each in their separate capacity if mom than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of.guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required orparrtiiiiedla any i,tIfons or proceedings allowed by law. \.:\. :i4 ° ,° - :.j1 ,lit' �. ; -. •;; },.,•-: IN WITNESS WHEREOF,the Companies have caused this instrtjmppt to be stoned addihelrcorporate seals to be hereto affixed,this 29th da of October 2014 ,{ - y Farmington Casualty Company' °F ' 't v i St,Paul Mercury Insurance Company Fidelity and Guaranty.surraice,Coairpeny-=ti. • Travelers Casualty and Surety Company Fidelity and Guaranty Insuralice Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St,Paul Guardian Insurance Company- - _ _ _ -- _ -__- ____ —- . . .- _. - ---_ Aso • Bpd Gh6L,�r4 �,-.tY4._ . �:• eon 'o‘ any �,e iNryp It%s. ` �.' Yan% 1 9 1977 5i £ o n°d' t am i8 r` !� S$JLL /_:1.1J ` • Stale of Connecticut By: - City of Hartford ss. Robert L.Rancy,l. VicePmsident Oa this the 29th day of October 2014 ,before me personally appeared Robett I..Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters.Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,'ftavelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed tire foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. toilkzeitt In Witness Whereof,I hereunto set my hand and official seal. %TAM o, C. My Commission expires the 30th day of June,2016. * Auto * Marie C.Tetreault,Neatly Public 58440-8-12 Printed in U.S.A. WARNING:THiS POWER OF ATTORNEY IS INVALID WITHOUTTHE RED BORDER 0 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,Sr.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: ' RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,.any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary of any Assistant Secretary may appoint Attorneys-in-Fact end Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recogaizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her,and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shalt be valid and binding upon the Company when(a)signed by the President,any\ice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds ' and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which It Is attached. I,Kevin B.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company.Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance iI Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paut Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,'travelers Casualty and Surety Company of America,and United Stales Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. . IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this '�1 day of- it-1,0/7" � .20 AS' Kevin E.Hu hes Assistant, sst Cant sec lacy I [ S ll* o+ ,,,i v ii ,,ti a et, .01 musts tiTrYpk ���ec_� ,83g t 1t77 + A0'� S+$„r`.^ ( �oy3 `ah. y . 19J1 C a �SES$Rb b o� a ,1 ® 2 I 4,- A (, , � �s �y . 1p ` & iPi .'- ‘17111SIV . 0'' t•s I To verify the authenticity of this Power of Attorney,call I-800421-3880 or contact us at wtvw.tmvelersbond.com.Please refer to the Attorney-In-Fact number,the Iabove-named individuals and the details of the bond to which the power is attached. i I 1 I i i ,. „_ ._.,, „_,�W „ _,,�- .•. ISANVALIDWIIHOWTHErGWERD BORD t Airfield Lighting and Signage Repairs SAFETY PLAN COMPLIANCE DOCUMENT(SPCD) CERTIFICATION Southold, NY Project Location: Project Name: Airfield Lighting & Signage Repairs Contractor's Official Name: Kobo Utility Construction Corp. Contact Person: Edward M. Bennett Telephone: 508-888-2255 Street Address: 4 Victory Drive P.o. Box 578 City: Sandwich State: MA Zip: 02563 Certification Statement: I certify that I have read the Construction Safety and Phasing Plan(CSPP)included in the Contract Documents and if awarded this Contract,I will abide by its requirements as written. I certify that I have read the Safety Plan Compliance Document(SCPD)included in the Contract Documents and if awarded this Contract,I will abide by its requirements as written; I certify that I will provide the information required in the SCPD prior to the start of construction work,if awarded this Contract,and that I will provide any additional information requested by the Owner. Kevin O'Neil Printed Name of Signer Signature President September 8, 2015 Title Date (THIS FORM MUST BE COMPLETED AND SUBMITTED WITH PROPOSAL) END OF PROPOSAL PROPOSAL-28 Airfield Lighting and Signage Repairs CONTRACTOR'S DBE PLAN (Submit this form and attach one DBE Letter of Intent Form for each DBE subcontractor,supplier or manufacturer.) Project Name/Location: Airfield Lighting and Signage Repairs,Elizabeth Field Airport,Fishers Island Total Awarded Contract Amount: $ 413,686.00 Name of Bidder's Firm: Kobo Utility Construction Corp. Street Address: 4 Victory Drive City: Sandwich State: MA Zip: 02563 Printed name of signer: Edward M Bennett Printed title of signer: General Manager DBE UTILIZATION SUMMARY DBE Contract Amount DBE Value Contract% DBE Prime Contractor $ x 1.00= $ % DBE Subcontractors $ x 1.00= $ DBE Suppliers $14,092.00x0.60= $ 8,455.20 2 DBE Manufacturers $ x 1.00= $ *Total Proposed DBE Participation $ Established DBE Goal $ % * If the total proposed DBE participation is less than the established DBE goal, Bidder must provide written documentation of the good faith efforts as required by 49 CFR Part 26. Affirmation: The undersigned hereby assures that the information included herein is true and correct,and that the DBE firm(s) listed on the attached DBE Letter of Intent Forms have agreed to perform a commercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this plan may be made without prior approval fro :e Civil Ri._- Staff of the Federal •viation Administration. By: y, General Manager ( gnature of Bi.tjer's representative) (Title) 2014 GP 200-57 Airfield Lighting and Signage Repairs DBE LETTER OF INTENT FORM (Submit one form for each DBE subcontractor,supplier or manufacturer.) Project Name/Location: Airfield Lighting and Signage Repairs,Elizabeth Field Airport,Fishers Island Name of Bidder's Firm: Kobo Utility Construction Corp. Street Address: 4 Victory Drive City: Sandwich State: MA Zip: 02563 Name of DBE firm: MRS Airfield Lights &Supplies, LLC Street Address: 706-1 Old Shore Road City: Forked River State: New Jersey Zip: 08731 Contact Person: Michele Schindewolf Telephone: 609-259-5720 Certifying Agency: Port Authority of NY/NJ Expiration Date: March 2016 (DBE firm shall submit evidence,such as a photocopy,of their certification status) Classification: 0 Prime Contractor ❑ Subcontractor ❑ Joint Venture ❑ Manufacturer PS Supplier SUMMARY OF WORK ITEMS Work Item(s) Description of Work Item Estimated Total Value Quantity Electrical Supplies Electrical Supplies $8,455.20 The bidder is committed to utilizing the above-named DBE firm for the work described above. The estimated dollar value of this work is$ 8,455.20 Affirmation: The above-named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. By:' XP� ; '.�l.r,A2C President (S ,.na e of DB,E firm's representative) (Title) If the bidder does not receive award of the prime contract,any and all representations in this Letter of Intent and Affirmation shall be null and void. 2014 GP 200-58 Airfield Lighting and Signage Repairs DISADVANTAGED BUSINESS ENTERPRISE DBE PARTICIPATION SUMMARY (Submit one form for each DBE Firm.) Contractor Name: Kobo Utility Construction Corp Address: 4 Victory Drive City: Sandwi r State: MA Zip: 02563 DBE Firm DBE Finn: MRS Airfield Lights&Supplies, LLC Address: 706-1 Old Shore Road City: Forked River State: NJ Zip: 08731 DBE Contact Person Name: Michele Schindewolf Phone: 609-259-5720 DBE Certification Agency: Port Authority of NY/NJ Expiration Date: March 2016 Each DBE Finn shall submit evidence(such as a photocopy)of their certification status. DBE Commitments/Awards — Black American Asian-Pacific American -Breakdown By _ Hispanic American x Non-Minority Women Ethnicity&Gender Native American Other(i.e.not of any group listed here) Subcont.Asian American Classification: = Prime Contractor x Supplier _ Manufacturer Joint Venture Subcontractor Work items Amount performed by DBE Description Quantity Paid to DBE Supplier Electrical Materials The Contractor utilized the above-named DBE Finn for the work items described above. The actual participation is as follows: Total amount paid Percent of Contractor's to DBE Finn: $ 8,455.20 total contract: 2 % Affirmation: The above-named DBE Finn aff • that it has performed e work items described above and has been paid the amount stated above. 7 • 7/ By: General Manager *nature) (Title) 2014 GP 200-59 ' L MUD. ,CrY OF NY& NJ March 24,2015 Ms. Michele Schindewolf President MRS Airfield Lights & Supplies, LLC 40 Spring Garden Road Robbinsville,NJ 08691 RE: ANNUAL AFFIDAVIT- CONTINUED DBE ELIGIBILITY Dear Ms. Schindewolf: We are pleased to inform you that MRS Airfield Lights& Supplies,LLC continues to meet the eligibility criteria for Disadvantaged Business Enterprise (DBE) certification pursuant to U.S. Department of Transportation, Code of Federal Regulations Title 49 Part 26. Your certification will remain in effect provided there are no changes affecting your firm's DBE eligibility. It is your responsibility to notify this office in writing within 30 days of any changes. Failure to do so may result in decertification of your firm. • If you have any questions regarding this letter, please email the Office of Business Diversity and Civil Rights at certhelp@panynj.gov or contact me at(212)435-7816. Sincerely, 4 ~ e omlinson t ertification Analyst •ffice of Business Diversity and Civil Rights v,ww.panvnj.govi supplierdivei sity BfD BOND Conforms with The American Institute of Architects,A.I.A.Document No.A-310 KNOW ALL BY THESE PRESENTS,That we, KOBO Utility Construction Corp. 4 Victory Drive,P.O.Box 578,Sandwich,MA 02563 as Principal,hereinafter called the Principal, and the Travelers Casualty and Surety Company of America of 350 Granite Street,Braintree,MA 02184 ,a corporation duly organized under the laws of the State of Connecticut ,as Surety,hereinafter called the Surety,are held and firmly bound unto Town of Southold Town Clerks Office,53095 Route 25, Southold,NY 11971 as Obligee,hereinafter called the Obligee. in the sum of Five Percent of Bid Amount Dollars(5 5%of Bid Amount ) ,for the payment of which sum well and truly to be made,the said Principal and the said Surety,bind ourselves,our heirs, executors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for Airfield Lighting and signage repairs-Southold,NY NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid,and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 10th day of September 2015 KOBO Utility Construction Corp. (Seal) WO-MJ4)—• Qi. 5 Principal Witness PeEcia tITitle Travelers Casualty and Surety Company of America ?jet' r t/ nn fi / Witness { By 2, e � _� 6z.George G.Powers, Attorney-in-Fact S-0054/GEEF 12/00 FRP WARNING.THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER {� POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 223428 Certificate No. 0 0 5 5 2 0 15 3 KNOW ALL MEN BY THESE PRESENTS' That Farmington Casualty Company, St.Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint John C.Driscoll,Dennis W.Driscoll,Timothy P.Lyons,Claire Cavanaugh,Martin L.Donovan,and George G.Powers of the City of Norwell ,State of Massachusetts ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and . other writings obligatory m the nature thereof on behalf of the Companies in their business of_guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted'in any'actions or-proceedings allowed by law '1 1711 3 • 1..,, ,i1 IN WITNESS WHEREOF,the Companies have caused this instrument:toobe signed.and their corporate seals to be hereto affixed,this 17th day of June 2013 ^As- ,Y` •,s, . '4 i' fh s„,a' ' y "3� Farmington Casualty Company 'y.%.r ; ,``i” St.Paul Mercury Insurance Company Fidelity and Guaranty,Insurance`Company,C�7' Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance " Company ompany •\ fa pI Nt86 );-, ' l•/. �GOPPSnUy(1L � rtpv !v JFIRy Op�W . G. y p'P !.N SN+yt J,::Y 4%s � � 1,Z5"444:`' ' fn , �oNo+arCORPDR9tG r 'm; 1-,i0-0,4A\ '7W O t•2 P9 G 'I' t0 1982 0 t 1g]7 - 0 xitc Qt m1 3Z _. O: a HARTFORD 3VTFDRD, s y1E• y DAV 1951 I) - .SEAL "- Eii.L g w 'sl, ,, oF ,1> �Sr 7 s•. �W CONN 8 OH $ b`d. a .� Dlr, 'v y4��NCGa�S`;A�yf "S • ayr nava 4:'''‘ v+v N NOP f 1 ; State of Connecticut By f*�i City of Hartford ss Robert L Raney, enior Vice President On this the 17th day of June 2013 before me personally appeared Robert L Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal. tc•TEr -' �W w" C . V My Commission expires the 30th day of June,2016 * POMP . Mane C Tetreault,Notary Public C"► ' 58440-8-12 Printed in U S A. WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 41) This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidehty and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authonty may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary,and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescnbed in his or her certificate or their certificates of authonty or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers-President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other wntrngs obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United,States Fideliit`y,`:and Gutar my Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,%which:is inLfull fore and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and,affixed the•seals of said(Cbinp'anies this I() day of See-e c&eC ,20 I Kevin E.Hughes,Assistant Sec tary 1'tly��, i S €!2 A16uTa050 lP :• iED: m£ S ► aina7sss 6SEAL/ cONN . 1 ? 6.4 4'4 To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to winch the power is attached. WARNING.THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER - •BID BOND Conforms with The American Institute of Architects,A.I.A. Document No.A-310 KNOW ALL BY THESE PRESENTS,That we, Hinck Electrical Contractor Inc. as Principal,hereinafter called the Principal, and the Fidelity and Deposit Company of Maryland of Maryland ,a corporation duly organized under the laws of the State of Maryland ,as Surety,hereinafter called the Surety,are held and firmly bound unto Town of Southold as Obligee,hereinafter called the Obligee, in the sum of 5% of amount bid Dollars($ 5% of amount bid ) ,for the payment of which sum well and truly to be made,the said Principal and the said Surety, bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for Construction of the Airfield Lighting and Signage Repairs at Elizabeth Field Airport Fishers Island Southold, N.Y. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 31 day of 'U•ust 2015 Hinck ' - •ntractor Inc. (Seal) Witness Principal { Title Fidelity and Dep4 ompany • Ma. land Witness { By MAW Robert J Frey Attornrin Wt S-0054/GEEF 12/00 FRP r - e ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by JAMES M. CARROLL, Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute,and appoint Robert J.FREY,of Malverne,New York, its true and lawful agent and Attorney-in-Fact,to make, execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF,the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 4th day of February,A.D.2013. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND f �, D[I+(ew V _'+AI. a .... a , In: a, ., nu F LV.siyam' �� .s.b-� 11398 0 i BY- CJ _ _." Assistant Secretary Vice President Gerald F.Haley James M. Carroll State of Maryland County of Baltimore On this 4th day of February,A.D.2013,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,JAMES M. CARROLL,Vice President,and GERALD F.HALEY,Assistant Secretary,of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authonty and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. Q �J.,v.i . — .::,.),---..,,,,.. ...- • .S'- ?U•>' ` ,,,,,n ,N` Constance A Dunn,Notary Pubhc My Commission Expires:July 14,2015 POA-F 093-7493A EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. TESTIMO., .. ERE•" have hereuTfto subscribed my name and affixed the corporate seals of the said Companies, this _ day o ajit, 20/i . p Dter's G.; �Z'�, CJSL1/44, :x; +05 BEAL n o �t: 1'40 tt» : :4,-,.._1998 a=a ..r,a '7 Thomas 0.McClellan,Vice President FIDELITY AND DEPOSIT COMPANY OF MARYLAND 600 Red Brook Blvd.,Suite 600,Owings Mills,MD 21117 Statement of Financial Condition As Of December 31,2014 ASSETS - Bonds $.142,720,308 Stocks r 21,816,223 Cash and Short Term Investments 2,077,768 Reinsurance Recoverable 10,375,303 Other Accounts Receivable 46,778,921 TOTAL Ammo)ASSETS $ 223,768,523 LIABILITIES,SURPLUS AND OTHER FUNDS Reserve for Taxes and Expenses $ 1,321,332 Ceded Reinsurance Premiums Payable 49,965,411 Securities Lending Collateral Liability - - - 4,009,064 - TOTAL LIABILITIES $ 55,295,807 Capital Stock,Paid Up - $ 5,000,000 - Surplus - - - 163,472,717 Surplus as regards Policyholders 168,472,716 TOTAL $ 223,768,523 Securities carried at$58,191,540 in the above statement are deposited with various states as required by law. Securities carried on the basis prescribed by the National Association of Insurance Commissioners. On the basis of market quotations for all bonds and stocks owned,the Company's total admitted assets at December 31,2014 would be$227,936,393 and surplus as regards policyholders$172,640,586. I,DENNIS F.ICERRIGAN,Corporate Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing statement is a correct exhibit of the assets and liabilities of the said Company on the 31st day of December,2014. i4 rporate Secretary State of Illinois City of Schaumburg SS: Subscribed and sworn to,before me,a Notary Public of the State of Illinois,in the City of Schaumburg,this 15th day of March,2015. x 44 t Notary Public DARRVL JU TtEl1 OFFICIAL SEAL IVolary PuL'i-j.: ---., btic-State o1 Illinois • by Commission Expires ?, February 24,2018 ------- --- - — - • - (MeknlowledgPrincipe!,by !,sn it be a Corporation] i STATE OP t3 6f VOW) i 1 ss-' 1 COUNTY OF ) _ Cin his day of . ,tyre me p� Uy came i s . , to me known and known to me SO be the persenls)described in and who executedt ie foregoing Instrument and acknowledged that he I she executed the same. Notary Public (Acknowledgment by Principal,if a Corporation) STATE tFNEW TOOK) COUNTY OF fj(14 1,14 ) ss-: - • On Me $ • 141% day of J k=ph before me peFscsaiiy came CIaa) Hinck ,tomes who,baby mo duly.d dePose and say that heishe resides is 2 IP 2 1-06 cid h l o c,2igri—aaI`!t - 14-Y._,_-.-- - of -HINCK ELECTRICAL CONTRACTOR INC'. • - - - ratian described m and why executed the fonsgoing fug that he I the seal!of said mon;that the seal affixed to said instrument is such cite seal;that it was so after by - .order of the Board=f Directors of said moose n d that he ishe - i•name thereto by tike off'_ AA� 0.. d' LbWiz BARBARA A. MCGIVNEY • - N ARY PUBLIC-STATE OF NEW YORK NEW YORK (Acknowledgment int by�ci�i ) No. 01MC6328934 sun oF _ Qualified in Suffolk County I as"=theyt31= NASSAU ) My Commission Expires August 10. 20�9 - J On - �.�`C of . _IS, t are personallycame ROBERT 3 PREY d, SWC: •did • itomeknown,who, tSbynae depose and say that he d she resides in MALVERNE N-Y. that he f she is the ATTORNEY IN FACT of extFIDELITY AND DEPOSIT COMPANY OF MARYLAND _ corporation deaCribeci in and which executed the foregoing- rol that UMW knows the sea!sf sad fin;that the seal affixed to said instrument 1a WW1 Car ate s921:that Awes no affixed by the order of the Board of Directors of said corperaden,and that he I she signed their name thereto by i - ardor;and that th Eahinties of said COMpolity ata Ma.eased its assets as ascertained is tie:inner provided by the lawn of the ate c6 New Y - • - - - - . '1' ')'-' ' / • NOTAR . 3 l � t� P • ' UU,State of New ifitti ktie Admitid in Masson ,,, n 1� .1/4t,oiswiahn memo / . �• THE AMERICAN INSTITUTE OF ARCHITECTS i_ AIA Document A310 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, BASELINE-KING CORP., 111 Liberty Street, Barneveld, NY 13304, as Principal, hereinafter called the Principal, and THE OHIO CASUALTY INSURANCE COMPANY, organized under the laws of the State of New Hampshire, licensed to do business in the State of New York, as Surety, hereinafter called the Surety, are held and firmly bound unto TOWN OF SOUTHOLD, 53095 Rt 25, Southold NY 11971 as Obligee, hereinafter called the Obligee, in the sum of Five Per Cent (5%) of the Amount Bid ($ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS,the Principal has submitted a bid for: Elizabeth Field Airport—Fishers Island Construction of airfield Lighting & Signage Repairs NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of failure of the Principal to enter into such Contract and give such bond or bonds, if the Principal shall pay the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise remain in full force and effect. , r Signed and sealed this 20th day of Au. st I A.D. 2015. Basy e-Kin. Co.!. . (Princi� f ! 4 (Seal) By: �. i James i•:, 1'resident The Ohio Casualty Insurance Company (Surety) ` (Seal) By: - __—•-- Raymond L Suatoni Attorney-in-Fact AIA DOCUMENT A310•BID BOND•FEBRUARY 1970 ED. 1 BS-1557 ✓�� ) • Airfield Lighting and Signage Repairs STATEMENT OF SURETY'S INTENT TO: Town of Southfold We have reviewed the bid of Baseline King Corp. (Contractor) of ill Liberty St . , Barneveld NY 13304 (Address) for the Airfield Lighting and Signage Repairs project for which bids will be received on: . 11 Sept ember 10, 2015 (Bid 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 become 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: Jtti`d Or !4 The Ohio Casualty Insurance Company Surety's Authorized Signature(s) Raymond L Suatoni, Attorney-in-fact (Corporate seal,if any.If no seal,write"No Seal"across this place and sign.) ATTACH PROPOSAL GUARANTEE ATTACH POWER OF ATTORNEY (This form must be complete and submitted with the Proposal. Copies of this form may be filled out and attached to this page.) PROPOSAL-24 . CORPORATE ACKNOWLEDGMENT State of New Yorls County of OVV.A On the -SI day oft ,2015 ,before me personally came James King to me known who being by me duly swo did depose and say; that he is President_of the _Baseline King Corp. the Corporation described in and which executed the above instrument; that he knows the seal of such said corporation;that the seal affixed to the instrument is such corporate seal that it was so affixed by order of the Board of Directors of the said corporation,and he signed his name thereto by like order. ' . 4 PATRICE JOSI.IN KING 0clV-� a i►. \ei ' ` •.,•••. Notary Public,State of New York « No.01 K16327174 o Notary Public ' - -,,' Qualified in Oneida County ' Commission Expires June 29,201.V' SURETY ACKNOWLEDGMENT State of New York County of Onondaga On the 201 day of August , 2015before me a Notary Public in and for the said County and State, residing therein, duly commissioned and sworn, personally appeared Raymond L Suatoni known to me to be the Attorney-in-Fact of the Ohio Casualty Insurance Company .. the corporation described in and that executed the within and foregoing instrument and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS THEREOF,I have hereunto set my hand and affixed my official seal,the day and year stated in this certificate above. Notary Public DEBORAH SUATONI Lic.#01SU4934873 Notary Public-State of New York Qualified in Onondaga County . My Commission Expires JUNE 20.24.4X; :_THIS POWER OF'.---A-TT-ORNEY IS NOT VALID_UNLESS IT IS,PRINTED:ON'RED_BACKGROUND: : _ _ - c:-This=Power of Attorney-limits the acts of those named herein;and they"have no authority to bind thecompany except the=manner and.to the extent herein stated, _ _ = - - _ - - _ - - - - - _ - - - _ - -Cerbfcate No-7053.526 - -- _ - - _ - - American Fire and-Casualty Company _ = Liberty Mutual:Insurance;Company_ = "" _ _ = - - • - _ The Ohio Casualty Insurance Company - = West Ame_rjc`anansura ice Company = _ - - : _ _ _ - - _ . - = P-OWER OF"ATTORNEY : _ - - - _ _ - _ - _ - _ - - - _ ▪ KNOWN AL-L PERSONS BY THESE:PRESENTS:-That American Fire&Casualty,Company and The Ohio Casualty Insurance Company are corporations;duly organized under_the laws of- - -_ _ ".'the-8146'2f New Hampshire-,that Liberty Mutual Insurance Company is a-corporation duly_organized under the laws_'of the State of Massachusetts,.and WestAmencan Insurance Company_- _ _ '...----:-1...z.--:;[;a corp`oratton'duly organized:under the'laws of the State of Indiana(herein collectively called the°Companies),pursuant to and by`fauthonty herein se[forth,does herebyname;oonstitute , _ _ and appoint;• =Bernadette-M:Richer Deborah-A Suatoni;Joseph R;".Riggle;Raymond L SUatoni;Rebert:ID-Gallager;.Tucker H:Lounsbury- _ - = - - -r 3. __ =.all of-the�cdy of=Syracuse = state of=NYa = = _each individually if there be more then one named,its'true=and,lawful attomeyinjact to make,execute;seal,;acknowledge;= _ and deliver,for and`onite beh-alf as surety.and as its^act and-deed anyand all undertakings;bondsirecognizances and other surety obligations,-in:pusuance-iof these pteserits and shall, -____-y-::: = • begs binding Upon lhe`,Companies as if_they have.been dufysigne`d bythe president and attested by fhesecretary of:tlie Cornp"anies in'ttieir own proper persons := - - _ IN_WITNESS`WHEREOF this Power of A_ttorneaias-been;subscnbed b ari authonzed-offrcer oiiiiall-or:th--e:-'C-Or-lip --nr..-aisir-a:n:df..attie'co Jorate seafs"of the:-'..C:orn -`ries Have been affixed= l Y. Y ?pi) _ ,P �- =thereto this sin_ _ _day of -'July-_ = ;2015:- _ _ _- - = __ j - _ -_ - -Amencari-Fire;andGasualtj!Company •--,-•-"'"---=-'•----- ^•'i-�pjD,CASL-;--:------r--- 7.PN��INS(iq-�" �_ �;�\;iNSU���- _e-a„,,,,,06.4.,,,,-1_RS_SUq,�: _ - - - :� - - - - - _- ti---pr01(jr-0N�`---y,0PPU�r' " -„ -,O�°gpOluirC C.-- �_ � ( - - _ - _ - _ - - _ Tfie.OfitoCasualty_Insufance Company - -N a �4 ` "-�* - I - so = _ -_ :---- -_ - - • �Libeit:M--''' '`nsurance'Com"an - _ = m_ S 1906 o o =.1919 = o _ . 1912 .3 ; r --_-./49-1.::: ° - _ _ _ " _ Y a_-5-. �: ,P__Y�•= _ .-s: ou _ -- a _ _ _ ,I -;:,"-.-.:West,-fi :-•_n-lnsurance=Company, - - - - die--•" ;�„�i.��aL O �.� �ye , zZ-z- �- . y '..; .- 'F2 - _. -_ _ - - � -"_ - _ -" - - _ _ _ �- - _ - _ - _ - -__ _ `•�. - .j:_ �ybw+unto%tom ---;-'1:_ �n'' --x--- o....•yrtccir,'--', !2 - _‘4::,--r-r,- - : - - _ '" - ' _David M.Care_As"srstant Secreta __;:STATE OF_-PENNSYLVANIA` _ :,- - - - __ - _ _ 1:::::: _ _ ry _ _ _ �- _f_l=000NTYOF MONTGOMERY- _; - _ _ _ _ _ _ _ • _ _ = _ =� 5 '''',9f'.- -.---:'•---'-' . Jul' --,-2015- - ' _ - _ - • _ -- -• - - _ daof Y before;me`personaliy_appeare_d.David M:;Carey`,.who`acknowledged'him▪ self-to,be tthe Aswstant=Secretary',_of American;Fire and -rb- r1.--':C-,,a:----':-lt'C-M-pany Liberty Mutual Insurance Company The Ohio:Casualtyllnsurance Company,;and•WestAm6rican Insurance Company,and thafhe,as such b_emg authorized"so to do`;;j;y= =o_ 'execute the foregoing instrument for the purposes_therein contained by'signing on behalf of lhe'corporations by hirriself as a dulyauthorized officer_';.= =N=yWITNES_S-WHEREOF;•I ha-ve.hereu_nto.subscribe_• d•myname an_d affixed"my,notanalseal-aiPlymouth Meeting;Pennsylvania,on the_day`_a`nd-year first,a__bb've-written:: : _ _• ":cc.0`1]: -t,� - I - z--- _ _ __ _ _ SP-p - _- ,..;E:comm, _ALT,OF PENNSYLVANIA%_c� _ - _ - _ C 71 - - _ _ —Q hj -Ea l _ -No[ari1_Z-tali;- - - _ - - _ y;,,-- _ v.J Te esa Pastel-' to rPu1 �?y - -- • -`Oi Plymouth_Twp,_Montgomery Coou ty- - y=; �==t.�� _0;�. J�- '"_ - _ - _ �_; _ ,,^„_ Teres-a=eastetla,'-fyotary•PGblic_ =_ - ,0-i: 7"l -=My Commission Expires M:1_,'28`2017, - - ��,_; �:_,r =d=C= '`� - :-='.---- -:-----::-=:=.----,/,'41G- 0 y P ��' 'Me'mbe�'Penns"Ivan' s`sociaUo`norNolanes l^ v�� - 'J= '~" CC "ice:�= `G- Fol-This PowerofAt- torney a made-and executed pursuant to and by authority of the following By_raws a dAut mations ofArnencarf Fire and"Casualty;Company'The"Ohio_"Cas"'Rik-surer-16W-a 'm=o= E.-y^,F,Com�ariy Libey Mutual lnsurance_Company:and'We_stAmenccaan IDsurance_Corrjpany,which resoIutions_are"now in-frill force and effect readi g_a`s follows_ .;:_._,;_--,_:.-:,..:,_--•.,:-_,,,i-,,,,,,,-2,,,,.. _,, _tt)-0-=ARTICLE N_-_OFFICERS",Section 12>P-ower of ttome yAn- officer or other of cial;of the Cor`oration author• _zed•for that u"ase in_wntin b"-the Chairmanor the President and'subject- ='- >T;yt sto uch�limitation as the:Chairrn`an;orahe:P�esidenfma'`re`scnbe�shalt-- -ofnf such at<ome san=fact ea. a;be:necessa fo`act tnb____„_.tlie ▪ oretioriao-make;execute;-seal;`0 ::;:51--;-+'5.::;acknowledge and deli eras surety any and ail undertakings,bonds;recognizance"s.ano other"su__z______ __,,,,,,. .. ..„, ty obligaakon-S"uch,attomeys-in,fact'sr,b�ect to.the limitation"s setfo`rrtth iri thetrrespective,e - ?y-:Power_kotattorney;"shall have-full power tgbind the:CO`rporaGon bytheir srgnatu�e,andexecution=of_anysuch7,11*uments`and'to,attachahereto_theseal-of--the.Corporation�When=soy,O�a)_ =p gip. executed suchinstrurnenfsshall lie a"s binding as if signed by the iresident;and attested to 6y the Secretary Any Qower.or enIf onty;giante_to'any�ep?e rii'a, �ive or.attome::in=fact under:>,'a -`-'r-'°�"the'rovisio s"ofthis article ma be revoked-tan lime b` the Board;the Chairman;the President or b�the officer.or'offc`ers:grantin •such=ower orautfiori o 21-1-": _V.- ':-- - - - - _ _ _ _ :_ .., ^.vim ' ,- . ��:_ a_- :: : 2_e :ARTICLEXIII_ Execution,of Contracts-_SECTION`5:Sufeiijpi ds and Undertakings A_nyofficer-'of,the-C tri panyauthon z6 for that purpose in`wntjng bythe chairrmanoL the pre-sident;▪ 'cg--__?= ?;Iv:;and subjecfto such limitations-asttio cliatrman orthe president may pre-scnbe;shall appoint such attorneys-io-fact-,as maybe necessary to act in behalrof the Company;te,fnake;execute . : -o_=;seal;acknowledge and-deliver as sureliany and all undertakings bonds;recognizance-and othersurety=Obligatrons'Suoh attorneys=in-factsubject4o the limitations_set forth=in_•their��oo. Z=Q respective powers of attorney;shall have"full powerto bind the Companyby.ihef�signature a`nd eze"cutforrof anysuch instruments and-to attach thereto the sea(of the Company.;When so= O;o' - " ;;_execiited-such instruments shall be as=bindirig a`s if signed by the presidentarid affected bylhe secretary - - -_ - ' ="= ?'-^ v=o -"_:- ,Ceitifcate-of_D -16- '= - :'- - - -_ - - - = - = - - ▪= _ - - _ - _ - - - - '_717.-000.:.-____7(0,___-,..-:- .-----"-----';:- -_ _ - _-_ esnation-Tti-"e'Presidenlof the Company;acting pursuantto-the'Bylaws:of_the Company;=authoriiesDavx}iN.:C:arey;Assistant Secretary.to appotntsuce,attomeys in= • '' �V�. Liberty THE OHIO CASUALTY INSURANCE COMPANY �, Mutual. FINANCIAL STATEMENT—DECEMBER 31,2014 SURETY Assets Liabilities Cash and Bank Deposits $43,932,573 Unearned Premiums $1,006,108,608 *Bonds—U.S Government 547,397,728 Reserve for Claims and Claims Expense 2,700,691,942 *Other Bonds 2,903,769,303 Funds Held Under Reinsurance Treaties 0 Reserve for Dividends to Policyholders 199,448 *Stocks 518,897,935 Additional Statutory Reserve 0 Real Estate 25,443,814 Reserve for Commissions,Taxes and Agents'Balances or Uncollected Premiums 615,465,262 Other Liabilities 171,379,248 Accrued Interest and Rents 30,306,138 Total $3,878,379,246 Special Surplus Funds $ 8,632,698 Other Admitted Assets 722,949,543 Capital Stock 4,500,000 Paid in Surplus 738,183,897 Unassigned Surplus 778,466,455 Total Admitted Assets S5'408,162.296 Surplus to Policyholders 1,529,783,050 Total Liabilities and Surplus $5,408.162,296 ssopcy��a��o�Toy�n * Bonds are stated at amortized or investment value;Stocks at Association Market Values. 1919 `? The foregoing financial information is taken from The Ohio Casualty Insurance Company's financial ye` ''&i(91'HAMstatement filed with the state of Ohio Department of Insurance. ab ' T I,TIM MIKOLAJEWSKI,Assistant Secretary of The Ohio Casualty Insurance Company,do hereby certify that the foregoing is a true,and correct statement of the Assets and Liabilities of said Corporation,as of December 31,2014,to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle,Washington,this 20th day of March,2015. 0 , Assistant Secretary S-12620CIC/a 3/15 11 CFS Lf COMPANIES° fi CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF AIRFIELD LIGHTING AND SIGNAGE REPAIRS I Of SO0 04 ELIZABETH FIELD AIRPORT ' FISHERS ISLAND ‘.%% Ai TOWN OF SOUTHOLD, NEW YORK !oouNm,V" ""'•• •''�� FEMA PROJECT NO. 6946304 PA ID NO. 103-6946 ir- AUGUST 2015 1l� ti 30%post-consumes , I L_ CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF AIRFIELD LIGHTING AND . SIGNAGE REPAIRS • % o SOjj l° 4 ; ELIZABETH FIELD AIRPORT ` ` FISHERS ISLAND .. . TOWN OF SOUTH LD o �a O , NEW YORK I COUNT(,* ''1 .- FEMA PROJECT NO. 6946304 PA ID NO. 103-6946 I-- AUGUST 2015 _� � i ��pF NE ,s.-' ^,,5, , ►�� C&S ENGINEERS,INC. ��� 499 Col.Eileen Collins Boulevard ii ,t iroti ��i Syracuse,New York 13212 '' x Thomas J.Horth,P.E. -N.Y.S.P.E.Lic.No. 082027 NO ALTERATION PERMITTED HEREIN EXCEPT AS PROVIDED UNDER SECTION 7209 SUBDIVISION 2 OF THE NEW YORK STATE EDUCATION LAW PROJECT NO.211.015.002 V f Airfield Lighting and Signage Repairs TABLE OF CONTENTS ADVERTISEMENT QUANTITIES FOR CANVASS OF BIDS—BASE BID ' QUANTITIES FOR CANVASS OF BIDS—ALTERNATE BID NO. 1 QUANTITIES FOR CANVASS OF BIDS—ADD. ON NO. 1 QUANTITIES FOR CANVASS OF BIDS—ADD. ON NO. 2 QUANTITIES FOR CANVASS OF BIDS—ADD. ON NO. 3 PROPOSAL ATTACHMENTS TO PROPOSAL Non-Collusive Bidding Certificate Resolution for Corporate Bidders Buy American Certification Certifications: - Certification of Non-Segregated Facilities - Debarment&Suspension Certification Bidder's Statement of Previous Contracts Subject to EEO Clause as Described in Section 70-21 Certification for Receipt of Addenda Statement of Surety's Intent Iranian Energy Sector Divestment Statement Certification of Compliance with the Iran Divestment Act Disadvantaged Business Enterprise Statement Safety Plan Compliance Document(SPCD)Certification CONTRACT FORM (SAMPLE) SPECIFICATIONS GENERAL PROVISIONS Section 10 - Definition of Terms Section 20 - Proposal Requirements and Conditions 20-01 - Advertisement(Notice to Bidders) • 20-02 ,- Qualifications of bidders 20-03 - Contents of proposal form 20-04 - Issuance of proposal forms 20-05 - Interpretation of estimated proposal quantities 20-06 - Examination of plans, specifications and site 20-07 - Preparation of proposal 20-08 Responsive and responsible bidder 20-09 - Irregular proposals 20-10 - Bid guarantee 20-11 - Delivery of proposal 2015 TOC-1 211.015.002 Airfield Lighting and Signage Repairs 20-12 - Withdrawal or revision of proposals 20-13 - Public opening of proposals 20-14 - Disqualification of bidders Section 30 - Award and Execution of Contract 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 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 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 duties of inspectors , 50-09 - Inspection of the work 50-10 - Removal of unacceptable and unauthorized work 50-11 Load restrictions 50-12 - 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 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 - Engineer's 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 2015 TOC-2 211.015.002 Airfield Lighting and Signage Repairs 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 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 - Contractor's responsibility for work 70-15 - Contractor's 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 Section 80 - Prosecution and Progress 80-01 - Subletting of contract 80-02 - Notice to proceed 80-03 - Execution and progress 80-04 - Limitation of operations 80-04.1 - Operational safety on airport during construction 80-05 - 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 - Work area, storage area and sequence of operations Attachment A to Section 80—Construction Safety and Phasing Plan(CSPP) i ,• 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 work 90-06 - Partial payments 90-07 - Payment for materials on hand 90-08 - Payment of withheld funds 90-09 - Acceptance and final payment • 90-10 • - Construction warranty 90-11 - Project closeout Section 100 - (Section Not Used) Section 105 Mobilization ' 105-01 - Description • - 2015 TOC-3 • 211.015.002 Airfield Lighting and Signage Repairs 105-02 - Posted notices 105-03 - Basis of measurement and payment , Section 110 - (Section Not Used) Section 200 - Special Provisions to the General Provisions 200-01 - Special Provisions to Section 10 200-02 - Special Provisions to Section 20 20-15 Addenda and interpretation 20-16 3D digital terrain model files 20-17 Sales tax exemption 200-03 - Special Provisions to Section 30 200-04 - Special Provisions to Section 40 200-05 - Special Provisions to Section 50 50-17 Removal of water 50-18 Sheeting and bracing ' 200-06 - Special Provisions to Section 60 60-09 Shop and setting drawings and catalogue data 60-10 Electrical shop drawings 60-11 Substitute items 60-12 Submittal procedure 200-07 - Special Provisions to Section 70 70-21 Required contract provisions for airport improvement program and for ' obligated sponsors 1. Required Contract Provisions 2. Access to Records and Reports(Reference: 2 CFR § 200.326, 2 CFR§ 200.333) 3. Affirmative Action Requirement(Reference: 41 CFR part 60-4,Executive Order 11246) 4. Breach of Contract Terms (Reference 2 CFR § 200 Appendix II(A)) 5. Buy American Preference(Reference: 49 USC § 50101) 6. Civil Rights -General(Reference: 49 USC § 47123) 7. Civil Rights—Title VI Assurances 8. Clean Air and Water Pollution Control(Reference: 49 CFR § 18.36(i)(12)). Note, when the DOT adopts 2 CFR 200,this reference will change to 2 CFR§ 200 Appendix II(G)) 9. Contract Workhours and Safety Standards Act Requirements (Reference: 2 CFR§ 200 Appendix II(E) 10. Copeland"Anti-Kickback"Act(Reference: 2 CFR § 200 Appendix II(D), 29 CFR parts 3 &5) 11. Davis-Bacon Requirements (Reference: 2 CFR § 200 Appendix 11(D)) - 12. Debarment and Suspension (Non-Procurement) (Reference: 2 CFR part 180 (Subpart C),2 CFR part 1200,DOT Order 4200.5 DOT Suspension & Debarment Procedures &Ineligibility) 13. Disadvantaged Business Enterprise(Reference: 49 CFR part 26) 14. Energy Conservation Requirements (Reference 2 CFR § 200 Appendix II(H)) 15. Equal Opportunity Clause and Specifications (Reference 41 CFR § 60-1.4, Executive Order 11246) 16. Federal Fair Labor Standards Act(Federal Minimum Wage) (Reference: 29 USC § 201, et seq.) 17. Lobbying and Influencing Federal Employees (Reference: 49 CFR part 20, Appendix A) 18. Non-Segregated Facilities Requirement(Reference: 41 CFR § 60-1.8) 2015 TOC-4 211.015.002 Airfield Lighting and Signage Repairs 19. Occupational Safety and Health Act of 1970(Reference 20 CFR part 1910) 20. Right to Inventions (Reference 2 CFR § 200 Appendix II(F)) 21. Termination of Contract(Reference 2 CFR § 200 Appendix II(B)) 22. Trade Restriction(Reference: 49 CFR part 30) 23. Texting When Driving(References: Executive Order 13513, and DOT Order 3902.10) 24. Veteran's Preference(Reference: 49 USC § 47112(c)) 70-22- New York State Department of Transportation (NYSDOT) Standard Clauses For New York State Contracts 1. Executory Clause 2. Non-Assignment Clause 3. Comptroller's Approval - 4. Workers'Compensation Benefits 5. Non-Discrimination Requirements 6. Wage and Hours Provisions 7. Non-Collusive Bidding Certification 8. International Boycott Prohibition y_ 9. Set-Off Rights 10. Records 11. Identifying Information and Privacy Notification 12. Equal Employment Opportunities for Minorities and Women 13. Conflicting Terms 14. Governing Law 15. Late Payment 16. No Arbitration 17. Service of Process 18. Prohibition on Purchase of Tropical Hardwoods 19. MacBride Fair Employment Principles 20. Omnibus Procurement Act of 1992 21. Reciprocity and Sanctions Provisions 22. Compliance with New York State Information Security Breach and Notification Act 23. Compliance with Consultant Disclosure Law 24. Procurement Lobbying 25. Certification of Registration to Collect Sales and Compensating Use Tax by Certain Contractors, Affiliates and Subcontractors 70-23= NYSDOT Terms and Conditions 70-24- Labor Affidavits,New York State Laws of 1988. Contractor's DBE Plan DBE Letter of Intent Form Disadvantage Business Enterprise DBE Participation Summary Form Equal Employment Opportunity Poster Federal Wage Rates State Wage Rates Special Note New York State Department of Labor Prevailing Wage Rates Prime Contractor's Certification(New York State Labor Law Section 220-a) 2015 TOC-5 211.015.002 Airfield Lighting and Signage Repairs Subcontractor's Certification(New York State Labor Law Section 220-a) 200-08 - Special Provisions to Section 80 200-09 - Special Provisions to Section 90 90-12 Lien law 90-13 Security for construction warranty 200-10 - Section Not Used 200-11 - Special Provisions to Section 105 200-12 - Section Not Used TECHNICAL SPECIFICATIONS Item Number Description L-108 Underground Power Cable for Airports L-110 Airport Underground Electrical Duct Banks and Conduits L-119 Airport Obstruction Lights L-125 Airport Lighting Systems T-905 - Topsoiling N T-906 Hydroseeding M-100 Maintenance and Protection of Traffic M-150 Project Survey and Stakeout M-200 Mobilization CONTRACT DRAWINGS Ref.No. Title GI001 Title Sheet GI002 Sheet Index and Quantities for Canvas of Bids GI003 General Notes,Abbreviations, Lighting Legend and Legend GC101 General and Work Phasing Plan&Details ED101 Electrical Demolition Plan ED102 Electrical Demolition Plan ' EL101 Electrical Plan - EL102 Electrical Plan EL501 Electrical Details EL502 Electrical Details EL503 Electrical Details EL 504 Existing Electrical Building Details END OF TABLE OF CONTENTS 2015 TOC-6 211.015.002 ADVERTISEMENT NOTICE TO BIDDERS FOR THE CONSTRUCTION OF THE ' AIRFIELD LIGHTING AND SIGNAGE REPAIRS AT ELIZABETH FIELD AIRPORT FISHERS ISLAND TOWN OF SOUTHOLD,NEW YORK Sealed proposals for the construction of the Airfield Lighting and Signage Repairs Contract will be received at the Town Clerk's Office, 53095 Route 25, Southold, New York 11971, until 2:00 P.M., local time, September 10,2015, and there, at said office, at said time,publicly opened and read aloud. This project involves lighting repairs along Runways 12-30 and 7-25 including:replacement of all Runway Medium-intensity edge lighting (base-up) with LED units, replacement of all 8 Runway End Identifier Lights(REIL)units(base-up),replacement of all 4 Runway Precision Approach Path Indicator(PAPI)units (base-up), replacement of Runway 25 and 30 PAPI control units(base-up),replacement of 4 guidance sign assemblies(base up),replacement of 4 guidance sign electrical components(internal to sign assembly)and - ` replacement of 3 double obstruction lights. Included will be replacement of all airfield lighting conductors and isolated areas of conduit replacement. The Contract Documents (consisting of the Advertisement, the Proposal, the Contract Form,, and the Specifications)and the Contract Drawings may be obtained only from Box.com. Box.com link, log-on and password information can be obtained by contacting Daniel Lupone of C&S Engineers, Inc. at dlupone@cscos.com where the Contractor's name, contact name, address, telephone number,and email address will be recorded on the plan holders list.There is no additional charge to download the contract documents and contract drawings.Submitted proposals that were not recorded on the plan holders list shall be considered non-responsive. Bidders may inspect the property upon which the work is to occur.The property is located at the Elizabeth Field Airport, Fisher's Island, New York, 06390. Bidders must contact Gordon Murphy, Port Manager, Fishers Island Ferry,District(Phone: 631-788-7463) at least 24-hours in advance to coordinate site access. Any questions,regarding this project may be directed to Daniel Lupone,of C&S Engineers,Inc.in Syracuse, NY, at(315)455-2000,Fax(315)455-9667, and email dlupone@cscos.com. Copies of the above described Contract Documents may be examined at no expense at the Town Clerk's Office, 53095 Route 25, Southold, New York 11971; C&S Engineers, Inc., 499 Col. Eileen Collins Boulevard, Syracuse,New,York 13212; and at the Fishers Island Ferry District Office on Fishers Island. Each proposal must be accompanied by a certified check or bid bond in the amount of five percent(5%) of the total maximum proposal 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 Southold Town Board 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.All bids must be signed and sealed in envelopes plainly marked"AIRFIELD LIGHTING AND SIGNAGE REPAIRS AT THE ELIZABETH FIELD 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. ELIZABETH A.NEVILLE SOUTHOLD TOWN CLERK END OF ADVERTISEMENT 05/15 ADV-1 cns • COMPANIES° QUANTITIES FOR CANVASS OF BIDS ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND, TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS (BASE BID) ITEM FAA NO SPEC DESCRIPTION QUANTITY UNITS _ 1 L-108 NO. 8 AWG, 600V, 1/C AIRFIELD LIGHTING CABLE 25,300 LF I 2 L-108 NO. 8 AWG, 5KV, 1/C AIRFIELD LIGHTING CABLE 12,500 LF 3 L-108 NO. 6 AWG COUNTERPOISE WIRE 715 LF 4 L-108 NO. 6 AWG COUNTERPOISE WIRE AND TRENCH 220 LF 5 L-110 2-INCH DIA. PVC CONDUIT IN TURF 730 LF 6 L-110 2-INCH DIA. PVC COATED RGS CONDUIT IN TURF •150 LF 7 - L-119 SINGLE AIRPORT OBSTRUCTION LIGHT ASSEMBLY WITH NEW BASE 2 EACH 8 L-119 DOUBLE AIRPORT OBSTRUCTION LIGHT ASSEMBLY ON EXISTING BASE 2 EACH 9 L-119 OBSTRUCTION LIGHT TRANSFORMER/DISCONNECT 1 EACH 10 L-125 REMOVAL OF EXISTING PRECISION APPROACH PATH INDICATOR (PAPI) SYSTEM 4 EACH 11 L-125 REMOVAL OF EXISTING RUNWAY END IDENTIFIER LIGHT (REIL) SYSTEM 4 EACH 12 L-125 REPLACEMENT OF EXISTING R/W EDGE LIGHT WITH MEDIUM INTENSITY R/W LIGHT (L-861 (L)) ON EXISTING BASE 39 EACH 13 L-125 REPLACEMENT OF EXISTING R/W THRESHOLD LIGHT WITH MEDIUM INTENSITY R/W LIGHT (L-861E (L)) ON EXISTING BASE 24 EACH 14 L-125 REPLACEMENT OF EXISTING TAXIWAY GUIDANCE SIGN ASSEMBLY(L- 858, 4 CHARACTERS, SIZE 2, STYLE 2, CLASS 2) ON EXISTING BASE 4 EACH 15 L-125 REPLACEMENT OF EXISTING TAXIWAY GUIDANCE SIGN ELECTRICAL COMPONENTS 4 EACH 16 L-125 REPLACEMENT OF EXISTING PRECISION APPROACH PATH INDICATOR ' (PAPI) SYSTEM (L-881 (L), STYLE A, 2 LAMP, LED) ON EXISTING BASE 4 EACH 17 L-125 REPLACEMENT OF EXISTING RUNWAY END IDENTIFIER LIGHT(REIL) SYSTEM (L-849 (L), STYLE C) ON EXISTING BASE 4 EACH - 18 L-125 RE-MOUNTING OF EXISTING WIND CONE TRANSFORMER ON EXISTING BASE 1 EACH 19 L-125 ELECTRICAL JUNCTION CAN (NON-LOAD BEARING) 1 EACH 20 L-125 CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 1 TRIP 21 M-100 MAINTENANCE AND PROTECTION OF TRAFFIC 1 LS 22 M-150 PROJECT SURVEY AND STAKEOUT 1 LS 23 M-200 MOBILIZATION 1 LS J ' i CSS COMPANIES° QUANTITIES FOR CANVASS OF BIDS ELIZABETH FIELD AIRPORT(0B8) - FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS (ALTERNATE BID NO. 1) ITEM FAA - ! NO SPEC DESCRIPTION QUANTITY UNITS 1 L-108 NO. 8 AWG, 600V, 1/C AIRFIELD LIGHTING CABLE 25,300 LF 2 L-108 NO. 8 AWG, 5KV, 1/C AIRFIELD LIGHTING CABLE 12,500 LF 3 L-108 NO. 6 AWG COUNTERPOISE WIRE 715 LF 4 L-108 NO.'6 AWG COUNTERPOISE WIRE AND TRENCH 220 LF 5 L-110 2-INCH DIA. PVC CONDUIT IN TURF 730 LF 6 L-110 2-INCH DIA. PVC COATED RGS CONDUIT IN TURF 150 LF 7- L-119 SINGLE AIRPORT OBSTRUCTION LIGHT ASSEMBLY WITH NEW BASE 2 EACH 8 L-119 DOUBLE AIRPORT OBSTRUCTION LIGHT ASSEMBLY ON EXISTING BASE 2 EACH 9 - L-119 OBSTRUCTION LIGHT TRANSFORMER/DISCONNECT 1 EACH 10 L-125 REMOVAL OF EXISTING PRECISION APPROACH PATH INDICATOR (PAPI) SYSTEM 4 EACH 11 L-125 REMOVAL OF EXISTING RUNWAY END IDENTIFIER LIGHT(REIL) SYSTEM 4 EACH - 12 L-125 REPLACEMENT OF EXISTING R/W EDGE LIGHT WITH MEDIUM INTENSITY R/W LIGHT (L-861) ON EXISTING BASE 39 EACH ' 13 L-125 REPLACEMENT OF EXISTING R/W THRESHOLD LIGHT WITH MEDIUM INTENSITY R/W LIGHT(L-861 E) ON EXISTING BASE 24 EACH 14 L-125 REPLACEMENT OF EXISTING TAXIWAY GUIDANCE SIGN ASSEMBLY (L- �- - 858, 4 CHARACTERS, SIZE 2, STYLE 2, CLASS 2) ON EXISTING BASE 4 EACH �_ ; 15 L-125 REPLACEMENT OF EXISTING TAXIWAY GUIDANCE SIGN ELECTRICAL COMPONENTS 4 EACH 16 L-125 REPLACEMENT OF EXISTING PRECISION APPROACH PATH INDICATOR { (PAPI) SYSTEM (L-881), STYLE A, 2 LAMP) ON EXISTING BASE 4 EACH 17 L-125 REPLACEMENT OF EXISTING RUNWAY END IDENTIFIER LIGHT (REIL) SYSTEM (L-849(L), STYLE C) ON EXISTING BASE 4 EACH - 18 L-125 RE-MOUNTING OF EXISTING WIND CONE TRANSFORMER ON EXISTING BASE - 1 EACH 19 L-125 ELECTRICAL JUNCTION CAN (NON-LOAD BEARING) 1 EACH 20 L-125 CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 1 TRIP 21 M-100 MAINTENANCE AND PROTECTION OF TRAFFIC 1 LS 22 M-150 PROJECT SURVEY AND STAKEOUT 1 LS ' 23 M-200 MOBILIZATION 1 LS cIs COMPANIEs® QUANTITIES FOR CANVASS OF BIDS ELIZABETH FIELD AIRPORT (0B8) FISHERS ISLAND, TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS ' (ADD ON. 1) ITEM FAA NO SPEC DESCRIPTION QUANTITY UNITS 1 L-108 NO. 8 AWG, 600V, 1/C AIRFIELD LIGHTING CABLE 14,000 LF cis COMPANIES® QUANTITIES FOR CANVASS OF BIDS ELIZABETH FIELD AIRPORT(0B8) - FISHERS ISLAND, TOWN OF SOUTHOLD - AIRFIELD LIGHTING AND SIGNAGE REPAIRS (ADD ON. 2) ITEM FAA NO SPEC DESCRIPTION QUANTITY UNITS 1 L-108 NO. 8 AWG, 600V, 1/C AIRFIELD LIGHTING CABLE 10,700 LF cis COMPANIES° QUANTITIES FOR CANVASS OF BIDS ELIZABETH FIELD AIRPORT(0B8) - FISHERS ISLAND, TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS (ADD ON. 3) ITEM FAA NO SPEC DESCRIPTION QUANTITY UNITS 1 L-108 NO. 8 AWG, 600V, 1/C AIRFIELD LIGHTING CABLE 8,500 LF PROPOSAL FOR CONSTRUCTION OF THE AIRFIELD LIGHTING AND SIGNAGE REPAIRS AT ELIZABETH FIELD AIRPORT FISHERS ISLAND TOWN OF SOUTHOLD,NEW YORK TO: Town Clerk's Office _ 53095 Route 25 Southold,New York 11971 1 The undersigned, as bidder,hereby declares that he/she has examined the site of the work and informed himself/herself fully in regard to all conditions pertaining to the place where the work is to be done;that he/she has examined and read the Contract Documents and Contract Drawings for the work and all addenda relative thereto furnished prior to the opening of bids;that he/she has satisfied himself/herself relative to the work to be performed. The bidder understands that the advertisement, located in the front of these Contract Documents, contains the location and a description of the proposed construction, as well as indicates the place, date, and time of the proposal opening; information about a Pre-Bid conference, if scheduled,is contained in the - advertisement; a listing of estimated quantities is located in the front of these Contract Documents;the time in which the work must be completed shall be in accordance with the subsection titled FAILURE TO COMPLETE ON TIME of Section 80. If the bidder considers that the time to complete the work is inadequate,they should not submit a bid. The bidder understands the quantities for bid items listed on the proposal sheets are estimated quantities only for the purpose of comparing bids; any difference between these estimated quantities and actual quantities required for construction shall not be taken as a basis for claims by the Contractor for extra - compensation; compensation will be based upon the unit prices and actual construction quantities. The bidder understands that the description under each item,being briefly stated,implies, although it does not mention, all incidentals and that the prices stated are intended to cover all such work,materials and incidentals as constitute bidder's obligations as described in the specifications and any details not specifically mentioned,but evidently included in the Contract shall be compensated for in the item which most logically includes it. The bidder understands that proposal guaranty shall be in the form of a bid bond or certified check in the amount of five percent(5%)of this bid in accordance with the subsection titled BID GUARANTEE of Section 20;the proposal guaranty shall become the property of the Owner in the event the Contract and bond(s)are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the Owner caused thereby. The bidder agrees that upon receipt of written notice of the acceptance of this proposal,bidder will execute the Contract attached within 15 days and deliver a Surety Bond or Bonds as required by the subsection titled REQUIREMENTS OF CONTRACT BONDS OF Section 30. The bidder further agrees to commence construction with an adequate work force,plant and equipment on the date stated in the written notice to proceed and will progress therewith to its completion within the time stated, and in accordance with this Contract and Specification. PROPOSAL-1 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS BASE BID =FAA` 1= - _ _ 'ITENI>LIST = _ UNIT-PRICE ..ITEM `SPEC '" e'- = ITEM DESCRIPTION"; _ -:� IN-FIGURES , TOTALAMOUNT__. QUANTITY Y; ._.._. . (PRICE WRITTEN IN WORD):`.L%'.," DOLLARS' CENTS_;DOLIAR5: CENTS,: NO 8 AWG,600V,1/C AIRFIELD LIGHTING CABLE 1 L-108 25,300 LF AT PER LINEAR FOOT NO 8 AWG,5KV,1/C AIRFIELD LIGHTING CABLE 2 L-108 12,500 LF AT PER LINEAR FOOT NO 6 AWG COUNTERPOISE WIRE 3 L-108 715 LF AT PER LINEAR FOOT NO 6 AWG COUNTERPOISE WIRE AND TRENCH 4 L-108 220 LF AT PER LINEAR FOOT 2-INCH DIA PVC CONDUIT IN TURF 5 L-110 730 LF AT PER LINEAR FOOT 2-INCH DIA PVC COATED RGS CONDUIT IN TURF 6 L-I 10 150 LF AT PER LINEAR FOOT SINGLE AIRPORT OBSTRUCTION LIGHT ASSEMBLY WITH NEW BASE 7 L-119 2 EACH AT PER EACH DOUBLE AIRPORT OBSTRUCTION LIGHT ASSEMBLY ON EXISTING BASE 8 L-119 2 EACH AT PER EACH OBSTRUCTION LIGHT TRANSFORMER/DISCONNECT 9 L-119 1 EACH AT PER EACH PROPOSAL-2 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS BASE BID ITEM t.SPEC agNOE5C:RIPTION :x= IN FIGURES' lTOTALA/vIOUNT::.± NO140.= tilANTitY (PICEWRITTEIAN VtioRbi,z' DoLLAB.S:7 CENTS Ei0EL'AES.,:i:_,CENTS' REMOVAL OF EXISTING PRECISION APPROACH PATH INDICATOR(PAPI)SYSTEM 10 L-125 4 EACH AT PER EACH REMOVAL OF EXISTING RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM 11 L-125 4 EACH AT PER EACH REPLACEMENT OF EXISTING R/W EDGE LIGHT WITH MEDIUM INTENSITY R/W LIGHT(L-861(L))ON EXISTING BASE 12 L-125 39 EACH AT PER EACH REPLACEMENT OF EXISTING R/W THRESHOLD LIGHT WITH MEDIUM INTENSITY R/W LIGHT(L-861E(L))ON EXISTING BASE 13 L-125 24 EACH AT PER EACH REPLACEMENT OF EXISTING TAXIWAY GUIDANCE SIGN ASSEMBLY (L-858,4 CHARACTERS,SIZE 2,STYLE 2,CLASS 2)ON EXISTING BASE 14 L-125 4 EACH AT PER EACH REPLACEMENT OF EXISTING TAXIWAY GUIDANCE SIGN ELECTRICAL COMPONENTS 15 L-125 4 EACH AT PER EACH REPLACEMENT OF EXISTING PRECISION APPROACH PATH INDICATOR (PAPI)SYSTEM(L-881(L),STYLE A,2 LAMP,LED)ON EXISTING BASE • 16 L-125 4 EACH AT PER EACH REPLACEMENT OF EXISTING RUNWAY END IDENTIFIER LIGHT(REIL) SYSTEM(L-849(L),STYLE C)ON EXISTING BASE 17 L-125 4 EACH AT PER EACH RE-MOUNTING OF EXISTING WIND CONE TRANSFORMER ON EXISTING BASE 18 L-125 I EACH AT PER EACH PROPOSAL-3 ELIZABETH FIELD AIRPORT(0B8) • FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS BASE BID ITEM SPEC '- , „DESCRIPTION - - - • ELECTRICAL JUNCTION CAN(NON-LOAD BEARING) I - 19 L-125 1 EACH AT ; PER EACH CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 20 L-125 1 TRIP AT PER EACH MAINTENANCE AND PROTECTION OF TRAFFIC 21 M-100 1 LS AT I , PER LUMP SUM PROJECT SURVEY AND STAKEOUT 22 M-150 1 LS AT PER LUMP SUM MOBILIZATION 23 M-200 1 LS AT PER LUMP SUM - toTAt-'1,1itet(WRITTEN IN CENTS' ,77e:gr; 1 1 ,,- 1 ;--, r PROPOSAL-4 ELIZABETH FIELD AIRPORT(GB8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS ALTERNATE BID NO.1 '_ =FAA = -ITEM LISTM. _ -_ "_ _ UNLT>PRICE _ ,- =ITEM: - ITEM DESCRIPTION _-_ IN FIGURES_ TOTAL°AMOUNT. SPEC - - - - ` NO.' -Na QUANTITY --=_y-- (PRICE WRTITEN IN WORD)`' _ _ _._ r :DOLLABS CENTS'- DOLLARS = CENTS } NO 8 AWG,600V,1/C AIRFIELD LIGHTING CABLE 1 L-108 25,300 LF AT PER LINEAR FOOT NO 8 AWG,5KV,1/C AIRFIELD LIGHTING CABLE 1 2 L-108 12,500 LF AT PER LINEAR FOOT 41 NO 6 AWG COUNTERPOISE WIRE 3 L-108 715 LF AT PER LINEAR FOOT NO 6 AWG COUNTERPOISE WIRE AND TRENCH 11' 4 L-108 220 LF AT PER LINEAR FOOT 2-INCH DIA.PVC CONDUIT IN TURF 5 L-110 730 LF AT PER LINEAR FOOT 2-INCH DIA PVC COATED RGS CONDUIT IN TURF 6 L-110 150 LF AT PER LINEAR FOOT SINGLE AIRPORT OBSTRUCTION LIGHT ASSEMBLY WITH NEW BASE 7 L-119 2 EACH AT PER EACH DOUBLE AIRPORT OBSTRUCTION LIGHT ASSEMBLY ON EXISTING BASE 8 L-119 2 EACH AT I I, PER EACH OBSTRUCTION LIGHT TRANSFORMER/DISCONNECT 9 L-119 1 EACH AT PER EACH I PROPOSAL-5 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS ALTERNATE BID NO. 1 IM SPEC ITEM DESCRIPTION -. INT!GURES TOTAL AMOUNT 66115A-§,itriCENTS DOLLARS CENTS•.f•-; REMOVAL OF EXISTING PRECISION APPROACH PATH INDICATOR (PAPI)SYSTEM 10 L-125 4 EACH AT PER EACH REMOVAL OF EXISTING RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM 11 L-125 4 EACH AT PER EACH REPLACEMENT OF EXISTING R/W EDGE LIGHT WITH MEDIUM INTENSITY R/W LIGHT(L-861)ON EXISTING BASE 12 L-125 39 EACH AT PER EACH REPLACEMENT OF EXISTING R/W THRESHOLD LIGHT WITH MEDIUM INTENSITY R/W LIGHT(L-861E)ON EXISTING BASE 13 L-125 24 EACH AT PER EACH REPLACEMENT OF EXISTING TAXIWAY GUIDANCE SIGN ASSEMBLY (L-858,4 CHARACTERS,SIZE 2,STYLE 2,CLASS 2)ON EXISTING BASE 14 L-125 4 EACH AT PER EACH REPLACEMENT OF EXISTING TAXIWAY GUIDANCE SIGN ELECTRICAL COMPONENTS 15 L-125 4 EACH AT PER EACH REPLACEMENT OF EXISTING PRECISION APPROACH PATH INDICATOR (PAPI)SYSTEM(L-881),STYLE A,2 LAMP)ON EXISTING BASE 16 L-125 4 EACH AT PER EACH REPLACEMENT OF EXISTING RUNWAY END IDENTIFIER LIGHT(REIL) SYSTEM(L-849(L),STYLE C)ON EXISTING BASE 17 L-125 4 EACH AT PER EACH - , RE-MOUNTING OF EXISTING WIND CONE TRANSFORMER ON EXISTING BASE 18 L-125 1 EACH AT 1, PER EACH PROPOSAL-6 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS ALTERNATE BID NO 1 FAA_ - - - : ITEM LIST UNIT PRICE ITEM- .SPEC - : - ' -- ITEM DESCRIPTION- `- = _ -- IN FIGURES' TOTAL AMOUNT;-_- NO. -;NO: QUANTITY - - (PRICE WRITTEN IN WORD) _ _ - DOLLARS:.- CENTS- DOLLARS CENTS ELECTRICAL JUNCTION CAN(NON-LOAD BEARING) 19 L-125 1 EACH AT PER EACH CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 20 L-125 1 TRIP AT PER EACH MAINTENANCE AND PROTECTION OF TRAFFIC r 21 M-100 I LS AT PER LUMP SUM PROJECT SURVEY AND STAKEOUT 22 M-150 1 LS AT PER LUMP SUM MOBILIZATION 23 M-200 1 LS AT PER LUMP SUM • 'TOTAL PRICE(WRITTEN IN WORD) - DOLLARS CENTS- PROPOSAL-7 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS ADD ON BID NO 1 .FAA ITEM LIST _r: _. UNIT PRICE - ITEM" SPEC- " - _ITEM DESCRIPTION' u. = INEIGURES ',TOTAL AMOUNT-,- -=NO. NO. -QUANTTT'Y- ` (PRICE WRITTEN INWORD)" DOLLARS '-- CENTS- DOLLARS CENTS NO 8 AWG,600V,1/C AIRFIELD LIGHTING CABLE 1 L-108 14,000 LF AT - TOTAL PRICE(WRI'la'LN IN_WORD)_ [ - - - DOLLARS CENTS Ir ^ 'r PROPOSAL-8 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS ADD ON BID NO.2 ' FAA ' 1`1'j,,M•LIST. LTNITPRICE ITEM SPEC ITEM DESCRIPTION IN FIGURES, TOTAL AMOUNT NO. NO: QUANTITY (P RICE•WRTITEN,IN WORD) - _ DOLLARS CENTS• DOLLARS- - CENTS NO 8 AWG,600V,1/C AIRFIELD LIGHTING CABLE 1 L-108 10,700 LF AT TOTAL PRICE_(WRITTEN.IN WORD) DOLLARS' CENTS ; i PROPOSAL-9 ELIZABETH FIELD AIRPORT(0B8) FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS ADD ON BID NO.3 _ - - - ,_PRIG �' = Airfield Lighting and Signage Repairs The bidder states that this proposal is based upon prevailing wages in Suffolk County,NY 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 Contract Documents. The bidder proposes and agrees,if this Proposal is accepted,to contract in the form of contract specified with the Town of Southold/Fishers Island Ferry District(Owner),to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation and labor necessary to complete the construction of the Airfield Lighting and Signage Repairs project in full and complete accordance with the shown, noted,described and reasonably intended requirements of the Contract Documents and Contract Drawings, to the full and entire satisfaction of the above said Owner, with a definite understanding that no money will be allowed for extra work except as set forth in the attached Contract Documents, for the unit prices listed for each item. r BIDDER,IF AN INDIVIDUAL: BY: (Printed Name) 4 -r (Signature) COMPANY NAME: ADDRESS: PHONE NO: t-J DATE: PROPOSAL-11 � Y Airfield Lighting and Signage Repairs BIDDER,IF A PARTNERSHIP (GIVE NAMES AND ADDRESSES OF EACH PARTNER): BY: (Printed Name) (Signature) COMPANY NAME: ADDRESS: PHONE NO: tl DATE: j y PARTNER'S PARTNER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: PARTNER'S PARTNER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: PROPOSAL-12 11 Airfield Lighting and Signage Repairs BIDDER,IF A CORPORATION: BY: j (Printed Name&Title) (Signature) CORPORATION NAME: ADDRESS: (SEAL) 1 STATE OF CORPORATION CHARTER: PHONE NO: DATE: PRESIDENT'S NAME: BUSINESS ADDRESS: ' SECRETARY'S TREASURER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: PROPOSAL-13 - Airfield Lighting and Signage Repairs ATTACHMENTS TO PROPOSAL BIDDER and his/her surety, where appropriate,have completed and executed the attached documents which are identified below. Non-Collusive Bidding Certificate ' Resolution for Corporate Bidders Buy American Certification 1 Certifications: 1 - Certification of Non-Segregated Facilities - Debarment&Suspension Certification _ Bidder's Statement of Previous Contracts Subject to EEO Clause as Described in Section 70-21 Certification for Receipt of Addenda Statement of Surety's Intent Iranian Energy Sector Divestment Statement Certification of Compliance with the Iran Divestment Act Disadvantaged Business Enterprise Requirements ' Safety Plan Compliance,Document(SPCD)Certification • J I -'r i PROPOSAL-14 I Airfield Lighting and Signage Repairs NON-COLLUSIVE BIDDING CERTIFICATE The Signer of this Bid declares: A. That he/she has carefully examined the annexed form of the Agreement and Contract. 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 knowledge and belief: �..- 1. The prices in this Bid have been arrived at independently without collusion, consultation, communication or agreement,for the purpose of restricting competition, as to any matter relating to such prices with any other Bidder or with any competitor; 2. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the Bidder, and will not knowingly 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 ) SS: COUNTY OF ) On the day of , 20 , before me personally came Iv_J to me known,who,being by me duly sworn, did swear and affirm that he/she resides at ; that he/she is the of the Bidder herein and signs the foregoing Non-Collusive Certification on behalf of such Bidder; that he/she executed the foregoing Non-Collusive Certification; and that,to the best of his knowledge and belief, the statement made in the foregoing Non-Collusive Certification is true. NOTARY PUBLIC MY COMMISSION EXPIRES: (This form must be completed and submitted with the Proposal.) PROPOSAL-15 Airfield Lighting and Signage Repairs RESOLUTION FOR CORPORATE BIDDERS RESOLVED, that be authorized (Name of Officer) to sign and submit the bid or proposal of this corporation for the following project: AIRFIELD LIGHTING AND SIGNAGE REPAIRS and to include in such bid or proposal the certificate as to non-collusion required by section one hundred three-d of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under penalties of perjury. I The foregoing is a true and correct copy of the resolution adopted by Corporation at a meeting of its Board of Directors held on the day of_, 20 (Secretary) (Seal) J 1 (This form must be completed and submitted with the Proposal.) PROPOSAL-16 Airfield Lighting and Signage Repairs BUY AMERICAN CERTIFICATION The contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AlP-funded projects are produced in the United States,unless the FAA has issued a waiver for the product; the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must submit the appropriate Buy America certification (below) with all bids or offers on AIP funded projects.Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. Type of Certification is based on Type of Project: There are two types of Buy American certifications. • For projects for a facility, the Certificate of Compliance Based on Total Facility(Terminal or Building Project) must be submitted. • For all other projects, the Certificate of Compliance Based on Equipment and Materials Used on the Project(Non-building construction projects such as runway or roadway construction; or equipment acquisition projects) must be submitted. * * * * * Certificate of Buy American Compliance for Total Facility (Buildings such as Terminal, SRE, ARFF, etc.) As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one of the following certification statements. These statements are mutually exclusive. Bidder must select one or the other(i.e.not both) by inserting a checkmark(V) or the letter"X". ❑ Bidder or offeror hereby certifies that it will comply with 49 USC. 50101 by: a) Only installing steel and manufactured products produced in the United States; or b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing; or c) Installing products listed as an Excepted Article,Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement,the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic products 3. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. ❑ The bidder or offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC § 50101(a)but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement, the apparent bidder or offeror with the apparent low bid agrees: PROPOSAL-17 Airfield Lighting and Signage Repairs 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination may results in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. - 4. To furnish US domestic product for any waiver request that the FAA rejects. 5. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver-The cost of components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the"facility".The required documentation for a type 3 waiver is: a) Listing of all manufactured products that are not comprised of 100%US domestic content(Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non-domestic products in their entirety) b) Cost of non-domestic components and subcomponents,excluding labor costs associated with final assembly and installation at project location. c) Percentage of non-domestic component and subcomponent cost as compared to total "facility"component and subcomponent costs, excluding labor costs associated with final assembly and installation at project location. Type 4 Waiver—Total cost of project using US domestic source product exceeds the total ) � project cost using non-domestic product by 25%. The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non-domestic product False Statements: Per 49 USC § 47126,this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false,fictitious or fraudulent certification may render the maker subject to prosecution under Title 18,United States Code. Date Signature Company Name Title PROPOSAL-18 Airfield Lighting and Signage Repairs * * * * * Certificate of Buy American Compliance for Manufactured Products (Non-building construction projects, equipment acquisition projects) As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other(not both)by inserting a checkmark(✓) or the letter"X". 0 Bidder or offeror hereby certifies that it will comply with 49 USC § 50101 by: a) Only installing steel and manufactured products produced in the United States, or; b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or; c) Installing products listed as an Excepted Article,Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement,the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic product 3. To furnish US domestic product for any waiver,request that the FAA rejects 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. ❑ The bidder or offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement, the apparent bidder or offeror with the apparent low bid agrees: 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination may result in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver-The cost of the item components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the"item". The required documentation for a type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100% US domestic content(Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108;products of unknown origin must be considered as non-domestic products in their entirety) b) Cost of non-domestic components and subcomponents,excluding labor costs associated with final assembly at place of manufacture. PROPOSAL-19 Airfield Lighting and Signage Repairs c) Percentage of non-domestic component and subcomponent cost as compared to total "item"component and subcomponent costs,excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver—Total cost of project using US domestic source product exceeds the total project cost using non-domestic product by 25%.The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non-domestic product False Statements: Per 49 USC § 47126,this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code. Date Signature Company Name Title (These forms must be completed and submitted with the Proposal.) PROPOSAL-20 Airfield Lighting and Signage Repairs CERTIFICATIONS BIDDER'S NAME: ADDRESS: TELEPHONE NO.: FAX NO. IRS EMPLOYER IDENTIFICATION NUMBER: NOTICE OF NONSEGREGATED FACILITIES REQUIREMENT Notice to Prospective Federally Assisted Construction Contractors 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a federally- assisted construction contract exceeding$10,000 which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving federally-assisted construction contract awards exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed$10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 3. The penalty for making false statements in offers is prescribed in 18 U.S.C. § 1001. Notice to Prospective Subcontractors of Requirements for Certification of Non-Segregated Facilities 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a subcontract exceeding$10,000,which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed$10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 3. The penalty for making false statements in offers is prescribed in 18 U.S.C. § 1001. * * * * * CERTIFICATION OF NON-SEGREGATED FACILITIES The federally-assisted construction contractor certifies that she or he does not maintain or provide,for his employees,any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally-assisted construction contractor certifies that she or he will not maintain or provide,for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term"segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas,parking lots, drinking fountains, recreation or entertainment areas, transportation, and PROPOSAL-21 Airfield Lighting and Signage Repairs housing facilities provided for employees which are segregated by explicit directives or are,in fact, segregated on the basis of race, color,religion, or national origin because of habit,local custom, or any other reason. The federally-assisted construction contractor agrees that(except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. * * * * * CERTIFICATE REGARDING DEBARMENT AND SUSPENSION(BIDDER OR OFFEROR) (Required for all contracts and subcontracts that exceed$25,000.) By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that at the time the f bidder or offeror submits its proposal that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION REGARDING DEBARMENT AND SUSPENSION (SUCCESSFUL BIDDER REGARDING LOWER TIER PARTICIPANTS) The successful bidder,by administering each lower tier subcontract that exceeds $25,000 as a"covered transaction", must verify each lower tier participant of a"covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror), above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to tell a higher tier that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedy, including suspension and debarment. Printed Name&Title: Signature: Date: (This certification must be completed and submitted with the Proposal.) PROPOSAL-22 Airfield Lighting and Signage Repairs BIDDER'S STATEMENT OF PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE AS DESCRIBED IN SECTION 70-21 �1 The Bidder shall complete the following statement by checking the appropriate boxes. i The Bidder has has not participated in a previous contract subject to the Equal Opportunity Clause prescribed by Executive Order 11246, as amended, of September 24, 1965. The Bidder has has not submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of wj required compliance reports signed by proposed subcontractors will be obtained prior to award of J subcontracts. If the Bidder has participated in a previous contract subject to the Equal Opportunity Clause and _I has not submitted compliance reports due under applicable filing requirements, the Bidder shall submit a compliance report on Standard Form 100, "Employee Information Report EEO-1", attached to this proposal. CERTIFICATION FOR RECEIPT OF ADDENDA Receipt of the following Addenda is acknowledged: ! ; ADDENDUM NO.: DATED: r-, ADDENDUM NO.: DATED: 1 ADDENDUM NO.: DATED: (Firm or Corporation Making Bid) (Signature of Authorized Person) r P.O. Address: vJ Dated: 11 Li (This form must be completed and submitted with the Proposal.) PROPOSAL-23 Airfield Lighting and Signage Repairs STATEMENT OF SURETY'S INTENT TO: Town of Southfold We have reviewed the bid of (Contractor) of (Address) for the Airfield Lighting and Signage Repairs project for which bids will be received on: July 21, 2015 (Bid 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 become 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: c ' Surety's Authorized Signature(s) (Corporate seal, if any.If no seal, write "No Seal" across this place and sign.) ATTACH PROPOSAL GUARANTEE ATTACH POWER OF ATTORNEY (This form must be complete and submitted with the Proposal. Copies of this form may be filled out and attached to this page.) • PROPOSAL-24 i _� Airfield Lighting and Signage Repairs ? ; IRANIAN ENERGY SECTOR DIVESTMENT STATEMENT 1. Contractor/Proposer hereby represents that said Contractor/Proposer is in compliance with New York State General Municipal Law Section 103-g entitled"Iranian Energy Sector Divestment",in that said Contractor/Proposer has not: I (a) Provided goods or services of$20 Million or more in the energy sector of Iran including but not limited to the provision of oil or liquefied natural gas tankers or _` products used to construct or maintain pipelines used to transport oil or liquefied natural gas for the energy sector of Iran; or ' (b) Acted as a financial institution and extended$20 Million or more in credit to another person for forty-five days or more, if that person's intent was to use the credit to provide goods or services in the energy sector in Iran. 2. Any Contractor/Proposer who has undertaken any of the above and is identified on a list created pursuant to Section 165-a(3)(b) of the New York State Finance Law as a person engaging in investment activities in Iran, shall not be deemed a responsible bidder pursuant to Section 103 of the New York State General Municipal Law. 3. Except as otherwise specifically provided herein,every Contractor/Proposer submitting a bid/proposal in response to this Request for Bids/Request for Proposals must certify and affirm l the following under penalties of perjury: (a) "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 its knowledge and belief,that each bidder is not on the list created pursuant to NYS Finance Law __, Section 165-a(3)(b)." 4. Except as otherwise specifically provided herein, any Bid/Proposal that is submitted without having complied with subdivision (a)above, shall not be considered for award. In any case where the Bidder/Proposer cannot make the certification as set forth in subdivision(a) above, the Bidder/Proposer shall so state and shall furnish with the bid a signed statement setting forth in detail the reasons therefore. The Owner reserves its rights,in accordance with General Municipal Law Section 103-g to award the Bid/Proposal to any Bidder/Proposer who cannot make the certification, on a case-by-case basis under the following circumstances: (1) The investment activities in Iran were made before April 12, 2012,the investment activities in Iran have not been expanded or renewed after April 12,2012, and the Bidder/Proposer has adopted,publicized and is implementing a formal plan to cease the investment activities in Iran and to refrain from engaging in any new investments in Iran; or (2) The Owner has made a determination that the goods or services are necessary for the Owner to perform its functions and that, absent such an exemption, the Owner would be unable to obtain the goods or services for which the Bid/Proposal is offered. Such determination shall be made by the Owner in writing and shall be a public document. 5. Bidder or Proposer shall sign and notarize the attached"Certification of Compliance with the Iran Divestment Act"form with your proposal. -PROPOSAL-25 Airfield Lighting and Signage Repairs CERTIFICATION OF COMPLIANCE WITH THE IRAN DIVESTMENT ACT As a result of the Iran Divestment Act of 2012 (the"Act"),Chapter 1 of the 2012 Laws of New York, a new provision has been added to State Finance Law(SFL) § 165-a and New York General Municipal Law § 103-g,both effective April 12, 2012. Under the Act, the Commissioner of the Office of General Services (OGS)will be developing a list of"persons"who are engaged in "investment activities in Iran" (both are defined terms in the law) (the"Prohibited Entities List"). Pursuant to SFL § 165-a(3)(b),the initial list is expected to be issued no later than 120 days after the Act's effective date at which time it will be posted on the OGS website. By submitting a bid in response to this solicitation or by assuming the responsibility of a Contract awarded hereunder, each Bidder/Contractor, any person signing on behalf of any Bidder/Contractor and any assignee or subcontractor and, in the case of a joint bid, each party thereto, certifies, under penalty of perjury, that once the Prohibited Entities List is posted on the OGS website, that to the best of its knowledge and belief, that each Bidder/Contractor and any subcontractor or assignee is not identified on the Prohibited Entities List created pursuant to SFL § 165-a(3)(b). Additionally,Bidder/Contractor is advised that once the Prohibited Entities List is posted on the OGS Website, any Bidder/Contractor seeking to renew or extend a Contract or assume the responsibility of a Contract awarded in response to this solicitation must certify at the time the Contract is renewed, extended or assigned that it is not included on the Prohibited Entities List. During the term of the Contract, should the Owner receive information that a Bidder/Contractor is in violation of the above-referenced certification, the Owner will offer the person or entity an opportunity to respond. If the person or entity fails to demonstrate that he/she/it has ceased engagement in the investment which is in violation of the Act within 90 days after the determination of such violation, then the Owner shall take such action as may be appropriate including, but not limited to, imposing sanctions, seeking compliance,recovering damages or declaring the Bidder/Contractor in default. The Owner reserves the right to reject any bid or request for assignment for a Bidder/Contractor that appears on the Prohibited Entities List prior to the award of a contract and to pursue a responsibility review with respect to any Bidder/Contractor that is awarded a contract and subsequently appears on the Prohibited Entities List. I, ,being duly sworn,deposes and says that he/she is the of the Corporation and that neither the Bidder/Contractor nor any proposed subcontractor is identified on the Prohibited Entities List. SIGNED SWORN to before me this day of , 20_ it 7 Notary Public: (This form must be completed and submitted with the Proposal.) PROPOSAL-26 Airfield Lighting and Signage Repairs DISADVANTAGED BUSINESS ENTERPRISE(DBE) STATEMENT The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the Sponsor to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit proposals. Award of this contract will be conditioned upon satisfying the DBE requirements of this contract. These requirements apply to all bidders,including those who qualify as a DBE. A DBE contract goal of 1.2 percent has been established for this contract. The bidder shall make good faith efforts, as defined in Appendix A,49 CFR Part 26, to meet the contract goal for DBE participation in the performance of this contract. Excerpts from 49 CFR Part 26 are included in Section 70-21.13. Within 15 days after the opening of bids and before award of the contract, all bidders wishing to remain in competition for award of this contract shall submit The Contractor's DBE Plan to the Owner. The Contractor's DBE Plan Form and DBE Letter Of Intent Form are located at the end of Section 70. The website for the Unified Certification Program directory in the state of New York is: http://www.nysucp.net/. CERTIFICATION OF BIDDER: The undersigned bidder will satisfy the DBE requirements of these specifications in the following manner(please check the appropriate space): The bidder is committed to meeting or exceeding the DBE utilization goal stated above on this contract. The bidder,if unable to meet the DBE utilization goal stated above, is committed to a minimum of %DBE utilization on this contract, and will submit documentation demonstrating good faith efforts. SMALL BUSINESS PARTICIPATION: This Contract does not have a Small Business Element(SBE) set-aside. Name of Bidder's Firm: Street Address: City: State: Zip: Bidder's Status: DBE: 0 Non-DBE: 0 Age of Firm: Annual Gross Receipts of Firm: IRS Number: Signature and Title (This form must be completed and submitted with the Proposal.) PROPOSAL-27 Airfield Lighting and Signage Repairs SAFETY PLAN COMPLIANCE DOCUMENT (SPCD) CERTIFICATION Project Location: Project Name: Contractor's Official Name: Contact Person: Telephone: Street Address: City: State: Zip: Certification Statement: I certify that I have read the Construction Safety and Phasing Plan(CSPP)included in the Contract Documents and if awarded this Contract, I will abide by its requirements as written. I certify that I have read the Safety Plan Compliance Document(SCPD)included in the Contract Documents and if awarded this Contract,I will abide by its requirements as written; I certify that I will provide the information required in the SCPD prior to the start of construction work,if awarded this Contract, and that I will provide any additional information requested by the Owner. Printed Name of Signer Signature 1_rl Title Date (THIS FORM MUST BE COMPLETED AND SUBMITTED WITH PROPOSAL) if END OF PROPOSAL Li I - PROPOSAL-28 Airfield Lighting and Signage Repairs CONTRACT FORM(SAMPLE) THIS AGREEMENT is dated as of the day of in the year 2015 by and between the Town of Southold,New York,municipal corperation having an address at P.O.Box 1179, Southold,New York, 11971 (hereinafter called Owner)and ,having an address at _ (hereinafter called Contractor). The Fishers Island Ferry District,having an address at P.O.Box H,Town of Southold,New York, shall act on behalf of The Town of Southold as the Owner's representative for this agreement. Owner and Contractor,in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 -WORK • Contractor shall perform, construct and complete all Work as specified and indicated in the Airfield Lighting and Signage Repairs Contract. ARTICLE 2 -CONTRACT TIMES 2.1 Contract Time. The Work shall be substantially complete within the Contract Time as stated in "PROPOSAL", and accepted in accordance with General Provisions Section 50-15 "Final Acceptance". fI, 2.2 Damages for Delay in Completion. If the Work is uncompleted after the Contract Time,including all extensions and adjustments in accordance with General Provisions Section 80-07 "Determination and Extension of Contract Time",the sum stipulated in General Provisions Section 80-08 "Failure to Complete on Time"will be deducted from any money due or to become due the Contractor or their surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of-a-reasonable portion of damages including but not limited to additional engineering services that will be incurred by the Owner should the Contractor fail to complete the work in the Contract Time provided in this Contract. 4 4 4 , ARTICLE 3 -CONTRACT PRICE 3.1 The Owner will pay Contractor for completion of the Work in accordance with the Contract for the Total in the amount of hereby identified as the Contract Price, as shown in the Contractor's Proposal,with discrepancies corrected in accordance with General Provisions Section 30-01 "Consideration of Proposals"if applicable. 3.2 When unit bid price items are included in the Contract Price,the quantities of various units contained in-the Proposal are estimated and payment to the Contractor will be made only for the actual quantities of units that are incorporated in the Work or materials furnished in accordance with the plans and specifications in accordance with General Provisions Section 90,"Measurement and Payment". ARTICLE 4-PAYMENT PROCEDURES 4.1 Partial Payments. Partial payments will be made at least once per month based on the Owner's estimate in accordance with General Provisions Section 90, "Measurement and Payment". Progress payments will be made in accordance with General Provision Section 90-06,"Partial Payments". 2015 Contract Form-1 211.015.002 Airfield Lighting and Signage Repairs 4.2 Retainage. From the total of the amount determined to be payable on a partial payment,the amount specified in General Provisions Section 90-06,"Partial Payments",will be deducted and retained by the Owner until the final payment is made. 4.3 Final Payment: Final payment will be made in accordance with General Provisions Section 90-09, "Acceptance and Final Payment". 4.4 Withholding of Payments: Payment, or partial payment,will be withheld by the Owner because of claims made or liens filed in connection with the Contract in accordance with General Provisions Section 90-13,"Lien Law". ARTICLE 5- CONTRACTOR'S REPRESENTATIONS In executing this Agreement,Contractor makes the following representations: 5.1 Contractor has examined and carefully studied the Contract including Addenda. 5.2 Contractor has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost,progress,performance or furnishing of the Work. 5.3 Contractor is familiar with and is satisfied as-to and shall comply with all federal, state and local Laws and Regulations that may affect cost,progress,performance and fiirnishing of the Work. 5.4 Contractor has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site(except Underground Facilities)which have been identified in the Contract. Contractor acknowledges that such reports and drawings are not part of the Contract and may not becomplete_for Contractor's purposes. Contractor acknowledges that Owner and Design Engineer`do,not-assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract with respect to Underground Facilities at or contiguous to the site. Contractor represents that no additional examinations,investigations, explorations,tests, studies or data are'necessary for the performance and furnishing of the Work at the Contract Price,within the Contract Times and in accordance with the other terms and conditions of the Contract. 5.5 Contractor is aware of the general nature of work to be performed by Owner and others at the site that relates to the Work as indicated in the Contract. 5.6 Contractor has obtained and reviewed all necessary information based upon information and observations obtained from visits to the site,reports and drawings identified in the Contract and all additional examinations,investigations, explorations,tests, studies and data necessary to complete the Work pursuant to the terms of the Contract. 5.7 Contractor has given Design Engineer written notice of all conflicts,errors,ambiguities or discrepancies that Contractor has discovered in the Contract and the written resolution thereof by the Design Engineer is acceptable to Contractor, and the Contract is generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 5.8 If this Project utilizes multiple prime contracts,the Contractor has examined the Contract for all prime contracts and has acquired sufficient knowledge of the required work of the other prime contractors to the extent that Contractor clearly understands his own obligations and responsibilities 2015 Contract Form-2 211.015.002 Airfield Lighting and Signage Repairs relative to the other prime contracts. ',, - 2015 . Contract Form-3 211.015.002 Airfield Lighting and Signage Repairs ARTICLE 6-CONTRACT The Contract which comprises the entire Agreement between Owner and Contractor concerning the Work consists of the following: 6.1 The Proposal with discrepancies corrected. 6.2 This Agreement. 6.3 The Contractor's Performance Bond and Payment Bond. 6.4 The Contractor's Certificates of Insurance. 6.5 The Notice of Award and Notice to Proceed. 6.6 The General Provisions and the Technical Specifications,which are a part of the Contract. 6.7 The Contract Drawings as listed in the Table of Contents. 6.8 Addenda listed below: Addendum No. Date 6.9 There are no documents evidencing the Contract other than those listed above in this Article 6. The Contract may only be modified by Supplemental Agreement. ARTICLE 7-MISCELLANEOUS 7.1 Terms used in this Agreement shall have the meanings in the General Provision Section 10, "Definition of Terms": 7.2 No assignment by a party'liereto of any rights under, interests or obligations in the Contract will be binding on another parry hereto without the written consent of the party sought to be bound; and specifically but without limitation,moneys that may become due and moneys that are due may not be assigned without such consent(except to the extent that the effect of this restriction may be limited by law),and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract. 7.3 Owner and Contractor each binds itself,its partners, successors, assigns and legal representatives to the other party hereto,his partners,successors, assigns and legal representatives in respect to all covenants,agreements and obligations contained in the Contract. • 7.4 Any provision or part of the Contract held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner or Contractor,who agree that the Contract shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 2015 Contract Form-4 211.015.002 Airfield Lighting and Signage Repairs IN WITNESS WHEREOF, Owner and Contractor have signed ( )copies of this Agreement. This Agreement will be effective on the day and year first above written. OWNER (SEAL) (Printed Name) (Printed Title) CONTRACTOR: (SEAL) (Company Name) - (Signature) (Printed Name) , (Printed Title) 2015 Contract Form-5 211.015.002 Airfield Lighting and Signage Repairs (ACKNOWLEDGMENT OF OFFICER OF OWNER) STATE OF SS: COUNTY OF On the day of in the year 20_,before me, the undersigned, a Notary Public in and for said State, personally appeared , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the i idividual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. Notary Public (ACKNOWLEDGMENT OF CONTRACTOR,IF A CORPORATION) STATE OF SS: COUNTY OF On the day of -_in the year 20_,before me, the undersigned, a Notary Public in and for said State, personally appeared \ to me known, who, being by me duly`s-Sworn, did depose and say that he/she/they reside(s) at - , that he/she/they is (are) the of ,the corporation described in and which executed the above instrument; and that she knows the seal of said corporation; that,the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of the board of directors of said corporation, and that he/she/they signed his/her/their name(s) thereto by like authority. Notary Public 2015 Contract Form-6 211.015.002 Airfield Lighting and Signage Repairs (ACKNOWLEDGMENT OF CONTRACTOR, IF OTHER THAN A CORPORATION) STATE OF SS: COUNTY OF On the day of in the year 20 , before me, the undersigned, a Notary Public in and for said State,personally appeared ,personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s)whose name(s) is(are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument,the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. Notary Public (CERTIFICATE OF OWNER'S ATTORNEY) f ' I,the undersigned, ,the duly authorized and acting legal representative of the Owner, do hereby certify as follows: I have examined the fo egging 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 theirduly authorized representatives; that said representatives have full power and authority to execute'said Agreements on behalf of the respective parties named therein; 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 thereof. Owner's Attorney Date END OF CONTRACT FORM 2015 Contract Form-7 211.015.002 ' Airfield Lighting and Signage Repairs Section 10 Definition of Terms Whenever the following terms are used in these specifications, in the contract, or 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 AIRPORT.Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or other airport facilities or rights of way; and airport buildings and facilities located in any of these areas, and includes a heliport.The name of the Airport where this project is located is Syracuse Hancock International Airport. 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. The written agreement covering the work to be performed. The awarded contract shall include,but is not limited to: The Advertisement; The Proposal; The Agreement;The Performance Bond;The Payment Bond; all required insurance certificates;The Specifications;The Plans;Notice of Award;Notice to Proceed; and any addenda issued to bidders. 2015 GP 10-1 211.015.002 Airfield Lighting and Signage Repairs 10-14 CONTRACT ITEM(PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-15 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a completion date 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 NOT USED 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 Owner 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. Depai Intent of Transportation. When used to designate a person,FAA shall mean the Administrator or his/her duly authorized representative. 10-22 NOT USED 10-23 FORCE ACCOUNT.Force account construction work is construction that is accomplished through the use of material, equipment, labor, and supervision provided by the Owner or by another public agency pursuant to an agreement with the Owner. 10-24 INSPECTOR. An authorized representative of the Owner 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. 10-25 INTENTION OF TERMS. Whenever, in these specifications or on the plans,the words "directed,""required,""permitted,""ordered,""designated,""prescribed,"or words of like import are used, it shall be understood that the direction,requirement, permission, order, designation, or prescription of the Owner 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 Owner, 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. 10-26 LABORATORY. The official testing laboratories of the Owner or such other laboratories as may be designated by the Owner. 2015 GP 10-2 211.015.002 Airfield Lighting and Signage Repairs 10-27 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 airport surface. 10-28 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 20 percent of the total amount of the award contract. All other items shall be considered minor contract items. 10-29 MATERIALS. Any substance specified for use in the construction of the contract work. 10-30 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. 10-31 OWNER. The term"Owner"shall mean the party of the first part or the contracting agency signatory to the contract. Whenever the words"Owner", "Sponsor", or"Party of the first part"are used,the same are understood to mean The Town of Southold, or its representative duly authorized to act, whom whall be The Fishers Island Ferry District. 10-32 PAVEMENT. The combined surface course,base course, and subbase course, if any, considered as a single unit. 10-33 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. 10-34 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. 10-35 PLANS.The official 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 be considered as a part of the contract, supplementary to the specifications. 10-36 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-37 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. 10-38 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. 10-39 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-40 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. 2015 GP 10-3 211.015.002 Airfield Lighting and Signage Repairs 10-41 SPONSOR. See definition above of"Owner." 10-42 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. 10-43 SUBGRADE. The soil that forms the pavement foundation. 10-44 SUPERINTENDENT. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Owner, and who shall supervise and direct the construction. 10-45 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 25 percent, 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. 10-46 SURETY. The corporation,partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. 10-47 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 owner for movement of aircraft to and from the airport's runways or aircraft parking areas. 10-48 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. 10-49 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least 6 hours toward completion of the contract. When work is suspended for causes reasonably beyond the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work,requiring the presence of an inspector,will be considered as working days. 10-50 CONTRACT DRAWINGS. The Plans. 10-51 DESIGN ENGINEER. The individual(s),partnership(s), firm(s), or corporation(s) duly authorized by the Owner to be responsible for design services. The Design Engineer for this project is C&S Engineers,Inc. 499 Col.Eileen Collins, Blvd. Syracuse,NY 13212. 10-52 SUBCONTRACTOR. The subcontractor refers any individual, firm, or corporation to whom the contractor, with approval of the Owner, sublets any part of work. 10-53 BASE BID. The Base Bid is defined as that portion of the contract, which after consideration of proposals,may be awarded by the Owner. END OF SECTION 10 2015 GP 10-4 211.015.002 Airfield Lighting and Signage Repairs Section 20 Proposal Requirements and Conditions 20-01 Advertisement(Notice to Bidders). See the Advertisement located in the front of these Contract Documents. 20-02 Qualification of bidders. Each bidder shall furnish the Owner satisfactory evidence of his or her competency to perform the proposed work. Such evidence of competency,unless otherwise specified, shall consist of: a. statements covering the bidder's past experience on similar work, b. a list of equipment that would be available for the work, and c. a list of key personnel that would be available. d. In addition, each bidder shall furnish the Owner satisfactory evidence of his or 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 bidder'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 or 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 the bidder's true financial condition at the time such qualified statement or report is submitted to the Owner. Unless otherwise specified, a bidder may submit evidence that he or she is prequalified with the State Highway Division and is on the current"bidder's list"of the state in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports specified above. Each bidder shall submit"evidence of competency"and"evidence of financial responsibility"to the Owner at the time of bid opening. 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 whether attached or not. 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: 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. Documented record of Contractor default under previous contracts with the Owner. d. Documented record of 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 2015 - GP 20-1 Airfield Lighting and Signage Repairs 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 40-02 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. Bidders shall satisfy themselves 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 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 the bidder may make or obtain from his or 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. The bidder shall submit his or her proposal on the forms furnished by the Owner. 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 they propose to do for each pay item furnished in the proposal. In case of conflict between words and numerals,the words,unless obviously incorrect, shall govern. The bidder shall sign the proposal correctly and in ink. If the proposal is made by an individual,his or 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 or her authority to do so and that the signature is binding upon the firm or corporation. 20-08 Responsive and responsible bidder. A responsive bid conforms to all significant terms and conditions contained in the Sponsor's invitation for bid. It is the Sponsor's responsibility to decide if the exceptions taken by a bidder to the solicitation are material or not and the extent of deviation it is willing to accept. A responsible bidder has the ability to perform successfully under the terms and conditions of a proposed procurement, as defined in 49 CFR§ 18.36(b)(8). This includes such matters as Contractor integrity, compliance with public policy,record of past performance, and financial and technical resources. 20-09 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. 2015 GP 20-2 Airfield Lighting and Signage Repairs b. If there are unauthorized additions,conditional or alternate pay items, or irregularities of any kind that 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. 20-10 Bid guarantee. Each separate proposal shall be accompanied by a certified check,or other specified acceptable collateral,in the amount specified in the proposal form. Such check, or collateral, shall be made payable to the Owner. 20-11 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 registered,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 or as modified by Addendum before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-12 Withdrawal or revision of proposals. A bidder may withdraw or revise(by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the Owner in writing or by fax or email 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. 20-13 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 that have been withdrawn(by written or telegraphic request)or received after the time specified for opening bids shall be returned to the bidder unopened. 20-14 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 a qualified bidder. c. If the bidder is considered to be in"default"for any reason specified in the subsection 20-04 titled ISSUANCE OF PROPOSAL FORMS of this section. END OF SECTION 20 2015 GP 20-3 Airfield Lighting and Signage Repairs Section 30 Award and Execution of Contract 30-01 CONSIDERATION OF PROPOSALS. After the proposals are received,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. Where discrepancies in the unit bid prices occur, and where discrepancies in the product of the quantities and unit bid prices occur, and where discrepancies in the summation of the products occur,the Owner will make the necessary corrections and the corrected values will be used in the Owner's consideration of proposals. 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,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. Award of the contract shall be made by the Owner to the most qualified bidder whose proposal conforms to the cited requirements of the Owner. Where discrepancies occur that affect the bid total(s) as described in the subsection titled CONSIDERATION OF PROPOSALS,the contract amount awarded will reflect the corrected values. 30-03 CANCELLATION OF AWARD. The Owner reserves the right to cancel the award without liability to the 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 GUARANTEE. All proposal guaranties, except those of the two lowest bidders,will be returned immediately after the Owner has made a comparison of bids as specified in the subsection 30-01 titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two 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 30-05 titled REQUIREMENTS OF CONTRACT BONDS of this section. 30-05 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the contract,the successful bidder shall furnish the Owner a surety bond or bonds that have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work. The surety and the form of the bond or bonds shall be acceptable to the Owner. Unless otherwise specified in this subsection,the surety bond or bonds shall be in a sum equal to the full amount of the contract. The successful bidder shall submit in duplicate, a"Performance Bond" guaranteeing the performance of the work equal to one hundred percent(100%) of the amount of the Contract awarded, and a"Labor and Material Payment Bond"guaranteeing the payment of all legal debts that may be incurred by reason of 2015 GP 30-1 211.015.002 Airfield Lighting and Signage Repairs the Contractor's performance of the work equal'to one hundred percent(100%)of the amount of the Contract awarded. 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,and furnish the required insurance certificates in accordance with the subsection titled RESPONSIBILITY FOR DAMAGE CLAIMS 9f Section 70 within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is mailed, special handling is recommended. The successful bidder shall recognize that the proposal included in the contract for execution may differ from the proposal which was submitted with their bid. The proposal included in the contract for execution will include corrections to discrepancies which were discovered during the Owner's consideration of proposals,and will contain only the pages from the successful bidder's proposal which cover the bids which were awarded.As a,result,the proposal pages in the contract to be executed may contain pages which are not consecutively numbered due to the intentional omission of those proposal pages which cover bids that were not awarded. 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 shallconstitute 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, furnish an acceptable surety bond or bonds, and furnish the required insurance certificates within the 15 calendar day period specified in the subsection titled EXECUTION,OF CONTRACT of this section 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. END OF SECTION 30 2015 GP 30-2 211.015.002 Airfield Lighting and Signage Repairs 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 Owner 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 25 percent(total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations that do not exceed the 25 percent 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 that are for work within the general scope of the contract shall be covered by"Change Orders" issued by the Owner. Change orders for altered work shall include exterisions of contract time where, in the Owner's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent 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. However, if the Contractor elects to waive the limitations on work that increase or decrease the originally awarded contract or any major contract item by more than 25 percent,the supplemental agreement shall be subject to the same 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 Owner 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 nonperformed,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 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 Owner's opinion, is necessary for completion of such Extra Work. 2015 GP 40-1 211.015.002 Airfield Lighting and Signage Repairs When determined by the Owner 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 of Extra Work that is not covered by written agreement(change order or supplemental agreement) shall be rejected by the Owner. 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 the Contractor's price analysis for the work. The price analysis will be completed as outlined in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. 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, flag person, 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. 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. 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 Owner shall be notified prior to disturbing such structure. 2015 GP 40-2 211.015.002 Airfield Lighting and Signage Repairs The disposition of existing structures so encountered shall be immediately determined by the Owner 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 used in the work as otherwise provided for in the contract and shall remain the property of the Owner when so used 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 Owner and is in conformance with the contract specifications applicable to such use; or, b. Remove such material from the site,upon written approval of the Owner; 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 Owner's approval in advance of such use. Should the Owner 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 or removed from the site. Should the Owner 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 his/her 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. 2015 GP 40-3 211.015.002 Airfield Lighting and Signage Repairs 40-09 DEBRIS. The Contractor shall remove all debris and rubbish resulting from his work at frequent intervals, and upon the order of the Owner. Upon completion, Contractor shall leave the premises broom- clean and everything in perfect order and repair. Upon neglect or refusal of Contractor to keep the premises clean,the Owner 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 from any monies which have or may become due on this Contract; and the Owner shall issue no certificates of payment on the Contract until premises are clean, in good order, and all claims created properly adjusted. END OF SECTION 40 • 2015 GP 40-4 211.015.002 Airfield Lighting and Signage Repairs 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. The Engineer shall decide all questions that may arise as to the interpretation of the specifications or plans relating to the work. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. The Engineer does not have the authority to accept pavements that do not conform to FAA specification requirements. 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 not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his or her opinion,result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner,the Engineer will advise the Owner of his or her determination that the affected work be accepted and remain in place. In this event,the Engineer will document the determination and recommend to the Owner a basis of acceptance that 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 sound engineering judgment and such tests or retests of the affected work as are, in the Engineer's opinion,needed. Changes in the contract price shall be covered by contract 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 responsibility to insist on strict compliance with the requirements of the contract,plans, and specifications during the Contractor's execution 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, after consultation with the FAA,to use sound engineering judgment in his or 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. The Engineer will not be responsible for the Contractor's means,methods,techniques, sequences, or procedures of construction or the safety precautions incident thereto. 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 2015 GP 50-1 211.015.002 Airfield Lighting and Signage Repairs dimensions; contract technical specifications shall govern over contract general provisions,plans, cited standards for materials or testing, and cited advisory circulars(ACs); contract general provisions shall govern over plans, cited standards for materials or testing, and cited ACs;plans shall govern over cited standards for materials or testing and cited ACs. If any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications,the Special Provisions shall govern. From time to time, discrepancies within cited testing standards occur due to the timing of the change, edits, and/or replacement of the standards. If the Contractor discovers any apparent discrepancy within standard test methods,the Contractor shall immediately ask the Engineer for an interpretation and decision, and such decision shall be final. LIST OF SPECIAL PROVISIONS Section 200 Special Provisions to the General Provisions- 50-04 Cooperation of Contractor. The Contractor will be supplied with five copies each of the plans and specifications The Contractor shall have available on the work at all times one copy each of the plans and specifications.Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and shall cooperate with the Engineer and his or her inspectors and with other contractors in every way possible. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his or 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 or 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 the 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 or 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 because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his or 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. The Contractor shall join his or 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 Engineer shall establish horizontal and vertical control only. The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either their own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or their employees,resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. The Contractor will be required to furnish all lines, grades and measurements from the control points necessary for the proper execution and control of the work contracted for under these specifications. 2015 GP 50-2 211.015.002 Airfield Lighting and Signage Repairs The Contractor must give copies of survey notes to the Engineer for each area of construction and for each placement of material as specified to allow the Engineer to make periodic checks for conformance with plan grades, alignments and grade tolerances required by the applicable material specifications. All surveys must be provided to the Engineer prior to commencing work items that will cover or disturb the survey staking as set by the Contractor's surveyor. Survey(s) and notes shall be provided in the following format(s): five (5) full size copies of signed and sealed surveys, five(5) copies of the notes as well as pdf copies of both. In the case of error, on the part of the Contractor,their surveyor, employees or subcontractors,resulting in established grades, alignment or grade tolerances that do not concur with those specified or shown on the plans,the Contractor is solely responsible for correction,removal, replacement and all associated costs at no additional cost to the Owner. Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed by the Engineer without additional cost to the Owner. 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 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 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 are authorized to notify the Contractor or his or her representatives 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 a decision. • 50-09 Inspection of the work. All materials and each part or detail of the work shall be subject to inspection. 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. 2015 GP 50-3 211.015.002 Airfield Lighting and Signage Repairs 50-10 Removal of unacceptable and unauthorized work. All work that 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 50-02 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 70-14 titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. No removal work made under provision of this subsection shall be done without lines and grades having been established by the Engineer. Work done contrary to the instructions of the Engineer,work done beyond the lines shown on the plans or as established by the Engineer, 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. Upon failure on the part of the Contractor to comply 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 that may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures 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 or her hauling equipment and shall correct such damage at his or her own expense. 50-12 Maintenance during construction. The Contractor shall maintain the work during construction and until the work is accepted. 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 50-12 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 Owner may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition,depending on the exigency 2015 GP 50-4 211.015.002 Airfield Lighting and Signage Repairs 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 execution of the project the.Contractor substantially completes a usable unit or portion of the work,the occupancy of which will benefit the Owner,the Contractor may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract,the Engineer may accept it as being complete, 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 due 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 complete 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 compensation is due for work or materials not clearly provided for in the contract,plans, or specifications or previously authorized as extra work,the Contractor shall notify the Engineer in writing of his or her intention to claim such additional compensation before the Contractor begins the work on which the Contractor 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 10 calendar days, submit a 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. END OF SECTION 50 2015 GP 50-5 211.015.002 Airfield Lighting and Signage Repairs Section 60 Control of Materials 60-01 Source of supply and quality requirements. The materials used in 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 stated. 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 an FAA specification for airport lighting equipment is cited in the plans or specifications,the Contractor shall furnish such equipment that is: a. Listed in advisory circular(AC) 150/5345-53,Airport Lighting Equipment Certification Program, and Addendum that is in effect on the date of advertisement; and, b.Produced by the manufacturer as listed in the Addendum cited above for the certified equipment part number. 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 CITED FAA SPECIFICATION Connectors,Cable L-823 Underground Electrical Cable for Airport Lighting Circuits L-824 Isolation Transformers L-830 Reil Unit L-849 Lights,Runway Edge,Medium Intensity L-861 Lights,Runway End,Medium Intensity L-861E PAPI System, Style A, Class II,2 Lamp L-881 60-02 Samples,tests,and cited specifications. Unless otherwise designated, 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, quality assurance tests in accordance with the cited standard methods of ASTM,American Association of State Highway and Transportation Officials (AASHTO),Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids,will be made by and at the expense of the Engineer. 2015 GP 60-1 211.015.002 Airfield Lighting and Signage Repairs The testing organizations performing on-site quality assurance field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel, including the Contractor's representative at his or her request. Unless otherwise designated, samples for quality assurance will be taken by a qualified representative of the Engineer. 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 their request after review and approval of the Engineer. The Contractor shall employ a testing organization to perform all Contractor required Quality Control tests. The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons who will be performing the tests. The Engineer will determine if such persons are qualified. All the test data shall be reported to the Engineer after the results are known. A legible,handwritten copy of all test data shall be given to the Engineer daily, along with printed reports, in an approved format, on a weekly basis. After completion of the project, and prior to final payment,the Contractor shall submit a final report to the Engineer showing all test data reports,plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. 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. 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,the Contractor 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 or 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 acceptance of the material or assembly. 2015 GP 60-2 211.015.002 Airfield Lighting and Signage Repairs 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 the Engineer 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 that 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 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 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 or her entire expense, except as otherwise agreed to(in writing)by the Owner or lessee of the property. 60-06 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. Rejected material or assembly,the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its use in the work. 60-07 Owner furnished materials. The Contractor shall furnish all materials required to complete the work,except those specified, if any, to be furnished by the Owner. Owner-furnished materials shall be made available to the Contractor at the location specified. 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 that may occur during the Contractor's handling,storage, or use of such Owner-furnished material. The Owner will deduct from any monies due 2015 GP 60-3 211.015.002 Airfield Lighting and Signage Repairs 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 60 2015 GP 60-4 211.015.002 Airfield Lighting and Signage Repairs 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.The Contractor 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 or 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 the Contractor or the Contractor's 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 execution 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,the Contractor shall provide for such use by suitable legal agreement with the Patentee or Owner. The Contractor and the surety shall indemnify and hold 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 execution 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: Utility Location(Sheet No.) Person to Contact Phone No. "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 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 Airport Improvement Program(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 2015 GP 70-1 211.015.002 Airfield Lighting and Signage Repairs United States Government's (FAA's) agreement with the Owner,the Owner has included provisions in this contract pursuant to the requirements of Title 49 of the USC and the Rules and Regulations of the FAA that pertain to the work. As required by the USC,the contract work is subject to the inspection and approval of duly authorized representatives of the FAA Administrator, 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 USC,the rules and regulations implementing the USC, 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 or 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 that are unsanitary,hazardous, or dangerous to his or her health or safety. 70-07 Public convenience and safety. The Contractor shall control his or her operations and those of his or her subcontractors and all suppliers,to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his or her own operations and those of his or her subcontractors and all suppliers in accordance with the subsection 40-05 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 80-04 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. Unless otherwise specified, barricades,warning signs, and markings for hazards that are in the air operations area(AOAs) shall be a maximum of 18 inches (0.5 m)high. Unless otherwise specified,barricades shall be spaced not more than 4 feet(1.2 m) apart. Barricades,warning signs, and markings shall be paid for under Technical Specification Item M-100,Maintenance and Protection of Traffic. 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 on Uniform Traffic Control Devices. 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 advisory circular(AC) 150/5340-1, Standards for Airport Markings. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and the Contractor's parked construction equipment that may be hazardous to the operation of emergency fire-rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction. 2015 GP 70-2 211.015.002 Airfield Lighting and Signage Repairs The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2. The Contractor shall furnish and erect all barricades,warning signs, and markings for hazards prior to commencing work that requires such erection and shall maintain the barricades,warning signs, and markings for hazards until their removal is directed by the Engineer. Open-flame type lights shall not be permitted. 70-09 Use of explosives. When the use of explosives is necessary for the execution 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. 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 1,000 feet(300 m) 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 or 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 1,000 feet(300 m)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 markers 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 execution of the work,resulting from any act, omission,neglect, or misconduct in manner or method of executing the work, or at any time due to defective work or materials, and said responsibility shall not be released until the project has 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,the Contractor shall restore, at his or 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 the Contractor 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 2015 GP 70-3 211.015.002 Airfield Lighting and Signage Repairs decree.Money due the Contractor under and by virtue of his or her contract 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 or her surety may be held until such suits, actions, or claims for injuries or damages 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 or she is adequately protected by public liability and property damage insurance. 70-12 Third 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 for 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 or her own estimate of the difficulties involved in arranging the work to permit such beneficial occupancy by the Owner as described in the Construction Safety and Phasing Plan,Appendix A to Section 80. Upon completion of any portion of the work listed above, such portion shall be accepted by the Owner in accordance with the subsection 50-14 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 and 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 or her expense. The Contractor shall make his or 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. Contractor shall be required to conform to safety standards contained AC 150/5370-2 (see Special Provisions). Contractor shall refer to the approved Construction Safety Phasing Plan(CSPP)to identify barricade requirements and other safety requirements prior to opening up sections of work to traffic. 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 50-14 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 2015 GP 70-4 211.015.002 Airfield Lighting and Signage Repairs wave,tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government 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 or 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 planting, seeding, and sodding furnished under the 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 70-04 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 their 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 No. N/A N/A N/A 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 the 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 or her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided in this subsection and subsection 70- 04 titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. In addition to the general written notification provided,it shall be the responsibility of the Contractor to keep such individual Owners advised of changes in their plan of operations that would affect such Owners. Prior to beginning the work in the general vicinity of an existing utility service or facility,the Contractor shall again notify each such Owner of their 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 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. 2015 GP 70-5 211.015.002 Airfield Lighting and Signage Repairs The Contractor's failure to give the two days' notice shall be cause for the Owner 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 hand excavation methods within 3 feet(1 m) of such outside limits at such points as may be required to ensure 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,the Contractor 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 their operations whether due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his or her surety. a. If execution of the project work requires a facility outage,the Contractor shall contact the FAA Point-of-Contact a minimum of 72 hours prior to the time of the required outage. b. If the project work requires the cutting or splicing of FAA owned cables,the FAA Point-of- Contact shall be contacted a minimum of 72 hours prior to the time the cable work commences. The FAA reserves the right to have a FAA representative on site to observe the splicing of the cables as a condition of acceptance. All cable splices are to be accomplished in accordance with FAA specifications and require approval by the FAA Point-of-Contact as a condition of acceptance by the Owner. The Contractor is hereby advised that FAA restricts the location of where splices may be installed. If a cable splice is required in a location that is not permitted by FAA,the Contractor shall furnish and install a sufficient length of new cable that eliminates the need for any splice. 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 by this contract,there shall be no liability upon the Engineer,his or her authorized representatives, or any officials 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 stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor or his or her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his or 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. 2015 GP 70-6 211.015.002 Airfield Lighting and Signage Repairs 70-19 Environmental protection.The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. The Contractor 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. 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 or her operations, any building,part of a building, structure, or object that is incongruous with its surroundings,the Contractor shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and the Owner will direct the Contractor to either resume operations or to suspend operations as directed. Should the Owner 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 change order or supplemental agreement as provided in the subsection 40-04 titled EXTRA WORK of Section 40 and the subsection 90-05 titled PAYMENT FOR EXTRA WORK of Section 90. If appropriate,the contract change order or supplemental agreement shall include an extension of contract time in accordance with the subsection 80-07 titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 2015 GP 70-7 211.015.002 Airfield Lighting and Signage Repairs Section 80 Execution 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 other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. The Contractor shall provide copies of all subcontracts to the Engineer. The Contractor shall perform, with his organization, an amount of work equal to at least 25 percent of the total contract cost. Should the Contractor elect to assign his or 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. 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 begin the work to be performed under the contract within 10 days of the date set by the Engineer in the written notice to proceed,but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. The Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-03 Execution and progress. Unless otherwise specified, the Contractor shall submit their progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed after the effective date of the notice to proceed.The Contractor's progress schedule, when approved by the Engineer, may 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. If the Contractor falls significantly behind the submitted schedule, the Contractor shall,upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify their operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the execution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours 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 Limitation of operations. The Contractor shall control his or her operations and the operations of his or her subcontractors and all suppliers 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 or her operations within an AOA of the airport, the work shall be coordinated with airport operations (through the Engineer) at least 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 70-08 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 specified;immediately obey all instructions to vacate the ADA; 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. 2015 GP 80-1 . 211.015.002 Airfield Lighting and Signage Repairs The following AOA cannot be closed to operating aircraft to permit the Contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as follows: See Attachment"A" - Construction Safety and Phasing Plan(CSPP) at the end of this section. Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction. 80-04.1 Operational safety on airport during construction.All Contractors' operations shall be conducted in accordance with the project Construction Safety and Phasing Plan (CSPP) and the provisions set forth within the current version of AC 150/5370-2. The CSPP included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a Safety Plan Compliance Document that details how it proposes to comply with the requirements presented within the CSPP. The Contractor shall implement all necessary CSPP measures prior to commencement of any work activity. The Contractor shall conduct routine checks to assure compliance with the CSPP measures. The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project. The Contractor shall assure that all subcontractors are made aware of the requirements of the CSPP and that they implement and maintain all necessary measures. No deviation or modifications may be made to the approved CSPP unless approved in writing by the Owner or Engineer. 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 violates any operational regulations or operational safety requirements and, in the opinion of the Engineer, does not perform his 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 portion of the work without approval of the Engineer. Should the Contractor fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper execution of the work, the Engineer may suspend the work by written notice until compliance with such orders. All equipment that 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. 2015 GP 80-2 211.015.002 Airfield Lighting and Signage Repairs 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, the Contractor 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 Owner shall have the authority to suspend the work wholly, or in part,for such period or periods as the Owner may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the execution 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 Owner, 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. 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 or 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 Owner, or for any other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. The Contractor 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 or 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). 2015 GP 80-3 211.015.002 Airfield Lighting and Signage Repairs The Engineer shall base his or her weekly statement of contract time charged on the following considerations: (1) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least six (6)hours with the normal work force employed on such principal items. Should the normal work force be on a double-shift, 12 hours shall be used. Should the normal work force be on a triple-shift, 18 hours shall apply. 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 which have been ordered by the Owner 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 first working day after 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 50-15 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 or 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 is based on the originally estimated quantities as described in the subsection 20-05 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 the effective dates of the Owner's orders to suspend and 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 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 complete. 2015 GP 80-4 211.015.002 Airfield Lighting and Signage Repairs If the Contractor finds it impossible for reasons beyond his or her control to complete the work within the contract time as specified,or as extended in accordance with the provisions of this subsection, the Contractor may, at any time prior to the expiration of the contract time as extended, make a written request to the Owner for an extension of time setting forth the reasons which the Contractor believes will justify the granting of his or her request. Requests for extension of time on calendar day projects, caused by inclement weather, shall be supported with National Weather Bureau data showing the actual amount of inclement weather exceeded what could normally be expected during the contract period. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the supporting documentation justify the work was delayed because of conditions beyond the control and without the fault of the Contractor, the Owner may extend the time for completion by a change order that adjusts the contract time or completion date. The extended time for completion shall then be in full force and effect,the same as though it were the original time for completion. 80-08 Failure to complete on time. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time(including all extensions and adjustments as provided in the subsection 80-07 titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section)the sum of one thousand five hundred($1,500.00) will be deducted from any money due or to become due the Contractor or his or her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not limited to additional engineering services that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in their contract. The work of this Contract and time charged shall commence on the date stated in the written Notice to Proceed. The Contract Time shall be 21 CALENDAR DAYS and means that all of the work of the Contract is complete and in operating order. The work of this Contract and time charged shall commence on the date stated in the written Notice to Proceed. Either Base Bid or Alternate Bid plus any or all Add On. Bids may be awarded. The time of completion for each work area shall be as follows, and means that all of the work of the Contract for the work area is complete and in operating order: Work Area A(BASE BID) 21 CALENDAR DAYS Work Area A(ALTERNATE BID) 21 CALENDAR DAYS Work Area A(BASE BID & ADD ON 1/ ADD ON 2/ADD ON 3) 21 CALENDAR DAYS Work Area A(ALT. BID &ADD ON 1/ ADD ON 2/ADD ON 3) 21 CALENDAR DAYS Time charged against the work area shall begin on the date stated in the written Notice to Proceed and time stated in the NOTAMS issued for closure of the affected Work Area, at which time the Contractor may begin to place barricades, temporary jumpers, etc.for that Work Area. 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 wavier 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 or 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 2015 GP 80-5 211.015.002 Airfield Lighting and Signage Repairs b. Fails to perform the work or fails to provide sufficient workers, equipment and/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 anew such work as may be rejected as unacceptable and unsuitable,or d. Discontinues the execution of the work,or 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 the Contractor unsatisfied for a period of 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 above, the Engineer 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 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 execution 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 terms 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 execution 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. 2015 GP 80-6 211.015.002 Airfield Lighting and Signage Repairs 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 or her responsibilities for the completed work nor shall it relieve his or her surety of its obligation for and concerning any just claim arising out of the work performed. 80-11 Work area,storage area and sequence of operations. The Contractor shall obtain approval from the Engineer prior to beginning any work in all areas of the airport. No operating runway, taxiway, or air operations area(AOA) shall be crossed,entered, or obstructed while it is operational. The Contractor shall plan and coordinate his or her work in such a manner as to ensure safety and a minimum of hindrance to flight operations. All Contractor equipment and material stockpiles shall be stored an active runway. No equipment will be allowed to park within the approach area of an active runway at any time. No equipment shall be within sixty(60)feet of an active runway at any time. See Attachment"A"- Construction Safety and Phasing Plan(CSPP) following this section. END OF SECTION 80 2015 GP 80-7 211.015.002 ATTACHMENT "A" TO SECTION 80 CONSTRUCTION SAFETY AND PHASING PLAN (CSPP) FOR THE CONSTRUCTION OF AIRFIELD LIGHTING AND SIGNAGE REPAIRS AT ELIZABETH FIELD AIRPORT FEMA PROJECT NO. 6946304 PA ID NO. 103-6946 TABLE OF CONTENTS 1.0 PURPOSE 2.0 SCOPE OF PROJECT AND CSPP 3.0 PLAN REQUIREMENTS 3.1 Coordination a. Pre-construction Conference b. Contractor Progress Meetings c. Scope or Schedule Changes d FAA ATO Coordination e. Payment 3.2 Phasing a. Phase Elements(Work Areas) b. Construction Safety Drawings(Construction and Operating Requirements) 3.3 Areas and Operations Affected by the Construction Activity a. Identification of Affected Areas b. Mitigation of Effects 3.4 Protection of Navigational Aids(NAVAIDS) 3.5 Contractor Access a. Location of Stockpiled Construction Materials b. Vehicle and Pedestrian Operations c. Security 3.6 Wildlife Management a. Trash . b. Standing Water • c. Tall Grass and Seeds d. Poorly Maintained Fencing and Gates e. Disruption of Existing Wildlife Habitat 3.7 Foreign Object Debris(FOD)Management 3.8 Hazardous Materials(HAZMAT)Management 3.9 Notification of Construction Activities a. Maintenance of a List of Responsible Representatives/Point of Contact b. Notices to Airman(NOTAM) c. Emergency Notification Procedures d. Coordination with ARFF Personnel e. Notification to the FAA 3.10 Inspection Requirements a. Daily(or more frequent)Inspections b. Final Inspections 3.11 Underground Utilities 3.12 Penalties 3.13 Special Conditions 3.14 Runway and Taxiway Visual Aids a. General b. Lighting and Visual NAVAIDS c. Signs d Maintenance of Airport Lighting 3.15 Marking and Signs for Access Routes 3.16 Hazard Marking and Lighting a. Purpose b. Equipment 3.17 Protection of Airfield Areas a. Runway Safety Area(RSA) b. Runway Object Free Area(ROFA) c. Taxiway Safety Area(TSA) d. Taxiway Object Free Area(TOFA) e. Obstacle Free Zone(OFZ) f. Runway Approach/Departure Surfaces 3.18 Other Limitations on Construction A. Prohibitions B. Restrictions APPENDICES: APPENDIX 1 —General Plan and Construction Safety Drawings APPENDIX 2—Construction Project Daily Safety Inspection Checklist APPENDIX 3—Contractor's Safety Plan Compliance Document(SPCD) APPENDIX 4—Spoil Deposition Release Form CONSTRUCTION SAFETY AND PHASING PLAN (CSPP) 1.0 PURPOSE. Aviation safety is the primary consideration at airports,especially during construction.The airport owner's Construction Safety and Phasing Plan(CSPP)and the contractor's Safety Plan Compliance Document(SPCD)are the primary tools to ensure safety compliance when coordinating construction activities with airport operations. These documents identify all aspects of the construction project that pose a potential safety hazard to airport operations and outline respective mitigation procedures for each hazard. The CSPP sets forth benchmarks and requirements for the project to help ensure the highest levels of safety,secunty and efficiency at the airport at the time of construction.Requirements for this CSPP were developed from FAA Advisory Circular(AC) 150/5370-2 Operational Safety on Airports During Construction,latest edition. The CSPP is a standalone document,written to correspond with the safety and security requirements set forth in the AC,the airport safety and security requirements,and local codes and requirements.The CSPP is to be used by all personnel involved in the project.The CSPP covers the actions of not only the construction personnel and equipment,but also the action of inspection personnel and airport staff. This document has been developed in order to minimize interruptions to airport operations,reduce construction costs,and maximize the performance and safety of construction activity. Strict adherence to the provisions of the CSPP by all personnel assigned to or visiting the construction site is mandatory. The Contractor shall submit a Safety Plan Compliance Document(SPCD)to the airport owner describing how the Contractor will comply with the requirements set forth in this CSPP.The SPCD must be submitted to the airport owner prior to issuance of Notice to Proceed. In the event the Contractor's activities are found in non-compliance with the provisions of the CSPP or the SPCD, the Airport Owner's Representative will direct the Contractor,in writing,to immediately cease those operations in violation.In addition,a safety meeting will be conducted for the purpose of reviewing those provisions in the CSPP/SPCD which were violated.The Contractor will not be allowed to resume any construction operations until conclusion of the safety meeting and all corrective actions have been implemented. 2.0 SCOPE OF PROJECT AND CSPP. This project includes lighting repairs along Runways 12-30 and 7-25 including:replacement of all Runway Medium-intensity edge lighting(base-up),replacement of all 8 Runway End Identifier Lights(REIL)units(base- up),replacement of all 4 Runway Precision Approach Path Indicator(PAPI)units(base-up),replacement of Runway 25 and 30 PAPI control units(base-up),replacement of 4 guidance sign assemblies(base up),replacement of 4 guidance sign electrical components(internal to sign assembly)and replacement of 3 double obstruction lights (base-up). Included will be replacement of all airfield lighting conductors and isolated areas of conduit replacement. Safety,maintaining aircraft operations,and construction costs are all interrelated. Since safety must not be compromised,the airport owner must strike a balance between maintaining aircraft operations and construction costs.This balance will vary widely depending on the operational needs and resources of the airport and will require early coordination with airport users and the FAA.As the project design progresses,the necessary construction locations,activities and associated costs will be identified.As they are identified,their impact to airport operations must be assessed.Adjustments are made to the proposed construction activities,often by phasing the project and/or to airport operations in order to maintain operational safety.This planning effort will ultimately result in a project CSPP.The development of the CSPP takes place through the following five steps: Section 80,Attachment A Construction Safety Phasing Plan -1- 1. Identify Affected Areas 2. Describe Current Operations 3. Allow for Temporary Changes to Operations 4. Take Required Measures to Revise Operations 5. Manage Safety Risk 3.0 PLAN REQUIREMENTS. 3.1 COORDINATION.The following items shall be coordinated as required: a. Pre-construction Meeting. A preconstruction meeting will be conducted to discuss operational safety, testing, quality control, quality acceptance, security, safety, labor requirements, environmental factors, and other issues. All parties affected by the construction will be asked to attend including,but not limited to,the airport owner, tenants, contractor,subcontractors and Engineer. At the preconstruction meeting,the Contractor shall submit a plan of operation and schedule of work to the Engineer for approval.The Contractor's plan of operation shall indicate,in detail,the amount of construction planned and the number of shifts and/or overtime operations proposed for the project.The schedule of work shall clearly indicate the sequence of work to be performed. The Contractor shall conform,at all times,to the requirements of these provisions and with current safety practices,rules, regulations and security requirements of Airport Owner. The preconstruction meeting will be held prior to issuance of a Notice to Proceed. b. Contractor Progress Meetings.A minimum of one progress meeting to discuss scheduling and coordination shall be held each week unless otherwise directed by the Airport Owner, throughout the duration of the Contract, between the Airport Owner, Contractor, Engineer and any other interested parties at a time and place to be designated by the Engineer. These meetings shall include a detailed discussion of construction phasing and safety with regard to the Contractor's compliance with the requirements stipulated in the Contract Documents. In attendance at these meetings shall be a Contractor's representative with the authority to make decisions concerning the scheduling and coordination of work. Progress meetings shall be facilitated by the Engineer.Operational safety shall be a standing agenda item during progress meetings throughout the construction project. c. Scope or Schedule Changes. Changes in the Scope of Work or Project Schedule shall be governed by Section 40 and Section 80 of the Contract Documents. Any proposed change that results in a deviation from the established CSPP as expressed by the Contract Documents must be submitted to the FAA and Owner for review and approval. FAA review and approval can be expected to take sixty business days. d. FAA ATO Coordination. Early coordination with Federal Aviation Administration (FAA) Air Traffic Organization(ATO)is required to schedule airway facility shutdowns and restarts. Relocation or adjustments to NAVAIDs, or changes to final grades in critical areas, may require an FAA flight inspection prior to restarting the facility. Flight inspections shall be coordinated and scheduled well in advance of the intended facility restart. Flight inspections shall be as required by technical specifications or special provisions. e. Payment. The cost of complying with the requirements of this section, 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 Section 80, Attachment A Construction Safety Phasing Plan -2- 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 Technical Specification Item M-100,Maintenance and Protection of Traffic. 3.2 PHASING. a. Phase Elements(Work Area(s)) Work Area Descriptions: The work of the project has been combined into 1 area in order to coordinate construction in a way that will minimize construction duration and thus minimize interference with Airport operations overall: Work Area"A":Includes replacement of all Runway Medium-intensity edge lighting along Runway 12-30 and Runway 7-25,replacement of all 8 Runway End Identifier Lights(REIL)units located at runway ends, replacement of all 4 Runway Precision Approach Path Indicator(PAPI)and control units located along each runway,replacement of 4 guidance sign assemblies,replacement of 4 internal guidance sign electrical component assemblies,replacement of two double obstruction lights located at the 30 end of Runway 12- 30 and reaplcement of one single onstruction light located at the 7 end of Runway 7-25.Replacement of all airfield lighting conductors and isolated areas of conduit replacement are included in the work area as well. b. Construction Safety Requirements The Contractor shall obtain approval from the Engineer prior to beginning any work in all areas of the airport.No active runway or taxiway shall be crossed,entered,or obstructed at any time.The Contractor shall plan and coordinate his/her work in such a manner as to insure safety and a minimum of hindrance to airport operations. All Contractor equipment and material stockpiles shall be stored at locations determined during construction or as shown on the Construction Safety Drawings(Appendix 1). No equipment will be allowed to park within the approach area of an active runway at any time. During the work under this Contract,the Owner will make such arrangements to coordinate aircraft movements and Airport operations as necessary to conform to the construction procedures as outlined below and as shown on the Contract Drawings. The Contractor shall give adequate notice to the Engineer, so as to afford time to coordinate construction with the Owner. No work shall proceed in any area without prior approval. The Contractor shall always confine construction operations to the contractor work area and designated haul routes. Contractor personnel,equipment,stored materials,subcontractors and suppliers will not be allowed on any other area within the Air Operations Area and within the Airport boundaries without prior approval of the Owner or Engineer. The Engineer will perform a visual site assessment before the Contractor occupies the contractor work area. The Contractor shall be held responsible for all repairs and cleanup costs incurred as a result of the Contractor's construction operations. Restoration shall be the complete return of all work areas to the original conditions. Temporary cables in grass areas shall be marked with stakes and flagging.Temporary cables in paved areas shall be marked with barricades. Prior to the start of construction operations,the Contractor shall perform the following: Section 80,Attachment A Construction Safety Phasing Plan -3- • Coordinate issuing Notices to Airmen (NOTAM) with the Airport Owner and Engineer for the construction activities involved at least 48 hours in advance of the work. At the conclusion of construction operations,the Contractor shall perform the following: • Test and activate airfield lighting circuits. • Remove barricades, temporary jumpers and closed runway markings, as indicated on the Construction Safety Drawings. • Clean all paved surfaces in accordance with Item M-100,Maintenance and Protection of Traffic. • Coordinate cancellation of the NOTAMs with the Airport Owner and Engineer. Work Area "A":During work in this area,Runway 12-30,Runway 7-25 and the tie-down apron access taxiway will be closed to air traffic.Access shall be via the Airport access road,across apron to the Contractor's staging area. At the start of work in Area A,the Contractor shall perform the following: • Verify with the Owner that a NOTAM has been issued closing Runway 12-30 and Runway 7-25. • Verify with the Owner that a NOTAM has been issued alerting pilots that all PAPI and REIL Visual Approach Aids are unavailable. • Disconnect the Runway 12-30 edge lighting circuit in the electrical building. • Disconnect the Runway 7-25 edge lighting circuit in the electrical building. • Disconnect the Runway 7 REIL circuit in the electrical building. • Disconnect the Runway 25 REIL circuit in the electrical building. • Disconnect the Runway 12 REIL circuit in the electrical building. • Disconnect the Runway 30 REIL circuit in the electrical building. • Disconnect the Runway 7 PAPI circuit in the electrical building. • Disconnect the Runway 25 PAPI circuit in the electrical building. • Disconnect the Runway 12 PAPI circuit in the electrical building. • Disconnect the Runway 30 PAPI circuit in the electrical building. • Disconnect the Windcone circuit in the electrical building. • Disconnect the Obstruction Lighting circuit in the electrical building. • Provide temporary runway closed marking over the Runway 12 numeral. • Provide temporary runway closed marking over the Runway 30 numeral. • Provide temporary runway closed marking over the Runway 7 numeral. • Provide temporary runway closed marking over the Runway 25 numeral. 3.3 AREAS AND OPERATIONS AFFECTED BY THE CONSTRUCTION ACTIVITY. Contractor, subcontractor,and supplier employees or any other unauthorized persons shall be restricted from entering an active airport operating area without previous permission from the Airport Owner. In an emergency situation,the Owner 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. The Contractor shall cooperate with the airport users through the Engineer,in coordination with airport operations, in scheduling the operations to provide adequate clearance for safe aircraft parking,fueling, maintenance,loading or unloading,maneuvering,taxing operations,or other aircraft operations. a. Identification of Affected Areas Section 80,Attachment A Construction Safety Phasing Plan -4- The following is a summary of impacts to the Airport Operations Areas resulting from the proposed construction safety and work phasing requirements: Section 80, Attachment A Construction Safety Phasing Plan -5- Table 3.3A Construction Effect on Airport Operations Project Airfield Lighting and Signage Repairs Phase Work Area"A". See Section 3.2.a for descnption) Operational Requirements Normal(Existing) Anticipated(During Construction) Scope of Work Miscellaneous airfield lighting and signage repairs. Carrier: Not Applicable RW 12&RW 30 Average GA: 2/Day Runways Closed Aircraft Operations Military: Not Applicable Carrier: Not Applicable RW 7&RW'25 Average GA: 1/Day Runways Closed Aircraft Operations Military: Not Applicable Runway 12-30 ARC A-1 Runway Closed Runway 7-25 ARC A-1 Runway Closed RW 12&RW 30 Approach %mile Runways Closed Visibility Minimums RW 7&RW 25 Approach 3/4 mile Runways Closed Visibility Minimums TORA: Not Applicable TORA: Not Applicable Runway 12 and 30 Declared TODA: Not Applicable TODA: Not Applicable Distances ASDA: Not Applicable ASDA: Not Applicable LDA: Not Applicable LDA: Not Applicable TORA:Not Applicable TORA:Not Applicable Runway 7 and 25 Declared TODA:Not Applicable TODA:Not Applicable Distances ASDA:Not Applicable ASDA:Not Applicable LDA:Not Applicable LDA:Not Applicable b. Mitigation of effects. This CSPP has established specific requirements and operational procedures necessary to maintain the safety and efficiency of airport operations during the construction of this project. All coordination pertaining to airport operations during construction will go through the Owner's Representative and the Airport Operations Manager.Any required NOTAM's to be issued will be sent through the Owner's Representative and issued by Airport Operations. Section 80, Attachment A Construction Safety Phasing Plan -6- i. Temporary Changes to runway and/or taxiway operations: Any affected Airport Operations Areas identified in the previous section for reduced access or identified as being closed entirely to aircraft traffic,will be barricaded by the use of low profile,lighted barricades placed as shown in the exhibits provided in Appendix 1.In addition,required NOTAM's shall be issued on the various temporary changes to aircraft access through the affected areas. ii. Detours for ARFF and other airport vehicles: The project work site shall remain open to all ARFF vehicles in emergency situations.The contractor is required to maintain access in and around the project work area for all ARFF vehicles.Proper routing of this traffic will be effectively communicated to all supervisory personnel involved in the construction project. iii. Maintenance of essential utilities: Special attention shall be given to preventing unscheduled interruption of utility services and facilities.Where required due to construction purposes,the Owner and FAA shall locate all of their underground utilities.It is the Contractor's responsibility to have the locations of cabling and other underground utilities marked prior to beginning excavation.Any locations provided by the Owner or FAA are approximate locations and the Contractor shall verify all locations prior to beginning excavations.When an underground cable or utility is damaged due to the Contractor's negligence the Contractor shall immediately repair the affected cable or utility at his/her own expense.Full coordination between airport staff,field inspectors,and construction personnel will be exercised to ensure that all airport power and control cables are fully protected prior to any excavation. iv. Temporary Changes to air traffic control procedures: Not applicable.. 3.4 PROTECTION OF NAVIGATIONAL AIDS(NAVAIDS). Before commencing construction activity,parking vehicles,or storing construction equipment and materials near a NAVAID,coordination with the appropriate FAA ATO to evaluate the effects of construction activity and the required distances and direction from the NAVAID is required. 3.5 CONTRACTOR ACCESS. This section of the CSPP details the areas to which the contractor must have access,and how contractor personnel will access those project work areas. a. Location of stockpiled construction materials. 1 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 there from. Construction operations shall not be conducted in a manner to cause interference with Airport Operations. Stockpiled materials and equipment storage are not permitted within the Runway Safety Area/ Taxiway Safety Area(RSA/TSA),Obstacle Free Zone(OFZ)or Object Free Area(OFA)of an operational runway or taxiway.Stockpiled construction materials must be located inside the contractor staging area as shown on the Construction Safety Drawings(Appendix 1)unless otherwise approved by the Engineer. Section 80,Attachment A Construction Safety Phasing Plan -7- Stockpiled material shall be constrained in a manner to prevent movement resulting from either aircraft jet blast or wind conditions in excess of ten miles per hour.In addition,stockpiled material shall have silt fence located around the material to prevent Foreign Object Debris(FOD)from moving onto the airfield pavements or polluting watercourses. Open trenches exceeding 3 inches in depth and 5 inches in width or stockpiled material are not permitted within the limits of safety areas of operational runways or taxiways. Stockpiled matenal shall not be permitted within the protected areas of the runways,or allowed to penetrate into any of the protected airspace. Spoil and Disposal Areas: Spoil shall be disposed of onsite 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 in Appendix 4. No direct payment will be made for spoiling and disposal operations. The cost of spoiling material on site,or of spoiling material off-site,shall be considered incidental to this Contract and the costs shall be included in the various pay items involved. b. Vehicle and pedestrian operations.Vehicle and pedestrian access routes for airport construction projects must be controlled to prevent inadvertent or unauthorized entry of persons,vehicles,or animals onto the Air Operations Area(AOA). The airport owner will coordinate requirements for vehicle operations with the affected airport tenants. Specific vehicle and pedestrian requirements for this project are as follows: All construction vehicles and personnel shall be restricted to the immediate work areas specified by the contract for this project.These areas include the haul routes into the work area,the designated contractor staging area and the apron area under construction.Use of alternate haul routes or staging areas by the contractor shall not be permitted without prior notification and approval by the Owner's Representative. i. Construction Site Parking: The Contractor's personal vehicle parking area shall be in the contractor staging area,as shown on the Construction Safety Drawings(Appendix 1). Contractor personal vehicles will not be allowed inside the airport fence Air Operations Area(AOA)or secured area. 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. ii. Construction Equipment Parking: The Contractor's equipment storage area shall be in the contractor staging area as shown on the Construction Safety Drawings(Appendix 1). The Contractor's equipment and construction vehicles shall be restricted to the construction site or storage areas during construction and parked in the equipment storage area during non-working periods. Maximum allowable equipment height in the staging area shall be 25 feet. Maximum allowable equipment height in the work areas shall be 25 feet.Maximum allowable equipment height at the borrow area shall be 25 feet. Contractor must service all construction vehicles within the limits of the project work area or the Contractor's Staging Area.Parked construction vehicles must be outside the OFA and never in the Section 80, Attachment A Construction Safety Phasing Plan -8- safety area of an active runway or taxiway.Inactive equipment must not be parked on closed taxiways or runways.If it is necessary to leave specialized equipment on a closed taxiway or runway at night,the equipment must be well lighted.Employees shall also park construction vehicles outside the OFA when not in use by construction personnel(for example,overnight,on weekends,or during other periods when construction is not active).Parking areas must not obstruct the clear line of sight by the ATCT,as applicable,to any taxiways or runways under air traffic control nor obstruct any runway visual aids,signs,or navigation aids. iii. Access and Haul Roads: The Contractor shall clear,construct and maintain haul routes as required for the prosecution the work. The haul routes and access points shall only be in the locations approved by the Engineer and the Owner or as shown on the Construction Safety Drawings(Appendix 1). Access or haul routes used by contractor vehicles must be clearly marked to prevent inadvertent entry to areas open to airport operations.Construction traffic must remain on the designated haul routes,never straying from the approved paths. . Signage and marking placement shall be reviewed and approved by the Engineer and Owner prior to being put into service. The Contractor shall fully describe the appropriate access routes to all his/her employees,subcontractors and material delivery personnel. 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.All non-paved areas that are disturbed by Contractor's haul roads,staging area,etc.,located outside of the seeding limits shown on the plans shall be re- seeded and restored to their original or better condition by the Contractor at no additional cost to the Owner. The Contractor shall control and coordinate the material(supplies)that are hauled to and from work area. Delivery of equipment and materials to the area of work shall be by way of the access route shown on the Construction Safety Drawings(Appendix 1)or designated by the Owner or Engineer. The Contractor shall maintain all haul routes and work areas in a dust free condition at all times. The Contractor shall control dust from the construction operations by vacuum type sweeping, watering or other methods as approved by the Engineer. Contractor shall have equipment(in operating condition)on site,at all times,to control dust. If the Contractor fails to comply with this requirement,construction will be suspended until a plan for controlling the dust is approved by the Engineer.Landside haul routes,boulevards and drives shall be kept clean by use of a vacuum sweeper on a daily basis as required.Application of water on dirt or gravel haul routes must be provided as often as necessary.Haul roads in any airport traffic areas must be especially monitored for dust and debris to prevent any potential Foreign Object Debris(FOD)situations. The existing perimeter road shall remain open and accessible for airport personnel at all times. Special attention must be given to ensure that if construction traffic is to share or cross any Airport Rescue and Fire Fighting(ARFF)routes that ARFF right of way is not impeded at any time. Portions of the project area(s)shall be bounded by the low profile barricades identifying Contractor personnel and vehicle area operation limits.The locations of any barricaded project limits,haul routes,Contractor Staging Areas,and associated safety and security details are also provided graphically in the attached exhibits. Section 80,Attachment A Construction Safety Phasing Plan -9- iv. Marking and Lighting of Vehicles: When any vehicle or piece of equipment,other than one that has prior approval from the Owner, must operate on an airport,it shall be escorted and properly,identified. The Contractor shall limit access within the airport security fence to authorized vehicles. All authorized vehicles shall have a vehicle dash board placard permit issued by the Owner or an identification sign on both sides of the vehicle containing the Contractor's company name. Private vehicles of the Contractor's personnel must be parked outside the airport security fence and will not be allowed within the airport security fence at any time. All vehicles operating on the airport and in the general vicinity of the safety area or in aircraft movement areas must be marked with flashing yellow/amber beacons or orange and white flags during daylight hours.During hours of darkness or low visibility they shall be marked with at least flashing yellow/amber beacons. Beacons and flags must be maintained to standards and in good working and operational condition.Beacons must be located on the uppermost part of the vehicle structure,visible from any direction,and flash 75+/- 15 flashes per minute.Flags shall be 3' by 3' with alternating 1' by 1' international orange and white squares,and shall be replaced by the contractor if they become faded,discolored,or ragged as determined by Airport Operations or the Owner's Representative. v. Description of Proper Vehicle Operations: The Contractor shall be required to follow guidance on the additional identification and control of construction equipment per the Airport's Security Plan.No Contractor's vehicle or pedestrian crossing of active runways or taxiways will be allowed at any time dunng 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 ground movement of aircraft shall have the right-of-way at all times,and the Contractor's vehicles and equipment shall yield to aircraft at all times. vi. Required Escorts: All construction-related activity taking place within any airport defined movement area requires the presence of an authorized Airport escort having radio communication with UNICOM unless prior approval is obtained from Airport Operations. Spotters and/or flaggers having radio or telephone contact with the Airport may be used with the approval of the on shift Airport Operations Manager. vii. Situational Awareness: Aircraft traffic will be restricted from using existing runways,aprons,and taxiways of the Airport during the time that work under a contract is being performed.While full closure will remain in affect for all air traffic through the duration of construction,the Contractor shall, at all times, conduct work with constant awareness of surroundings. Vehicle dnvers must confirm by personnel observation that no aircraft is approaching their position(either in the air or on the ground)when given clearance to cross a runway,taxiway,or Section 80, Attachment A Construction Safety Phasing Plan -10- • any other area open to airport operations. In addition,it is the responsibility of the escort vehicle driver to verify the movement/position of all escorted vehicles at any given time. viii.. Maintenance of the Secured Area of the Airport. Airport owner and contractors must also maintain a high level of security during construction when access points are created in the security fencing to permit construction vehicle access. Temporary gates shall be equipped and/or manned by construction personnel to prevent unauthorized access by vehicles,animals or people.Procedures conforming to Airport security protocols should be in place to ensure that only authorized persons and vehicles have access to the AOA and to prohibit"piggybacking"behind another person or vehicle.Access shall be made available at all times to all airport emergency vehicles traveling to operations areas within the proximity of the construction work zone. c. Security. Airport owner and contractors must take care to maintain security during construction when access points are created in the security fencing to permit the passage of construction vehicles or personnel. Procedures should be in place to ensure that only authorized persons and vehicles have access to the AOA and to prohibit"piggybacking"behind another person or vehicle. The Contractor shall be required to maintain security and comply with the Airport Security Plan and the Transportation Security Administration Secunty 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. 3.6 WILDLIFE MANAGEMENT. Construction contractors must carefully control and continuously remove waste or loose materials that might attract wildlife.Contractor personnel must be aware of and avoid construction activities that can create wildlife hazards on airports. a. Trash. Food scraps from construction personnel activity must be collected and disposed of at a proper facility. b. Standing water. Water shall not be allowed to collect and pool for more than any single 24-hour period. Temporary grading may be required to promote drainage during daily operations as well as between work phases. c. Tall grass and seeds.The use of millet seed in turfing and seeding operations shall not be permitted. d. Poorly maintained fencing and gates.The Contractor shall maintain a constant secure perimeter to the airfield,including continuous security perimeter fencing and gates(if applicable). e. Disruption of existing wildlife habitat.Not applicable to this project. Section 80,Attachment A Construction Safety Phasing Plan -11- Contractor shall take immediate remedial action to remove wildlife attractants should any occurrence be noted. Contractor shall immediately report to the Engineer and Owner should any wildlife congregation be noted,and in particular if mammals enter the airport through the construction gate. 3.7 FOREIGN OBJECT DEBRIS(FOD)MANAGEMENT. Special care and measures shall be taken to prevent Foreign Object Debris(FOD)damage when working in an airport environment. Waste and loose materials,commonly referred to as FOD,are capable of causing damage to aircraft landing gears,propellers,and jet engines. The Contractor shall be responsible for implementing an approved FOD Management Plan prior to the start of construction activities.The FOD Management Plan will have procedures for prevention,regular cleanup,and containment of construction material and debris.The Contractor will ensure all vehicles related to the construction project using paved surfaces in the AOA shall be free of any debris that could create a FOD hazard. Special attention will be given to the cleaning of cracks and pavement joints.All taxiways,aprons,and runways must remain clean. Waste containers with attached lids shall be required on construction sites. Special attention should be given to securing lightweight construction material(concrete insulating blankets,tarps,insulation,etc.).Specific secunng procedures and/or chainlink enclosures may be required. Contractors will provide their own equipment for vehicle and equipment washing and clean up. Immediate access to a power sweeper is required when construction occurs on any pavement area inside the AOA,unless an appropriate alternative has been approved by the Owner's Representative and Airport Operations Manager. 3.8 HAZARDOUS MATERIALS(HAZMAT)MANAGEMENT. Contractors operating construction vehicles and equipment on the airport must be prepared to expeditiously contain and clean-up spills resulting from fuel,hydraulic fluid,or other chemical fluid leaks.Transport and handling of other hazardous materials on an airport also requires special procedures.To that end,the Contractor is required to develop a spill prevention plan and response procedures for vehicle operations prior to the start of construction activities.This includes maintenance of appropriate MSDS data and appropriate prevention and response equipment on-site. Fueling Procedures and Spill Recovery Procedures shall be in accordance with New York State Fire Code, latest edition,and the National Fire Protection Association standard procedures for spill response,latest edition.If fueling is to take place in the staging area,it must be away from catch basins.Contractor must have spill containment kits on site. In the event of a fuel spill or the spill of other hazardous materials,the Contractor shall immediately notify the Owner and the Engineer,the New York State Department of Environmental Conservation,the Environmental Protection Agency,the Owner and the Engineer. Contractor shall abide by the specific requirements contained in the Technical Specifications of this contract. 3.9 NOTIFICATION OF CONSTRUCTION ACTIVITY. The following is information and procedures for immediate notification of airport users and the FAA of any conditions adversely affecting the operational safety of the airport. a. Maintenance of a list of Responsible Representatives/ Point of contact. A list of responsible Section 80, Attachment A Construction Safety Phasing Plan -12- representatives and points of contact shall be created by the Engineer, the Airport and the Contractor prior to the start of construction. This list shall be compiled as part of the project pre-construction meeting agenda. Procedures will be established to contact all parties,including after regular work hours. Updates will be made to the list throughout the project duration by the Engineer. Contractor points of contact shall be incorporated into the contractor's SPCD. b. Notices to Airman (NOTAM). Only the airport owner may initiate or cancel NOTAMs on airport conditions, and is the only entity that can close or open a runway or taxiway. The airport owner must coordinate the issuance, maintenance, and cancellation of NOTAMs about airport conditions resulting from construction activities with tenants and the local air traffic facility(control tower,approach control, or air traffic control center),and must provide information on closed or hazardous conditions on airport movement areas to the FAA Flight Service Station(FSS)so it can issue a NOTAM.The airport owner must file and maintain a list of authorized representatives with the FSS. Only the FAA may issue or cancel NOTAMs on shutdown or irregular operation of FAA owned facilities.Any person having reason to believe that a NOTAM is missing,incomplete,or inaccurate must notify the airport owner.See Section 3.14 regarding issuing NOTAMs for partially closed runways versus runways with displaced thresholds. Any NOTAMs for planned airfield closures for this project must be coordinated through the airport manager and the airports duly appointed construction management representative.Reference Section 3.2 for planned closures for this project,which require issuance of a NOTAM. c. Emergency Notification Procedures.In the event of an aircraft emergency,severe weather conditions, or any issue as determined by the Airport that may affect aircraft operations,the Contractor's personnel and/or equipment may be required to immediately vacate the area(s) affected.Points of contact for the various parties involved with the project shall be identified and shared at the pre-construction meeting • among the various parties.Emergency points of contact shall be incorporated into the contractor's SPCD. d. 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 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 Engineer giving full details of the claims. e. Coordination with ARFF Personnel. The contractor shall coordinate, through the duly appointed airport representative, with ARFF personnel, mutual aid providers and other emergency services if construction requires the following: • The deactivation and subsequent reactivation of water lines or fire hydrants,or • The re-routing,blocking and restoration of emergency access routes,or • The use of hazardous materials on the airfield. Procedures and methods for addressing any planned or emergency response actions on the airfield concerning this project shall be established and implemented prior to the start of construction. e. Notification to the FAA. Section 80,Attachment A Construction Safety Phasing Plan -13- i. Part 77.Any person proposing construction or alteration of objects that affect navigable airspace, as defined in Part 77, must notify the FAA. This includes construction equipment and proposed parking areas for this equipment(i.e.cranes,graders,other equipment)on airports.FAA Form 7460- 1, Notice of Proposed Construction or Alteration, is used for this purpose and submitted to the appropriated FAA Airports Regional or District Office. A 7460-1 form for this project has been completed and submitted by the Airport Owner [Engineer] for using equipment with a maximum height of x feet.A new 7460-1 form must be submitted to the FAA for review and comment for any equipment which the Contractor will use which is taller than the equipment used in the above 7460- 1 submission. The [Owner] [Engineer] will be responsible for submitting the new 7460-1 form to the FAA. To that end, the Contractor shall identify the equipment in his SPCD ,including the maximum height it will extended to during construction,the area(s)in which the equipment will be used,and the duration the equipment will be used Part 157.It is not anticipated that Part 157 notifications will be required for this project. ii. NAVAIDS.For emergency(short-notice)notification about impacts to both airport owned and FAA owned NAVAIDs,contact: 866-432-2622. 1.Airport owned/FAA maintained.Not applicable. 2.FAA owned.Not applicable. 3.10 INSPECTION REQUIREMENTS. a.Daily(or more frequent)inspections.Inspections shall be conducted by the Contractor at least daily, but more frequently if necessary,to ensure conformance with the CSPP.A sample checklist is provided in Appendix 2 of this document.The Owner's Representative will have full-time inspectors monitoring activity throughout construction. Promptly take all actions necessary to prevent or remedy any unsafe or potentially unsafe conditions as soon as they are discovered. b.Final inspections.A final inspection with the Owner's Representative,Airport and Contractor will take place prior to allowing airport operations. 3.11 UNDERGROUND UTILITIES. Special attention shall be given to,preventing unscheduled interruption of utility services and facilities. Where required due to construction purposes,the FAA shall locate all of their underground cables.The Contractor shall locate and/or arrange for the location of all the underground cables.When an underground cable is damaged due to the Contractor's negligence the Contractor shall immediately repair the cable affected at his/her own expense.Full coordination between airport staff,field inspectors,and construction personnel will be exercised to ensure that all airport power and control cables are fully protected prior to any excavation.Locations of cabling will be marked prior to beginning excavation. Prior to opening an excavation,effort shall be made to determine whether underground installation:i.e., sewer,water,fuel,electric lines,etc.,will be encountered,and if so,where such underground installations are located. When the excavation approaches the approximate locations of such an installation,the exact locations shall be determined by careful hand probing or hand digging,and/or use of a vacuum truck,and when it is uncovered,adequate protection shall be provided for the existing installation. All known owners of underground facilities in the area concerned shall be advised of proposed work at least 48 hours prior to the start of actual excavation. Section 80, Attachment A Construction Safety Phasing Plan -14- The information concerning underground utilities was compiled from information and sketches furnished by or obtained from utility companies and the Airport. The Owner and the Engineer do not guarantee their accuracy. The Contractor is advised to determine the exact locations from the available sources of information or provide his own means of detection. The only case in which the Engineer will consider redesign or relocation of a proposed facility in the project is when an existing utility is located within the construction limits. In this case,the Engineer will work with the Airport Owner to determine the appropriate action to resolve the conflict. If such relocation is impossible,the Engineer will consider re- design,or relocation of the proposed facilities. In both cases,Contractor shall be responsible for all underground utilities and shall not be separately compensated for delays or extra cost. Note that Dig Safely New York(DSNY)services do not include locating FAA and Owner facilities. • 3.12 PENALTIES. , Failure on the part of the contractor to adhere to prescribed requirements may have consequences that , jeopardize the health,safety or lives of customers and employees at the airport.The Airport may issue warnings on the first offense based upon the circumstances of the incident.Individuals involved in non- compliance violations may be required to surrender,their Airport ID badges and/or be prohibited from working at the airport,pending,an investigation of the matter. Penalties for violations related to airport safety and security procedures will be established by the Airport. Note:project shutdown or misdemeanor citations may be issued on a first offense.When construction operations are suspended,activity shall not resume until all deficiencies are rectified., 3.13 SPECIAL CONDITIONS. In the event of an aircraft emergency,the Contractor's personnel and/or equipment may be,required to immediately vacate the area.The Contractor will receive notification from airport operations when,special conditions require the construction,site to be vacated.In any event,extreme care should be exercised should construction personnel identify any ARFF(Airport Rescue and Fire-Fighting)or other emergency or rescue vehicle moving toward the Runway with emergency lights displayed.This will generally mean that an emergency situation is imminent. Special conditions that could require suspension of the construction work include the following: aircraft in distress,aircraft accident,security breach,VIP operation,vehicle/pedestrian deviation,severe weather,or failing to abide by this Construction Safety and Phasing Plan and/or the Safety Plan,Compliance Document. 3.14 RUNWAY AND TAXIWAY VISUAL AIDS. This topic includes marking,lighting,signs,and visual NAVAIDs.Those areas where aircraft will be operating shall be clearly and visibly separated from construction areas,including closed runways. Throughout the duration of the construction project,the Contractor shall inspect and verify that these areas remain clearly marked and visible at all times and that marking,lighting, signs and visual NAVAIDs remain in place and operational. a.General.Airport markings,lighting,signs,and visual NAVAIDs must be clearly visible to pilots,not misleading,confusing,or deceptive.All must be secured in place to prevent movement by prop wash,jet Section 80, Attachment A Construction Safety Phasing Plan -15- _ blast,wing vortices, or other wind currents and constructed of materials that would minimize damage to an aircraft in the event of inadvertent contact. Marking and lighting for a temporary threshold is not required. .Closed runway markings are required. Closed runway markings shall be as shown on the Plans. Barricades,flagging,and flashers are required at the locations and times described in the subsection titled WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS of this Section and shall be supplied by the Contractor. b.Markings.Markings must be in compliance with the standards of AC 150/5340-1, Standards for Airport Markings,current edition,and the drawings and technical specifications of this project. c.Lighting and visual NAVAIDs.All taxiway edge lights in those sections of taxiways closed to aircraft traffic will be either de-energized or blacked out by use of an appropriately cut length of PVC pipe. d.Signs. Signs must be in conformance with AC 150/5345-44, Specification for Runway and Taxiway Signs and AC 150/5340-18, Standard for Airport Sign Systems,current edition.Airfield signage will be installed and/or replaced along impacted taxiways and taxilanes. e.Maintenance of Airport Lighting. All existing airfield lighting circuits shall be maintained in full operation throughout the penod 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 is required to allow the full use of airfield lighting circuits in 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. Temporary above ground lighting cables,if approved,shall be delineated with stakes and flagging at the direction of the Engineer. All circuits in the vicinity of the work area shall be tested prior to,during and after construction. The Contractor shall furnish all necessary equipment and appliances for testing the airport electrical systems and underground cable circuits as specified below. The Contractor shall perform all tests in the presence of the Engineer. The Contractor shall demonstrate the electrical characteristics to the satisfaction of the Engineer. All costs for testing are incidental and shall be at the sole expense of the Contractor. For phased projects,the tests must be completed by phase and results meeting the specifications below must be maintained by the Contractor throughout the entire project as well as during the ensuing warranty period. Earth resistance testing methods shall be submitted to the Engineer for approval. Earth resistance testing results shall be recorded on an approved form and testing shall be performed in the presence of the Engineer. All such testing shall be at the sole expense of the Contractor. Should the counterpoise or ground grid conductors be damaged or suspected of being damaged by construction activities the Contractor shall test the conductors for continuity with a low resistance ohmmeter. The conductors shall be isolated such that no parallel path exists and tested for continuity. The Engineer shall approve of the test method selected. All such testing shall be at the sole expense of the Contractor. The test equipment for insulation resistance shall be an insulation resistance tester(1,000V megger)with a digital readout. The instrument shall provide a 500 volt test 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. Section 80,Attachment A Construction Safety Phasing Plan -16- (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) Provide a copy of the test results to the Engineer and the Owner. (3) Check that all circuits are properly connected in accordance with applicable wiring diagrams. b. Test Requirements During Construction. 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. (1) Test all circuits within the work area for continuity and insulation resistance to ground at the electncal 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 not less than 500 megohms. (4) Insure 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 the impedance to ground of each ground rod does not exceed 25 ohms prior to establishing connections to other ground electrodes or equipment. The fall-of-potential ground impedance test shall be utilized,as described by ANSI/IEEE Standard 81,to verify this requirement. Ground rods testing higher than 25 ohms shall have a minimum extension of two feet of ground rod added, driven to the proper elevation and re-tested. Extensions shall be attached by exothermic methods and re-testing performed until the tests show 25 ohms resistance or less. Tests shall not be performed within 72 hours after a rain storm has ended or when standing water is present around the ground rod. (6) Insure that all circuits are properly connected in accordance with applicable wiring diagrams. (7) 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. (8) Provide a copy of all test results to Engineer and Owner on a daily basis. 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. Section 80,Attachment A Construction Safety Phasing Plan -17- (3) That all affected lighting power and control circuits(existing and new)are continuous and free from short circuits. (4) That all affected circuits(existing and new)are free from unspecified grounds. (5) That the insulation resistance to ground of all new non-grounded series circuits or cable segments is not less than 50 megohms. (6) That the insulation resistance to ground of all non-grounded conductors of new multiple circuits or circuit segments is not less than 50 megohms. (7) That all affected circuits(existing and new)are properly connected in accordance with applicable wiring diagrams. (8) That all affected circuits(existing and new)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. The Contractor shall be responsible for maintaining an insulation resistance of 50 megohms minimum,with isolation transformers connected,in new circuits and new segments of existing circuits through the end of the contract warranty period. Two copies of tabulated results of all cable tests performed shall be supplied by the Contractor to the Engineer. Where connecting new cable to existing cable,ground resistance tests shall be performed on the new cable prior to connection to the existing circuit. 3.15 MARKING AND SIGNS FOR ACCESS ROUTES. Location of haul routes on the airport site shall be as specified in the project drawing set and as provided graphically in the attached exhibits,reference Appendix 1.It shall be the Contractor's responsibility to coordinate off-site haul routes with the appropriate owner who has jurisdiction over the affected route.The haul routes,to the extent possible,shall be marked and signed in accordance with FAA airfield signage requirements,the Federal Highway Administration Manual on Uniform Traffic Control Devices(MUTCD) and/or state highway specifications,as applicable. 3.16 HAZARD MARKING AND LIGHTING. a.Purpose.Hazard marking and lighting prevents pilots from entering areas closed to aircraft,and prevents construction personnel from entering areas open to aircraft.To that end,comprehensible warning indicators for any area affected by construction that is normally accessible to aircraft,personnel,or vehicles shall be installed and maintained by the Contractor for the duration of construction operations. b.Equipment.Low Profile Barricades of the type detailed in the project drawings with red omnidirectional flashing lights shall be placed outside the safety area of intersecting taxiways at the edge of the closed airfield surfaces and the project work limits.Layout locations for this equipment are as shown on the Construction Safety Drawings and attached exhibits,reference Appendix 1. Plastic Drum Type Barricades of the type detailed in the project drawings with omnidirectional flashing lights shall be placed.Layout locations for this equipment are as shown on the Construction Safety Drawings and attached exhibits,reference Appendix 1. Section 80, Attachment A Construction Safety Phasing Plan -18- The Contractor shall have a person on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades.The Contractor must file the contact person's information with the airport owner. Lighting should be checked for proper operation at least once per day,preferably at dusk. 3.17 PROTECTION OF AIRFIELD AREAS. Safety area encroachments,improper ground vehicle operations and unmarked or uncovered holes and trenches in the vicinity of aircraft operation surfaces and construction areas are the three most recurring threats to safety during construction.Protection of runway and taxiway safety areas,object free areas, obstacle free zones, and approach/departure surfaces shall be a standing requirement for the duration of construction operations. a.Runway Safety Area(RSA).A runway safety area is the defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot,overshoot, or excursion from the runway by aircraft. Aircraft RSA Distance from RSA Length from Runway Design Group RSA Centerline Holdline RSA Width End of Runway 12-30 A-1 60 ft. 240 ft. 250 ft. 240 ft. 7-25 A-1 60 ft. 240 ft 250 ft 240 ft No construction may occur within the existing RSA while the runway is open.Any construction between RSA and Holdline must be approved with Airport Operations prior to starting work. The airport owner must coordinate any adjustment of RSA dimensions,to meet the above requirement, with the appropriate FAA Airports Regional or District Office and the local FAA air traffic manager and issue a NOTAM. Open trenches or excavations are not permitted within the RSA while the runway is open.The Contractor must backfill trenches before the runway is opened.Coverings are not allowed in runway safety areas. There shall be no stockpiled materials or equipment stored within the limits of the RSA. After the Runway has been closed,Contractors must prominently mark open trenches and excavations at the construction site with red or orange flags,as approved by the airport owner,and light them with red lights during hours of restricted visibility or darkness. Soil erosion must be controlled to maintain RSA standards,that is,the RSA must be cleared and graded and have no potentially hazardous ruts,humps,depressions,or other surface variations,and capable,under dry conditions,of supporting snow removal equipment,aircraft rescue and firefighting equipment,and the occasional passage of aircraft without causing structural damage to the aircraft. b.Runway Object Free Area(ROFA).Construction,including excavations,may be permitted in the ROFA.However,equipment must be removed from the ROFA when not in use,and material should not be stockpiled in the ROFA if not necessary.Stockpiling material in the OFA requires submittal of a 7460-1 form and justification provided to the appropriate FAA Airports Regional or District Office for approval. Runwa Aircraft ROFA Distance from ROFA Width ROFA Length from End of y Design Group Centerline Runway 12-30 A-1 125 ft. 250 ft. 240 ft. 7-25 A-1 125 ft. 250 ft. 240 ft. Section 80, Attachment A Construction Safety Phasing Plan -19- e.Obstacle Free Zone(OFZ).Construction personnel,material,and/or equipment may not penetrate the OFZ while the runway is open for aircraft operations.The OFZ is a defined volume of airspace centered about and above the runway centerline. 3.18 OTHER LIMITATIONS ON CONSTRUCTION. A. Prohibitions.The following prohibitions are in effect for the duration of this project: 1. No use of tall equipment(cranes, concrete pumps, and so on)unless a 7460-1 determination letter is issued for such equipment. 2. No use of open flame welding or torches unless fire safety precautions are provided and the airport owner has approved their use. 3. No use of electrical blasting caps or explosives of any kind on or within 1,000 ft (300 m) of the airport property. 4. No use of flare pots within the AOA. B. Restrictions. i. Construction suspension required during specific airport operations—Not Applicable ii. Areas that cannot be worked on simultaneously—Not Applicable iii. Day or night construction restrictions—Not Applicable Equipment for nighttime lighting of construction areas shall be sufficient to adequately illuminate the work area in order to ensure quality construction. The lights shall be positioned to provide the most natural color illumination and contrast with a_minimum of shadows. Lighting pavements from both sides is considered preferable as lighting from only one side can result in objectionable shadows. Light towers shall be positioned and adjusted to aim away from ATCT cabs,active runways,and active taxiways to prevent blinding effects. The Contractor shall prepare a plan showing the locations,heights and aiming points of light towers for review by the Owner, Engineer and ATCT personnel. The final location and aiming of light towers shall be determined by trial,therefore,the Contractor must be aware that several attempts at locations and aiming angles may be necessary before the light towers can be operational. Light towers shall be removed from the construction site prior to opening the pavement to aircraft operations. It is recommended that all equipment,except haul trucks,be equipped with artificial illumination to safely illuminate the area immediately surrounding their location. Unless provided for elsewhere,the cost of nighttime lighting of construction areas shall be considered a subsidiary and incidental part of construction and as such,the Contractor shall include all costs associated with nighttime lighting of construction areas in the various pay items of work involved. Where work on this Contract is not scheduled for night work and the Contractor requests and receives permission to work at night,there will be no additional compensation allowed for the extra costs associated with night work. iv. Seasonal Construction Restrictions—Not Applicable Section 80, Attachment A Construction Safety Phasing Plan -20- APPENDIX 1 GENERAL AND WORK PHASING PLAN AND DETAILS (Sheet GC101 of the Contract Drawings) I I 2 3 1 4 l ��p, CI5s BENCHMARK DATA COMPANIES 'I N DESCRIPTION COORDINATES ELEVATION CAS Engineers,Inc BM IRON ROD SET E 25419380739 999 942 s 059 CO mien E 2641939999 >,yr 1.14 2. __(1*® IN BM2IRON ROD SET E2541B9543 898 """"�" C r E 2541:18782 MOOD C BM MONUMENT ONTOP T N 350339530 4 '2',6,_° 0 MM 2IRON ROD SET E 2541247 420 :38 • �v,rnx °�/���� c°k \ BM4RUNWAY END N 380653 370 916 ® 01111.1.! PK E2 E 2541990 060 '�/di ® #x m:a 0100.60Rmovs e I ® ®� i @�.�0F 60tl7y-06Na '2 ' /1��� 0 \ e4 SURVEY DATA C4 I ADD ONaCABLE KEY v. tetirtT/ I PV 's7-4 T, !4� /i , y a a ►�►.:: ® . »oma. wCC Y I AD100501.WOW.0.011.9010 oges* .kois .. Do Orrol<10.0910 R0050 B re / E5.9 7t x LI 000��� 7- wan.DODEARATFREnrurtED z W COAO .00.109"/DAV OADDERDOO gra,..J. ....__rm ,6,yy//e' m p " = 3 I l'''''' �: 7%�:. 1� : `:moo/=e=��.\\ \��� y/ a //m yO � -azp::.. "-=,...... � �-a.� ` 641 CLOSED6 RUNWAY MARKING DETAIL � /�,-,:r v0�y//Or /./.....0.6�r QZQ� I� � °, ..0000 2 Rum.WEN AMA ASAA A 1/.14,/so-ErY AREA 113,9 .5505 ODA Docanoi �/ DACT FAZE mo ✓ Pm:.n�.casswx.v..wos.°a �.o, . o.. • ACC10 ESS I a, r..wnE.4m SU own .u.♦ BA INS rArrel GENERAL AND " ""'°""""m 5rm..FORDA0 It ADO AEA 12 00005 DK,<RAO rOri D 00M..00 DO 11F AvIARCCD 5.11�.�m WORK PHASING I x PLAN&DETAILS Rg-p LL Al I GENERAL PLAN WALLA Dir —I,�®A4 I KEYED NOTES GC 101 1 I 2 1 J 4 c.m.m APPENDIX 2 CONSTRUCTION PROJECT DAILY SAFETY INSPECTION CHECKLIST Construction Project Daily Safety Inspection Checklist The situations identified below are potentially hazardous conditions that may occur during airport construction projects. Safety Area encroachments,unauthorized and improper ground vehicle operations,and unmarked or uncovers holes and trenches near aircraft operating surfaces pose the most prevalent threats to airport operational safety during airport construction projects. The list below is one tool that the contractor may use to aid in identifying and correcting potentially hazardous conditions. Potentially Hazardous Conditions Item, _. - = Action Required -Eor "-None Excavation adjacent to runways,taxiways,and aprons ❑ improperly backfilled. Mounds of earth,construction materials,temporary structures,and other obstacles near any open runway, taxiway,or taxi lane;in the related Object Free area and ❑ aircraft approach or departure areas/zones;or obstructing any sign or marking. Runway resurfacing projects resulting in lips exceeding 3 ❑ in(7.6 cm)from pavement edges and ends. Heavy equipment(stationary or mobile)operating or idle near AOA,in runway approaches and departures areas,or ❑ in OFZ. Equipment or material near NAVAIDs that may degrade or impair radiated signals and/or the monitoring of navigation and visual aids. Unauthorized or improper ❑ vehicle operations in localizer or glide slope critical areas, resulting in electronic interference and/or facility shutdown. Tall and especially relatively low visibility units(that is, equipment with slim profiles)–cranes,drills,and similar ❑ objects—located in critical areas,such as OFZ and approach zones. Improperly positioned or malfunctioning lights or unlighted airport hazards, such as holes or excavations,on ❑ an apron,open taxiway,or open taxi lane or in related safety,approach,or departure area. Obstacles, loose pavement,trash,and other debris on or near AOA. Construction debns(gravel,sand,mud,paving ❑ materials)on airport pavements may result in aircraft propeller,turbine engine,or tire damage. Also, loose Section 80,Attachment A Construction Safety Phasing Plan A2-1 materials may blow about,potentially causing personal injury or equipment damage. ii 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 AOA create aviation hazards. Improper or inadequate marking or lighting of runways (especially thresholds that have been displaced or runways that have been closed)and taxiways that could cause pilot confusion and provide a potential for a runway incursion. LI Inadequate or improper methods of marking,barricading, and lighting of temporarily closed portions of AOA create aviation hazards. Wildlife attractants—such as trash(food scraps not collected from construction personnel activity),grass seeds,tall grass,or standing water—on or near airports. Obliterated or faded temporary markings on active operational areas. Misleading or malfunctioning obstruction lights.Unlighted or unmarked obstructions in the approach to any open 0 runway pose aviation hazards. Failure to issue,update,or cancel NOTAMs about airport or runway closures or other construction related airport LI conditions. 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; LI loss of navigation,visual,or approach aids;disruption of weather reporting services;and/or loss of communications. Restrictions on ARFF access from fire stations to the runway/taxiway system or airport buildings. Lack of radio communications with construction vehicles LI in airport movement areas. LI Section 80, Attachment A Construction Safety Phasing Plan A2-2 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. _ Action Required o1 1'Tone Water,snow,dirt,debris, or other contaminants that temporarily obscure or derogate the visibility of runway/taxiway marking, lighting, and pavement edges. Any condition or factor that obscures or diminishes the visibility of areas under construction. Spillage from vehicles(gasoline,diesel fuel, oil)on active pavement areas, such as runways,taxiways,aprons,and Li airport roadways. Failure to maintain drainage system integrity during construction(for example,no temporary drainage provided when working on a drainage system). Failure to provide for proper electrical lockout and tagging procedures.At larger airports with multiple maintenance shifts/workers,construction contractors should make provisions for coordinating work on circuits. Failure to control dust.Consider limiting the amount of 0 area from which the contractor is allowed to strip turf. Exposed wiring that creates an electrocution or fire ignition hazard.Identify and secure wiring,and place it in Li conduit or bury it. Site burning,which can cause possible obscuration. Li Construction work taking place outside of designated work Li areas and out of phase. Section 80, Attachment A Construction Safety Phasing Plan A2-3 APPENDIX 3 CONTRACTORS SAFETY PLAN COMPLIANCE DOCUMENT(SPCD) (The SPCD Certification is located in the Proposal Section) SAFETY PLAN COMPLIANCE DOCUMENT (SPCD) Project Location: Project Name: General Statement: The Construction Safety and Phasing Plan (CSPP), identified as Attachment"A"to Section 80,has been prepared in accordance with FAA Advisory Circular 150/5370-2F, Operational Safety on Airports During Construction and the requirements of the Airport Owner. The CSPP has been submitted to the FAA for review and comment. Any comments from the FAA which were received prior to bid opening have been incorporated into the CSPP. In the event that the FAA transmits comments which require that the CSPP be revised after bid opening, I understand that I am obligated to abide by the conditions and statements contained in the revised CSPP. I further understand that I will be given the opportunity to evaluate the revised CSPP as it relates to my contract and request appropriate compensation in accordance with the provisions of the contract. Supplemental Information: Where the CSPP covers a subject and no additional information is needed, the statement below reads, "No supplemental information required". Where additional information is required by the Contractor,the information shall be provided in the spaces below. The section numbers below correspond with the section numbers in the CSPP. 3.1 Coordination Statement: [Explain how you will distribute information and details of meetings to employees and subcontractors.] 3.2 Phasing Statement: [List the number of days each Work Area will take. State the time day work will start and finish for each work area.] 3.3 Areas and operations affected by the construction activity Statement: Information is provided in the CSPP.No supplemental information is required. 3.4 Protection of NAVAIDs Statement: Information is provided in the CSPP.No supplemental information is required. 3.5 Contractor Access Security Statement: [Explain how you will maintain integrity of the airport security fence at the access gate, e.g.: Gate guards, closed and locked gates,temporary fencing, etc.] Training Statement: [List individuals who will receive driver training(for certificated airports and as requested.] Communication Statement: [Identify types of radios, if any,you will use to communicate with drivers and personnel. Identify who will be monitoring radios. Identify a contact person and phone number if ATCT cannot reach the contractor's designated person by radio.] Escort Statement: [Identify who will escort material delivery vehicles.] 3.6 Wildlife Management Statement: [Identify who will be monitoring wildlife in the construction area. Identify who will be monitoring wildlife at the construction gate.] 3.7 Foreign Object Debris(FOD) Management Statement: [Identify who will be preparing a FOD Management Plan. (Plan must be approved prior to the start of construction activities.)] 3.8 Hazardous material(HAZMAT) management Statement: [Identify who will be preparing a Spill Prevention Plan. (Plan must be approved prior to the start of construction activities.)] 3.9 Notification of construction activities.Provide the following: Key Personnel Statement: [Identify your key personnel points of contact with phone numbers.] Emergency Contacts Statement: [Identify your emergency contacts with 24 hour phone numbers.] Equipment Statement: [Part 77: Identify equipment you will be using that is taller than feet, including on-site batch plants. Identify the maximum height it will be extended to during construction for each Work Area and the expected duration. Identify when during the day it will be used.] 3.10 Inspection requirements. Statement: [Identify the person who will be responsible for daily inspections to ensure conformance with the CSPP. Describe additional inspections you will employ, if any,to ensure conformance.] 3.11 Underground utilities. Statement: [Discuss proposed methods of identifying and protecting underground utilities.] 3.12 Penalties Statement: Information is provided in the CSPP.No supplemental information is required. 3.13 Special conditions. Statement: [Identify who will be responsible for moving equipment and personnel from the work area and vacating the area in the event of a special condition listed in the CSPP.] 3.14 Runway and taxiway visual aids. Including marking, lighting, signs, and visual NAVAIDs. Statement: Information is provided in the CSPP.No supplemental information is required. 3.15 Marking and signs for access routes.Discuss proposed methods of demarcating access routes for vehicle drivers. Statement: Information is provided in the CSPP.No supplemental information is required. 3.16 Hazard marking and lighting. Statement: [Identify who will be responsible for maintaining hazard marking and lighting. Include a 24 hour phone number.] 3.17 Protection of taxiway and runway safety areas. Include object free areas, obstacle free zones, approach/departure surfaces and safety areas as required. Discuss proposed methods of identifying, demarcating, and protecting airport surfaces including: Equipment and methods for maintaining Taxiway/Taxilane Safety Area standards. Statement: Information is provided in the CSPP.No supplemental information is required. Equipment and methods for separation of construction operations from aircraft operations, including details of barricades. Statement: Information is provided in the CSPP.No supplemental information is required. 3.18 Other limitations on construction. Other limitations are identified in the CSPP and do not require an entry in this document. APPENDIX 4 SPOIL DEPOSITION RELEASE FORM SPOILS DEPOSITION RELEASE FORM To: Fishers Island Ferry District (OWNER),and C&S Engineers, Inc., (ENGINEER). Project: Airfield Lighting and Signage Repairs This SPOILS DEPOSITION RELEASE FORM is being forwarded to the above referenced OWNER and ENGINEER 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 OWNER and ENGINEER 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 Signature Written Name&Title Written Name&Title Company Name Company Name Mailing Address (Street Name and Number) Mailing Address (Street Name and Number) City, State,Zip Code City, State, Zip Code Daytime Phone Number(Include Area Code) Daytime Phone Number(Include Area Code) Date Date APPENDIX 5 SAFETY PLAN COMPLIANCE DOCUMENT(SPCD)CERTIFICATION SAFETY PLAN COMPLIANCE DOCUMENT (SPCD) CERTIFICATION Project Location: Elizabeth Field Airport,Fishers Island;New York Project Name: Airfield Lighting and Signage Repairs Contractor's Official Name: Contact Person: Telephone: Street Address: City: State: Zip: Certification Statement: I certify that I have read the Construction Safety and Phasing Plan (CSPP)included in the Contract Documents and if awarded this Contract,I will abide by its requirements as written. I certify that I have read the Safety Plan Compliance Document(SCPD) included in the Contract Documents and if awarded this Contract,I will abide by its requirements as written; I certify that I will provide the information required in the SCPD prior to the start of construction work, if awarded this Contract, and that I will provide any additional information requested by the Owner. Printed Name of Signer Signature Title Date Airfield Lighting and Signage Repairs Section 90 Measurement and Payment 90-01 MEASUREMENT OF QUANTITIES.All work completed under the contract will be measured by the Owner, or his/her authorized representatives,using United States Customary Units of Measurement or the International System of Units. 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 9 sq ft(0.8 square meter) or less. Unless otherwise specified,transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Owner. 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 in. The term"ton"will mean the short ton consisting of 2,000 lb(907 kin) avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designated by the Owner. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is 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 Owner 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 Owner,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 Owner in writing,material specified to be measured by the cubic yard(cubic meter)may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Owner 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(liter) or ton (kg). When measured by volume, such volumes will be measured at 60 °F (15 °C) or will be corrected to the volume at 60 °F (15 °C)using ASTM D 1250 for asphalts or ASTM D 633 for tars. 2015 GP 90-1 211.015.002 Airfield Lighting and Signage Repairs 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 for loss or foaming,may be used for computing quantities. Cement will be measured by the ton(kg) or hundredweight(km). 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 Owner 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 titled 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 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 1 percent of the nominal rated capacity of the scale,but not less than 1 pound (454 grams). The use of spring balances will not be permitted. Beams, dials, platforms,and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50-pound(2.3 km)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. 2015 GP 90-2 211.015.002 Airfield Lighting and Signage Repairs Scales "overweighing"(indicating more than correct weight)will not be permitted to operate, and all materials received subsequent to the last previous correct weighting-accuracy test will be reduced by the percentage of error in excess of one-half of 1 percent. 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. When 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 dimensions of said portions of the work shown on the plans are revised by the Owner. 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 Owner shall have the right to omit from the work(order nonperformance) any contract item, except major contract items, in the best interest of the Owner. Should the Owner omit or order nonperformance 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 Owner's order to omit or nonperform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Owner's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. 2015 GP 90-3 211.015.002 Airfield Lighting and Signage Repairs 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 Owner'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 the amount of such costs. 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. 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 the extra work. When the change order or supplemental agreement authorizing the 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. 1. Agreed Price. If the extra 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. The 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 listed in this subsection below titled "Force Account". Lump sum costs for work, without accompanying detailed price analyses,will not be acceptable. Price analyses shall be in a format which is acceptable to the Owner. 2. Force Account. a. 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. b. Comparison of Record. The Contractor and the Owner 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 the Owner or their duly authorized representatives. c. Statement. No payment will be made for work performed on a force account basis until the Contractor has furnished the Owner with duplicate itemized statements of the cost of such force account work detailed as follows: (1) Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman. (2) Designation, dates, daily hours,total hours,rental rate, and extension for each unit of machinery and equipment. (a) Contractor Owned Equipment Trucks and Plant.- Contractor shall be reimbursed for its ownership costs and for its operating costs for self owned equipment at the rates listed in the Rental Rate Blue Book published by Dataquest, Inc. applied in the following manner as modified by the"Rate Adjustment Table": (i) Ownership Costs--It is mutually understood that the rates for ownership costs reimburse the Contractor for all non-operating costs of owning the equipment, truck or plant including depreciation on the original purchase, insurance, applicable taxes, interest on investment, storage, overhead,repairs, moving the equipment onto and away from the project or work site, and profit. Reimbursement will be made for the hours of actual use as described below. • 2015 GP 90-4 211.015.002 Airfield Lighting and Signage Repairs (ii) Less than 8 hours of actual use, the product of the actual number of hours used or fraction thereof multiplied by the hourly rate, or the daily rate, whichever is less. (iii) Between 8 hours and 40 hours of actual use,the product of the actual number of hours used divided by 8 multiplied by the daily rate, or the weekly rate,whichever is less. (iv) Between 40 and 176 hours of actual use, the product of the actual number of hours used divided by 40 multiplied by the weekly rate, or the monthly rate, whichever is less. (v) Over 176 hours of actual use,the product of the actual number of hours used divided by 176 multiplied by the monthly rate. (vi) Operating Costs--The rate for operating costs includes fuel, lubricants, other operating expendables, and preventative and field maintenance. Operating cost does not include the operator's wages. The Contractor shall be reimbursed the product of the number of hours of actual use multiplied by the Estimated Operating Cost/Hour. (vii) The rates used shall be those in effect at the time the force account work is done as reflected in the then current publication of the Rental Rate Blue Book. When force account type analysis are used to establish agreed prices in accordance with paragraph A above, the rates used shall be those in effect when the agreed price is developed by the Contractor. (viii) In the event that a rate is not established in the Rental Rate Blue Book for a particular piece of equipment,truck or plant,the Owner shall establish rates for ownership costs and operating costs for that piece of equipment, truck or plant that is consistent with its cost and expected life. (ix) The geographic Regional Adjustment Factor shown in the map at the beginning of each section of the Rental Rate Blue Book shall not be applied to the equipment rates subsequently listed in each section, and shall not be used as a basis for payment. (b) Rented Equipment, Trucks and Plant— (i) In the event that the Contractor does not own a specific type of equipment and must obtain it by rental, it shall be paid the actual rental rate for the equipment for the time that the equipment is used to accomplish the work or is required by the Owner to be present, not to exceed the adjusted rental rate in the Rental Rate Blue Book, plus the reasonable cost of moving the equipment onto and away from the project site. (ii) The Contractor shall also be reimbursed for the operating cost of the equipment unless reflected in the rental price. Such operating cost shall be determined in the same manner as specified for Contractor Owned Equipment above. (iii) In the event that area practice dictates the rental of equipment with an operator or fully fueled and maintained equipment, truck or plants, paymen l t will be made on the basis of an invoice for the rental of the equipment with an operator, fully fueled 2015 GP 90-5 211.015.002 Airfield Lighting and Signage Repairs and/or maintained equipment,trucks or plants including all costs incidental to its use, including costs of moving to and from the site,provided the rated is substantiated by area practice. (c) Maximum Amount Payable--The maximum amount of reimbursement for the ownership costs of Contractor owned or the rental cost of rented equipment, trucks or plant is limited to the original purchase price of the equipment, truck or plant for any force account work as listed in the Green Guide for Construction Equipment published by the Dataquest,Inc.In the specific event when the ownership or rental reimbursement is limited by the original purchase price, the Contractor shall, nevertheless, be reimbursed for the operating Cost/Hour for each hour of actual use. (3) Quantities of materials,prices, and extensions. (4) Transportation of materials. (5) Overhead and Profit. 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 d above, or on such other basis as may be approved by the Owner. Subcontractor profit and overhead shall be paid as outlined in this section,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 overhead and profit, only one level or tier of subcontractors will be allowed. Overhead shall be defined to include,but not be limited to: - premium on bonds; - premium on insurance required by workman's compensation insurance, public liability and property damage insurance,unemployment insurance, social security tax, and 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. Overhead and profit 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. Overhead and profit shall not be paid on the premium portion of overtime. - Total Cost of Materials as defined in c and d above. 90-06 PARTIAL PAYMENTS. Partial payments will be made to the Contractor at least once each month as the work progresses. Said payments will be based upon estimates,prepared by the Owner, of the value of the work performed and materials complete and in place in accordance with the contract,plans, and specifications. Such partial payments may also include the delivered actual cost of those materials 2015 GP 90-6 211.015.002 Airfield Lighting and Signage Repairs stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section.No partial payments will be made for work items lacking approved submittals, or lacking acceptable manufacturer's material certifications.No partial payment will be made when the amount due to the Contractor since the last estimate amounts to less than five hundred dollars. The Contractor is required to pay all subcontractors for satisfactory performance of their contracts no later than 15 days after the Contractor has received a partial payment. The Airport Sponsor must ensure prompt and full payment of retainage from the Contractor to the subcontractor within 15 days after the subcontractor's work is satisfactorily completed. A subcontractor's work is satisfactorily completed when all the tasks called for in the subcontract have been accomplished and documented as required by the Airport Sponsor. When the Airport Sponsor has made an incremental acceptance of a portion of a contract,the work of a subcontractor covered by that acceptance is deemed to be 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 Airport Sponsor. This clause applies to both DBE and non-DBE subcontractors. Contractors shall include in their subcontracts language providing that Contractors and subcontractors will use appropriate alternative dispute resolution mechanisms to resolve payment disputes. The Contractor will not be reimbursed for work performed by subcontractors unless and until the Contractor ensures that the subcontractors are promptly paid for the work they have performed. From the total of the amount determined to be payable on a partial payment, 5 percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided(at the Contractor's option)in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance {(insert balance)} of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his/her option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such percent retainage shall be deducted. When at least 95 percent of the work has been completed,and at the Owner's discretion and with the consent of the surety,prepare estimates of both the contract value and the cost of the remaining work to be done. The Owner may retain 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 Owner 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. The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final payment is made.If any subcontractor or supplier fails to furnish such a release in full,the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include 2015 GP 90-7 211.015.002 Airfield Lighting and Signage Repairs all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim. 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 Owner at or on an approved site. b. The Contractor has furnished the Owner with acceptable evidence of the quantity and quality of such stored or stockpiled materials. - c. The Contractor has furnished the Owner 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 furnishing 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 in 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 PAYMENT OF WITHHELD FUNDS. At the Contractor's option, if an Owner withholds retainage in accordance with the methods described in subsection 90-06 PARTIAL PAYMENTS, the Contractor may request that the Owner deposit the retainage into an escrow account. The Owner's deposit of retainage into an escrow account is subject to the following conditions: a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the Owner. b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the Owner and having a value not less than the retainage that would otherwise be withheld from partial payment. c. The Contractor shall enter into an escrow agreement satisfactory to the Owner. d. The Contractor shall obtain the written consent of the surety to such agreement. 2015 GP 90-8 211.015.002 Airfield Lighting and Signage Repairs e. Deposits in escrow shall be maintained for a period of time described in the subsection titled GUARANTY of this section, or the Contractor shall furnish a bond as described in the subsection titled SECURITY FOR GUARANTEE of this section. 90-09 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 Owner will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Owner's final estimate or advise the Owner 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 agreement. The Contractor and the Owner shall resolve all disputes (if any)in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Owner's final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the Owner'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 Owner's final estimate, and after receipt of all closeout documentation required in Section 90-10, 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. 90-10 CLOSEOUT DOCUMENTATION. The following documents and information shall be completed and submitted to the Owner prior to final payment to facilitate project closeout: 1 Manufacturer's certifications for all items incorporated in the work. 2. All required record drawings, as-built drawings or as-constructed drawings. 3. Project O&M Manual. END OF SECTION 90 2015 GP 90-9 211.015.002 Airfield Lighting and Signage Repairs Section 105 Mobilization 105-1 Description.This item shall consist of work and operations,but is not limited to,work and operations necessary for the movement of personnel, equipment,material and supplies to and from the project site for work on the project except as provided in the contract as separate pay items. 105-1.1 Posted notices.Prior to commencement of construction activities the Contractor must post the following documents in a prominent and accessible place where they may be easily viewed by all employees of the prime Contractor and by all employees of subcontractors engaged by the prime Contractor: Equal Employment Opportunity(EEO)Poster"Equal Employment Opportunity is the Law" in accordance with the Office of Federal Contract Compliance Programs Executive Order 11246, as amended; Davis Bacon Wage Poster(WH 1321)-DOL"Notice to All Employees"Poster; and, Applicable Davis-Bacon Wage Rate Determination. These notices must remain posted until final acceptance of the work by the Owner. 105-2 Basis of measurement and payment.Based upon the contract lump sum price for"Mobilization" partial payments will be allowed as follows: - a. With first pay request,25%. b. When 25% or more of the original contract is earned, an additional 25%. c. When 50% or more of the original contract is earned,an additional 40%. d. After.Final Inspection, Staging area'clean-up and delivery of all Project Closeout materials as required by 90-11,the final 10%. - Please see Technical Specification—Item M-200 Mobilization for in depth description of Mobilization. , END OF,SECTION 105 , • 2015 GP 105-1 Airfield Lighting and Signage Repairs Section 200 Special Provisions to'the General Provisions 200-01 Special Provisions to Section 10. Additions to the end of Section 10-06 Airport. The name of the Airport where this project is located is Elizabeth Field Airport. Additions to the end of Section 10-20 Engineer. The Engineer for this project is C&S Engineers, Inc.,499 Col. Eileen Collins Boulevard, Syracuse,New York 13212. Additions to the end of Section 10-24 Federal Specifications. They may be obtained from: DODSSP Standardization Document Order Desk 700 Robbins Avenue,Bldg.4D Philadelphia,PA 19111-5094 Additions to the end of Section 10-33 Owner. Whenever the words "Owner", "Sponsor", "Town", "Airport", "Fishers Island Ferry District" or"Party of the first part" are used,the same are understood to mean the Town • of Southold or its representative duly authorized to act. ' 10-53 Contract Drawings. The Plans. 10-54 Subcontractor.The subcontractor refers any individual, firm, or corporation to whom the contractor,with approval of the Owner, sublets any part of work. 10-55 Time and Materials Work.An item or items 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 and an agreed price cannot be agreed upon. The Contractor shall perform this work and the Owner agrees to pay the Contractor based upon the work performed by the Contractor's employees and subcontractors, and for materials and equipment used in the construction(along with the Contractor's allowed overhead and profit). 200-02 Special Provisions to Section 20. In the first sentence of the first paragraph of 20-02 Qualification of bidders,DELETE, "Each",and INSERT the following,"Within one week of receiving a written request,the". Additions to the end of Section 20-02 Qualification of bidders. e. A list of the categories of work to be performed by the bidder's work force and a list of work to be subcontracted out(See Section 80-01). f. A list of construction projects completed in the past five years. The list shall include the project name, completion date, total contract value, value of bidder's portion of the work, engineer and owner contact information(names and phone numbers). g. A list of construction projects in progress and under contract including the project name, percent complete, estimated completion date,total contract value, value of bidder's 2014 i GP 200-1 Airfield Lighting and Signage Repairs • _ portion of the work, engineer and owner contact information(names and phone numbers). h. A Schedule of Values showing the following information: 1. For each lump sum bid item: Provide a breakdown of 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 unit price bid item: Provide a breakdown of values for 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 Schedule of Values will be reviewed by the Engineer. Any additional detail or justification for cost distribution shall be provided by the apparent low bidder upon request. The Schedule of Values 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. DELETE,the third paragraph of 20-02 Qualification of bidders that states"Each bidder shall submit"evidence of competency"and"evidence of financial responsibility"to the Owner at the time of bid opening.", and INSERT the following,"Within one week of { receiving a written request,the bidder shall furnish the owner the information above". Additions to the end of Section 20-03 Contents of proposal forms. Only original proposals issued by the Owner or Owner's Representative will be acceptable. Duplicated proposals, or proposals that are available for viewing from the various plan holders' websites which are downloaded and/or printed will be considered irregular. • Additions to the beginning of Section 20-07 Preparation of proposal. DO NOT REMOVE the Proposal from the Contract Documents. All parts of the Contract Documents must be submitted with the proposal., In the first sentence of the first paragraph of Section 20-07 Preparation of proposal,after "the Owner",INSERT the following,"and shall be on the plan holders list" Additions to the end of the second paragraph of Section 20-07 Preparation of proposal. Prices shall be written in whole dollars and cents. The extended total amount of each item should not be rounded. In the first sentence of the first paragraph of Section 20-10 Bid guarantee,after"shall be accompanied by a certified check,",INSERT the following,"bid bond," Additions to the end of Section 20-11 Delivery of proposal. No faxed or emailed proposal will be accepted.The official time shall be kept locally by the Owner. 20-15 Addenda and interpretation.No interpretation of the meaning of the Contract Documents, Contract Drawings or other portions of the Contract will be made orally. Every request for such interpretation must be in writing and addressed to C&S Engineers,Inc., 499 Col. 2014 GP 200-2 Airfield Lighting and Signage Repairs 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. 20-16 3D digital terrain model files. (Section Not Used) 20-17 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. 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 2014 GP 200-3 Airfield Lighting and Signage Repairs 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, provided 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 sale, 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 2014 GP 200-4 Airfield Lighting and Signage Repairs 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 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. 200-03 Special Provisions to Section 30. Additions to the end of the first paragraph of Section 30-01 Consideration of proposals. Where discrepancies in the unit bid prices occur, and where discrepancies in the product of the quantities and unit bid prices occur, and where discrepancies in the summation of the products occur, the Owner will make the necessary corrections and the corrected values will be used in the Owner's consideration of proposals. Additions to the end of Section 30-02 Award of contract. The Owner reserves the right to award only the Base Bid,to award any Alternate Bid(if Alternates are an option), or to award either the Base Bid or the Alternate Bid plus any or all Add-On Bids (if Add-On bids are an option).Where discrepancies occur that affect the bid total(s) as described in the subsection titled CONSIDERATION OF PROPOSALS, the contract amount awarded will reflect the corrected values. Where alternate bids and/or add-on bids are included in the proposal,the lowest qualified bidder will be determined by comparison of the combination of base bid, or alternate bid, plus add-on bids which are chosen by the Owner to be awarded. Additions to the end of Section 30-05 Requirements of contract bonds. The successful bidder shall submit in triplicate, a"Performance Bond" guaranteeing the performance of the work equal to one hundred percent(100%) of the amount of the Contract awarded, and a"Labor and Material Payment Bond" guaranteeing the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work equal to one hundred percent(100%) of the amount of the Contract awarded. Additions to the end of Section 30-06 Execution of contract. The Contractor shall also furnish the required insurance certificates in accordance with the subsection titled RESPONSIBILITY FOR DAMAGE CLAIMS of Sections 70 and 2014 GP 200-5 Airfield Lighting and Signage Repairs 200. The successful bidder shall recognize that the proposal included in the contract for execution may differ from the proposal which was submitted with their bid. The proposal included in the contract for execution will include corrections to discrepancies which were discovered during the Owners consideration of proposals, and will contain only the pages from the successful bidder's proposal which cover the bids which were awarded.Asa result,the proposal pages in the contract to be executed may contain pages which are not consecutively numbered due to the intentional omission of those proposal pages which cover bids that were not awarded. 49 CFR Part 26 provides that each contract the owner signs with a contractor(and each subcontract the prime contractor signs with a subcontractor) shall include the following assurance: , "The contractor, sub-recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and, administration of Department of Transportation(DOT) assisted,contracts. Failure by the,contractor to carry out these requirements is a material breach of this contract, whichmay result in the termination of this contract or such other remedy as the recipient deems appropriate." 200-04 Special Provisions to Section 40. Additions to the end of Section 40-02 Alteration of work and quantities However, if the Contractor elects to waive the limitations on work that increase or decrease the originally awarded contract or any major contract item by more than 25 percent,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. , Additions to the end of Section 40-04-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'the Contractor's price analysis for the work. The price analysis will be completed as outlined in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. - - 40-09 Debris. The Contractor shall remove all debris and rubbish resulting from his work at frequent intervals, and upon the order of the Engineer.Upon completion, Contractor shall leave the premises broom-clean and everything in perfect order and repair. Upon neglect or refusal of Contractor to keep the premises clean, 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 from any monies which have or may become due onthis Contract; and the Engineer shall issue no certificates of payment on the Contract,until premises are clean, in good order,and all claims created properly adjusted. 2014 GP 200-6 1 ' Airfield Lighting and Signage Repairs 200-05 Special Provisions to Section 50. Additions to.the end of Section 50-03 Coordination of contract,plans,and specifications. 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. Additions to the beginning of the third paragraph of Section 50-06 Construction layout and stakes. Additional construction staking and layout may be required by technical specifications. 50-17 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. 2014 GP 200-7 Airfield Lighting and Signage Repairs Where well points are used,the groundwater shall be lowered and maintained continuously (day and 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(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(12)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. - 50-18 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 othertrench 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. Sheeting and bracing must be designed by, signed and stamped by a Professional Engineer licensed to practice in the State in which the project is located. 2014 GP 200-8 ' E Airfield Lighting and Signage Repairs 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. • All steel sheeting and bracing shall be sound and straight, free from bends,twists or splits,having square and undamaged ends. 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. 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 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 maybe 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. 200-06 Special Provisions to Section 60. • ' ' Additions to the end of 60-01 Source of supply and quality requirements. ' All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification. The Contractor shall prepare a project Operations and Maintenance(O&M)Manual for the Owner. The O&M Manual shall consist of approved certification submittals, approved shop and setting drawing submittals, approved catalogue data submittals, and Operations&Maintenance Manuals for equipment installed that have operating procedures and/or maintenance requirements associated with them. The O&M manual 2014 GP 200-9 Airfield Lighting and Signage Repairs shall be neatly bound in a properly sized 3-ring binder and tabbed by specification section.The O&M Manual shall be submitted to the Engineer prior to final payment to facilitate project closeout. _ Additions to the end of the second paragraph of Section 60-02 Samples,tests,and cited specifications. THE COST OF ALL FAILING TESTS SHALL BE BORNE BY THE CONTRACTOR. Additions to the end of the first paragraph of 60-03 Certification of compliance'. Manufacturer's certificates of compliance shall not relieve the Contractor of the Contractor's responsibility to provide materials in accordance with'these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not materially comply with these specifications shall be removed,when directed by the Engineer, and replaced with materials,which do comply with these specifications, at the sole cost of the Contractor. , , 60-09 Shop and setting drawings and catalogue data.All materials and equipment used in the work shall be submitted to the Engineer for review by the Engineer for approval prior to ordering the equipment. All information required for the Engineer's review of each particular pay item shall be sent as one submittal.In addition,if the pay item interfaces with other pay items(as,in the case of electrical equipment),then the submittals covering the interfacing pay items shall be sent at the same time. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear,precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they, are as good a quality as the original. Clearly and boldly mark each copy to identify pertinent products or models applicable to this project. Indicate all optional equipment and delete non-pertinent data. Submittals for _components of electrical equipment and systems shall identify the equipment for which they apply,on each submittal sheet. Markings shall be boldly and clearly made with arrows or circles (highlighting'is not acceptable). Drawings and data shall be submitted sufficiently in advance of the work to permit proper review, including time for necessary revisions and re-submittals. The Contractor is solely responsible for delays in the project accruing directly or indirectly from late submissions or,resubmissions of submittals., 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 descriptions thereoflists 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 Contract Documents 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 2014 - GP 200-10 Airfield Lighting and Signage Repairs 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 and found acceptable by the Engineer.No payment shall be made on any item for which submittals are not received and found acceptable by the Engineer. 60-10 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 interconnection 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 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 arise as to the type of information to be presented on the submittal,the supplier shall direct inquiries to the Engineer through the Prime Contractor in advance of the preparation of his/her submittal. 60-11 Substitute items. If in the Engineer's sole judgment an item of material or equipment proposed by the Contractor does not qualify as an"or-equal"item, it will be considered a substitute item. The Contractor shall submit sufficient information as provided below to allow the Engineer to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefore. The procedure for review by the Engineer will include the following and as the Engineer may decide is appropriate under the circumstances. Requests for review of substitute items of material or equipment will not be accepted by the Engineer from anyone other than the Contractor. If the Contractor wishes to furnish or use a substitute item of material or equipment,the Contractor shall first make a written application through the Engineer to the Engineer for acceptance thereof, certifying that the 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 substitute will prejudice the 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 Contract Drawings (or in the provisions of any other direct contract with the Owner for work on the Project)to adapt the design to the 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 substitute from that specified will be identified in the application and available maintenance,repair and replacement service will be 2014 GP 200-11 - Airfield Lighting and Signage Repairs 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 the Engineer in evaluating the substitute. The Engineer may require the Contractor to furnish additional data about the substitute. A. Engineer's Evaluation. The Engineer will be the sole judge of acceptability.No substitute will be ordered,installed or utilized without the Engineer's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. The Engineer will record time required by the Engineer and the Engineer's Consultants in evaluating substitutes proposed or submitted by the Contractor and in '- making changes in the Contract Documents or Contract Drawings(or in the provisions of any other direct contract with Owner for work on the Project)occasioned thereby. The Engineer's charges shall be at the same rates the Engineer charges for such services to the Owner. B. Contractor's Expense.All data to be provided by the Contractor in support of any substitute item will be at the Contractor's expense. In order to aid the Engineer in determining the equality of an or substitute item(when compared to the item actually specified),the Contractor shall arrange for the performance of any tests requested by the Engineer.,The 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. The Owner may require the Contractor to furnish at the Contractor's expense a special performance guarantee or other surety with respect to any substitute. Whether or not the Engineer accepts a substitute item so proposed or submitted by the Contractor,the Contractor shall reimburse the Owner for the charges of the Engineer and the Engineer's Consultants for evaluating each such substitute item. The costs for , evaluating substitute items shall be deducted from the Owner's payment to the Contractor. 60-12 Submittal procedure.The following procedure has been established for the submittal and processing of shop and setting drawings,working drawings, and catalogue data.,Departures from this procedure may result in delay and misunderstandings. • A. All information required for the Engineer's review of each particular pay item shall be sent as one submittal to,the Engineer with an attached submittal cover sheet.In addition, if the pay item interfaces with other pay items (as'in the case of electrical equipment), then the submittals covering the interfacing pay items shall be sent at the same time. B. In submitting certifications,drawings, catalog data, and similar items for review, one(1) electronic copy shall be submitted via e-mail. One(1) electronic copy will be returned to , the Contractor via e-mail and bearing the review stamp. The Contractor shall provide one(1)hard copy of each submittal for inclusion in the O&M Manual prior to contract closeout. The Engineer shall be responsible,for printing sufficient copies of each submittal for their own records. The Contractor shall be responsible for printing sufficient copies of each submittal for their own records and distributing to each,of the,other prime or subcontractors whose work is to be correlated with such submittals. 2014 GP 200-12 Airfield Lighting and Signage Repairs C. Submittals will be stamped by the Engineer as follows: • 1. "Approved", if no change or rejection is made. • 2. "Approved as Noted", if minor changes or additions are made,but re-submittal is not considered necessary. All copies will bear the corrective marks. 3. "Revise and Resubmit", if the changes requested are extensive. In this case,re- submittal after correction is necessary and the same number of copies shall be included in the re-submittal as in the first submittal. • • 4. "Rejected", if it is considered that the data submitted cannot with reasonable revision meet the requirements of the Plans and Specifications. 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. • D. Unless otherwise approved in specific cases, all submittals must be transmitted by the Prime Contractor,not by the Subcontractors or vendors. Any changes in re-submittals, other than those indicated as requested,must be specifically brought to the attention of the Engineer. Changes or additions shall not be made in, or to, any fabricated item,part or material without having a re-review. 200-07'Special Provisions to Section 70. In the second sentence of the first paragraph of Section70-01 Laws to be observed,after "indemnify the Owner",INSERT the following,the Engineer,"and after"all of his of her officers",INSERT,the following,"directors,representatives,". In the second sentence of the first paragraph of Section 70-03 Patented devices, materials, and processes, after"hold harmless the Owner,",,INSERT the following,"the Engineer," and after"shall indemnify the Owner,",INSERT the following,the Engineer". Additions to the end of Section 70-06 Sanitary,health,and safety provisions. New York State Labor Law requires for every contract for the construction, reconstruction,maintenance and/or repair of public work to which the State or a municipality is a-party, where the total cost of all work to be performed under the contract is at least$250,000, all laborers,workers and mechanics employed performing work of the contract on the work site be certified as having successfully completed an OSHA 10-hour Construction Safety course. This requirement applies to the contractor , subcontractors and other persons. Additions to the end of Section 70-10 Protection and restoration of property and landscape. The Contractor shall indemnify the Owner for any and all costs for the repair or replacement of the Owner's property including,but not limited to,buildings and roads, 2014 GP 200-13 - Airfield Lighting and Signage Repairs which arise from or in any manner grow out of any act or neglect on or about the Project site by the Contractor and anyone for whom the Contractor is legally liable. At the beginning of the first sentence of Section 70-11 Responsibility for damage claims, DELETE,"The"and INSERT the'following,"In addition to the obligations to defend, indemnify,and save harmless set forth elsewhere in Section 70,the". • In the first sentence of Section'70-11 Responsibility for damage claims, after,"The Contractor shall",INSERT the following,"defend".After,"Engineer and the Owner and their",INSERT the following,"respective representatives,directors,".After,"employees • from all suits,actions,",INSERT the following,"damages,costs,expenses". After,"or claims,of any character",INSERT the following,"(including attorney's fees)and liability (including statutory liability)". After,"neglect,or misconduct of said Contractor",INSERT the following,"or arising out of or related to any negligence of the Contractor or anyone for whom the Contractor is legally liable in performing or safeguarding the work; or through use of unacceptable materials in constructingthe work; or because of any and all' environmental impairment; or because of any act or omission,neglect, or misconduct of said Contractor or anyone for whom the Contractor is legally liable;". Additions to the end of the first paragraph of Section 70-11 Responsibility for damage claims. As a material part of the consideration to be,rendered by the Owner,the Contractor hereby waives all claims against the Owner for damages to the goods,wares, and merchandise,in,upon, or about the,Project, and the Contractor will hold the Owner exempt and harmless from any damage and injury to any such person or to the goods, wares, or merchandise of any such person, arising from the use of the Project site by the Contractor or from failure of the Contractor to keep the Project site in good condition and , repair as provided,in this Section.. Additions to the end of Section 70-11 Responsibility for damage claims. 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(including premises operations, independent contractors, products/completed operations,explosion, collapse and underground hazard, 2014 GP 200-14 ' Airfield Lighting and Signage Repairs broad form property damage, and blanket contractual liability coverages)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. 4. If applicable, the Contractor and its Subcontractor(s) engaged in work involving"hazardous substances," as defined in Section 3 of PL 1993, c. 139 (C.13:1K-8), or"hazardous waste," as defined in Section 1 of PL 1976, c. 99 (C.13:1E-38), shall procure and maintain pollution liability insurance, also known as"environmental impairment liability insurance." B. Contractor's insurance shall be primary over all other collectible insurance. C. Anti-subrogation applies to General Liability and to Automobile Liability insurance coverages. - - D. The Certificate Holder shall be Town of Southold and C&S Engineers, Inc.,499 Col. Eileen Collins Boulevard,Syracuse,New York 13212. E. The following shall be named as-Additional Insureds: Town of Southold, Fishers Island Ferry District; C&S Engineers, Inc.; Federal Emergency Management Agency;the Federal Aviation Administration. F. The General Liability policies shall provide coverage for liability for damages imposed by law upon the Contractor and its 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, 2014 GP 200-15 Airfield Lighting and Signage Repairs the Engineer, and their respective directors, officers,representatives and employees as set forth in this Section. G. The 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 Contractor's 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 the Project 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. Additions to the end of the first paragraph of Section 70-19 Environmental protection. The Contractor shall perform all testing,removal of contaminated material, transportation,treatment,remediation, and disposal of contaminated materials which are the result,of a spill or release caused by the Contractor, and he shall provide and properly place materials to restore the property to its original condition, all to the Owner's satisfaction and at the Contractor's expense. Refer to the subsection 70-10 titled PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE of this section. A. Air Pollution 1. No burning of combustible waste shall be permitted. 2. Alternatives to Burning Land Cleared Material. a. All spoil material from clearing and grubbing operations shall be disposed of in accordance with the Technical Specifications, unless otherwise directed. b. Wood may be salvaged for firewood or commercial use or it may be chipped and disposed of for use as mulch. c. Logs,brush, etc.may be removed to an authorized disposal area or disposed of to the general public without charge. 3. Dust Control. a. Common construction operations which may cause excessive dust include: 1) Quarry, drilling and rock crushing. 2) Clearing, grubbing and stripping. 3) Excavation and placement of embankment. 4) Cement and aggregate handling. 5) Cement or lime stabilization. 6) Blasting. 7) Use of haul roads. 8) Sandblasting or grinding. b. Other construction operations which may cause air pollution are: 2014 GP 200-16 Airfield Lighting and Signage Repairs 1) Volatiles escaping from asphalt and cut back materials. 2) Use of herbicides or fertilizers. 3) Smoke from asphalt plants or heater/planers. c. Control of Dust and Other Air Pollutants shall be the responsibility of the Contractor and may include the following control methods: 1) Drilling apparatus equipped with water or chemical dust controlling systems. 2) Exposing the minimum area of land. 3) Applying temporary mulch with or without seeding. 4) Use of water sprinkling trucks. 5) Use of covered haul trucks. 6) Use of stabilizing agents in solution. 7) Use of dust palliative and penetration asphalt on temporary roads. 8) Use of wood chips in traffic or work areas. 9) Use of vacuum equipped sandblasting systems. 10) Use of plastic sheet coverings. 11) 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 to a stream, etc. or allowed to enter the groundwater. 12) Use dust control measures at bituminous mixing plants, and quarry operations. 13) Delay operations until climate or wind conditions dissipate or inhibit the potential pollutants in a manner satisfactory to the Engineer. B. Water Pollution 1. 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. 2. The amount of surface area of erodible earth at any one time shall not exceed the area allowed by permit. 3. 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 and curing operations should not be allowed to enter 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. 70-21 Required contract provisions for airport improvement program and for obligated sponsors. 1. Required contract provisions. 2014 GP 200-17 Airfield Lighting and Signage Repairs Federal laws and regulations require that specific contract provisions be included in certain contracts,requests for proposals,or invitations to bid whether or not the contracts are federally-funded. This requirement is established within the grant assurances. Other contract provisions are required to be in federally-funded contracts, including all subcontracts. For purposes of determining requirements for contract provisions, the term contract includes subcontracts. The type and magnitude of a project determines whether a provision is required. Some Federal provisions have dollar thresholds that define when they are applicable. The majority of the Federal provisions may be incorporated within the contract itself. However, certain Federal notices are required to be identified within the Notice-to-Bidders. 1.1. GENERAL REQUIREMENT FOR CONTRACTS. In general, the sponsor must: 1) Physically incorporate these contract provisions(not simply by reference)in each _ contract funded under AIP; 2) Require the contractor(including all subcontractors)to insert these contract provisions in each contract and subcontract, and further require that the clauses be included in all subcontracts; 3) Require the contractor(or subcontractor)to incorporate applicable requirements of these contract provisions by reference for work done under any purchase orders, rental agreements and other agreements for supplies or services; 4) Require that the prime contractor be responsible for compliance with these contract provisions by any subcontractor, lower-tier subcontractor or service provider; and 5) Not modify the provisions. Minor additions covering state or sponsor requirements may be included in a separate supplemental specification,provided they do not conflict with federal laws and regulations and do not change the intent of the required contract provision. Subject to the applicability criteria noted in the specific contract provisions,these contract provisions apply to all work performed on the contract. 1.2. GENERAL REQUIREMENT FOR REQUESTS FOR BIDS(ADVERTISEMENT)AND NOTICE TO BIDDERS In general,the sponsor may incorporate certain provisions by reference in the Request for Bids(the Advertisement)rather than including the entire text of the provision in the Request or Notice. The provisions that can be incorporated by reference in the Request or Notice are: 1) Buy American Preference 2) Foreign Trade Restriction 3) Davis Bacon 4) Affirmative Action 5) Governmentwide Debarment and Suspension 6) Governmentwide Requirements for Drug-free Workplace 1.3. GENERAL REQUIREMENTS FOR ALL CONTRACTS ENTERED INTO BY OBLIGATED SPONSORS. Where noted, the sponsor must include certain notifications in contracts or solicitations for proposals regardless of funding source. 2014 GP 200-18 Airfield Lighting and Signage Repairs 1.4. FAILURE TO COMPLY WITH PROVISIONS. Failure to comply with the terms of these contract provisions may be sufficient grounds to: 1) Withhold progress payments or final payment, 2) Terminate the contract, 3) Seek suspension/debarment,or 4) Any other action determined to be appropriate by the sponsor or the FAA. 1.5. REQUIRED CONTRACT PROVISIONS. The following list summarizes the contract provisions and to what types of contracts the provisions apply: All Contracts Regardless of Funding Source a. Civil Rights—General b. Civil Rights—Title VI 2. CIVIL RIGHTS-GENERAL. (Reference: 49 USC § 47123) 2.1. APPLICABILITY. The General Civil Rights Provisions found in 49 USC § 47123, derived from the Airport and Airway Improvement Act of 1982, Section 520, apply to all AIP-funded projects. This provision is in addition to the Civil Rights—Title VI provisions. 2.2. MANDATORY CONTRACT LANGUAGE. The mandatory language that must be used on AIP funded project contracts is as follows: GENERAL CIVIL RIGHTS PROVISIONS The contractor agrees that it will comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the contractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. This provision also obligates the tenant/concessionaire/lessee or its transferee for the period during which Federal assistance is extended to the airport through the Airport Improvement Program, except where Federal assistance is to provide, or is in the form of personal property; real property or interest therein; structures or improvements thereon. In these cases the provision obligates the party or any transferee for the longer of the following periods: 2014 GP 200-19 Airfield Lighting and Signage Repairs (a) the period during which the property is used by the airport sponsor or any transferee for a purpose for which Federal assistance is extended, or for another purpose involving the provision of similar services or benefits;or (b) the period during which the airport sponsor or any transferee retains ownership or possession of the property. 3. CIVIL RIGHTS—TITLE VI ASSURANCES. Appropriate clauses from the Standard DOT Title VI Assurances must be included in all contracts and solicitations. The clauses are as follows: 1) Title VI Solicitation Notice 2) Title VI Clauses for Compliance with Nondiscrimination Requirements. 3) Title VI List Of Pertinent Nondiscrimination Statutes And Authorities 3.1. APPLICABILITY. The sponsor must insert the Title VI Solicitation Notice in: 1) All solicitations for bids,requests for proposals work, or material subject to the nondiscrimination acts and regulations made in connection with Airport Improvement Program grants; and 2) All proposals for negotiated agreements regardless of funding source • The Sponsor must insert the Title VI required contract clause and the Title VI list of Pertinent Nondiscrimination Statutes and Authorities in every contract or agreement,unless the sponsor has determined and the FAA has agreed, that the contract or agreement is not subject to the nondiscrimination Acts and the Regulations. The sponsor must insert the clauses of Title VI Clauses for Deeds Transferring United States Property, as a covenant running with the land, in any deed from the United States effecting or recording a transfer of real property, structures, use, or improvements thereon or interest therein to a sponsor. The sponsor must include the Title VI Clauses for Transfer of Real Property Acquired or Improved Under the Activity,Facility,Or Program, the Title VI Clauses for Construction/Use/Access to Real Property Acquired Under the Activity,Facility or Program,and the Title VI List of Pertinent Nondiscrimination Authorities, as a covenant running with the land, in any future deeds,leases, licenses, permits, or similar instruments entered into by the sponsor with other parties: 1) For the subsequent transfer of real property acquired or improved under the applicable activity, project,or program; and 2) For the construction or use of, or access to, space on, over, or under real property acquired or improved under the applicable activity,project, or program. 3.2. MANDATORY CONTRACT LANGUAGE 3.2.1. Title VI Solicitation Notice (Source: Appendix 4 of FAA Order 1400.11,Nondiscrimination in Federally- Assisted Programs at the Federal Aviation Administration) 2014 GP 200-20 Airfield Lighting and Signage Repairs Title VI Solicitation Notice: The Town of Southold, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252,42 U.S.C. §§ 2000d to 2000d- 4) and the Regulations,hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. 3.2.2. Title VI Clauses for Compliance with Nondiscrimination Requirements (Source: Appendix A of Appendix 4 of FAA Order 1400.11,Nondiscrimination in Federally-Assisted Programs at the Federal Aviation Administration) Compliance with Nondiscrimination Requirements During the performance of this contract,the contractor, for itself, its assignees, and successors in interest(hereinafter referred to as the"contractor") agrees as follows: 1. Compliance with Regulations: The contractor(hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Statutes and Authorities, as they may be amended from time to time,which are herein incorporated by reference and made a part of this contract. 2. Non-discrimination: The contractor,with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity,project, or program set forth in Appendix B of 49 CFR part 21. 3. Solicitations for Subcontracts,Including Procurements 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 will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to Non-discrimination on the grounds of race, color, or national origin. 4. Information and Reports: The contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books,records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Acts, Regulations, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. 2014 GP 200-21 Airfield Lighting and Signage Repairs 5. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the Non-discrimination provisions of this contract,the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate,including, but not limited to: a. Withholding payments to the contractor under the contract until the contractor complies; and/or b. Cancelling,terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and•leases of equipment,unless exempt by the Acts,the Regulations and directives issued pursuant thereto. The contractor will take 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,that if the contractor becomes involved in, or is threatened withlitigation by a subcontractor, or supplier because of such direction,the contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition,the contractor may request the United States to enter into the litigation to protect the interests of the United States 3.2.3. Title VI List of Pertinent Nondiscrimination Authorities (Source: Appendix B of Appendix 4 of FAA Order 1400.11,Nondiscrimination in Federally-Assisted Programs at the Federal Aviation Administration)) During the performance of this contract,the,contractor, for itself, its assignees, and successors in interest(hereinafter referred to as the"contractor") agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: • Title VI of the Civil Rights Act of 1964(42 U.S.C. §2000d et seq., 78 stat. 252),(prohibits discrimination on the basis of race, color,national origin); • 49 CFR part 21 (Non-discrimination In Federally-Assisted Programs of . The Department of Transportation—Effectuation of Title VI"of The Civil Rights Act of 1964); • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42'U.S.C. §4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); • Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR part 27; • The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.),(prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982, (49 USC§ 471, Section 47123), as amended, (prohibits discrimination based on race; creed, color,national origin, or,sex); • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope,coverage and applicability of Title VI of the Civil Rights 2014 GP 200-22 Airfield Lighting and Signage Repairs Act of 1964,The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973,by expanding the definition of the terms "programs or activities"to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems,places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 — 12189) as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38; • The Federal Aviation Administration's Non-discrimination statute(49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations,which ensures discrimination against minority populations by discouraging programs,policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low- income populations; • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance,national origin discrimination includes discrimination because of limited English proficiency(LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs(70 Fed. Reg. at 74087 to 74100); • Title IX of the Education Amendments of 1972, as amended,which prohibits-you-from-discriminating-because-of-sex-in-education — programs or activities(20 U.S.C. 1681 et seq). 4. CLEAN AIR AND WATER POLLUTION CONTROL. (Reference: 49 CFR§ 18.36(i)(12)) Note,when the DOT adopts 2 CFR 200,this reference will change to 2 CFR§ 200 Appendix II(G)) 4.1.APPLICABILITY. Incorporate in all professional service agreements, construction contracts and subcontracts that exceed$100,000. (Note that the 2 CFR 200 will raise this level to $150,000) 4.2. MANDATORY CONTRACT LANGUAGE. CLEAN AIR AND WATER POLLUTION CONTROL Contractors and subcontractors agree: 1. That any facility to be used in the performance of the contract or subcontract 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, as amended, 42 U.S.C. 1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as 2014 GP 200-23 Airfield Lighting and Signage Repairs amended, 33 U.S.C. 1251 et seq.relating to inspection,monitoring, entry,reports, and information, as well as all other requirements specified in Section 114 and Section 308 of the Acts,respectively, and all other regulations and guidelines issued thereunder; 3. That, as a condition for the award of this contract, the contractor or subcontractor will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the 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 construction contract or subcontract which exceeds$100,000 the aforementioned criteria and requirements. 5. CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS. (Reference: 2 CFR§200 Appendix II(E)) 5.1.APPLICABILITY. Incorporate in all professional service agreements, construction contracts and subcontracts that exceed$100,000. 5.2. MANDATORY CONTRACT LANGUAGE CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS 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, including watchmen and guards,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 paragraph(1) above,the contractor and any subcontractor responsible therefor shall 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 paragraph 1 above, in the sum of$10 for each calendar day on 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 paragraph 1 above. 3. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration or 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 monies 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 2014 GP 200-24 Airfield Lighting and Signage Repairs 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 paragraph 2 above. 4. Subcontractors. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs 1 through 4 and also a clause requiring the subcontractor 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 paragraphs 1 through 4 of this section. 6. COPELAND "ANTI-KICKBACK"ACT (Reference: 2 CFR§200 Appendix II(D),29 CFR parts 3 & 5) 6.1. APPLICABILITY. Incorporate into all construction contracts and subcontracts that exceed$2,000 and are financed under the AIP program. 6.2. MANDATORY CONTRACT LANGUAGE. The United States Department of Labor Wage and Hours Division oversees the Copeland "Anti-Kickback"Act requirements. All contracts and subcontracts must meet comply with the Occupational Safety and Health Act of 1970. (United States Department of Labor Wage and Hours Division can provide information regarding any specific clauses or assurances pertaining to the Copeland"Anti-Kickback" Act-requirements-required-to-be-inserted-in-solicitations;contracts-or-subcontracts.) TITLE 18,U.S.C. Sec. 874. Kickbacks from public works employees Whoever,by force, intimidation, or threat of procuring dismissal from employment, or by any other manner whatsoever induces any person employed in the construction, prosecution, completion or repair of any public building,public work, or building or work financed in whole or in part by loans or grants from the United States, to give up any part of the compensation to which he is'entitled under his contract of employment, shall be fined under this title or imprisoned not more than five years, or both. TITLE 40,U.S.C. Sec. 3145. Regulations governing contractors and subcontractors (a) In General.—The Secretary of Labor shall prescribe reasonable regulations for contractors and subcontractors engaged in constructing, carrying out, completing, or repairing public buildings,public works, or buildings or works that at least partly are financed by a loan or grant from the Federal Government. The regulations shall include a provision that each contractor and subcontractor each week must furnish a statement on the wages paid each employee during the prior week. (b) Application.—Section 1001 of title 18 applies to the statements. 7. DAVIS-BACON REQUIREMENTS. (Reference: 2 CFR§ 200 Appendix II(D)) 2014 GP 200-25 Airfield Lighting and Signage Repairs 7.1. APPLICABILITY. Incorporate into all construction contracts and subcontracts that exceed$2,000 and are financed under the AIP program. 7.2. MANDATORY CONTRACT LANGUAGE. The mandatory language is as follows: DAVIS-BACON REQUIREMENTS 1. Minimum Wages (i) 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 the Secretary of Labor under the Copeland Act(29 CFR Part 3)),the full amount of wages and bona fide fringe benefits(or cash equivalent 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 1(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(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 as provided in 29 CFR Part 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 employer's 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 (1)(ii)of this section)and the Davis-Bacon poster(WH-1321)shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. (ii)(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: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits,bears a reasonable relationship to the wage rates contained in the wage determination. 2014 GP 200-26 Airfield Lighting and Signage Repairs (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)(ii)(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. (iii)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. (iv)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. 2 Withholding. The Federal Aviation Administration or 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 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 the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal 2014 GP 200-27 Airfield Lighting and Signage Repairs 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. 3. Payrolls and basic records. (i) 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 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 1(b)(2)(B) 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 costs 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. (ii)(A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the Federal Aviation Administration if the agency is a party to the contract,but if the agency is not such a party, the contractor will submit the payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee(e.g. , the last four digits of the employee's social security number).The required weekly payroll information may be submitted in any form desired. Optional Form WH- 347 is available for this purpose from the Wage and Hour Division Web site at http.//www dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime e contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the Federal Aviation Administration if the agency is a party to the contract,but if the agency is not such a party,the contractor will submit them to the applicant, sponsor, or owner, as the case may be, for transmission to the Federal Aviation Administration,the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements.It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the sponsoring government agency(or the applicant, sponsor, or owner). 2014 GP 200-28 Airfield Lighting and Signage Repairs (B) Each payroll 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) That the payroll for the payroll period contains the information required to be provided under 29 CFR § 5.5(a)(3)(ii),the appropriate information is being maintained under 29 CFR§ 5.5 (a)(3)(i)and that such information is correct and complete; (2) That each laborer and 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; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (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(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 Title 18 and Section 231 of Title 31 of the United States Code. (iii)The contractor or subcontractor shall make the records required under paragraph(3)(i) of this section available for inspection,copying or transcription by authorized representatives of the Sponsor, the 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 agency 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. 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. 4. Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed 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 2014 GP 200-29 Airfield Lighting and Signage Repairs 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 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 on the wage determination for the 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 of an apprenticeship program,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. (ii) Trainees. Except as provided in 29 CFR 5.16,trainees 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 that 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. 2014 GP 200-30 Airfield Lighting and Signage Repairs (iii)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. 5. Compliance With Copeland Act Requirements. The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 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 Part 5.5. 7. Contract Termination: Debarment. A breach of the contract clauses in paragraph 1 through 10 of this section may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance With Davis-Bacon and Related Act Requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. 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. 10. Certification of Eligibility. (i) 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 or 29 CFR 5.12(a)(1). (ii) 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). (iii)The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. 8. DEBARMENT AND SUSPENSION (NON-PROCUREMENT). (Reference: 2 CFR part 180 (Subpart C), 2 CFR part 1200,DOT Order 4200.5 DOT Suspension & Debarment Procedures& Ineligibility) 8.1. APPLICABILITY. 2014 GP 200-31 Airfield Lighting and Signage Repairs The contract agreement that ultimately results from this solicitation is a"covered transaction" as defined by Title 2 CFR Part 180. Bidder must certify at the time they submit their proposal that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. The bidder with the successful bid further agrees to comply with Title 2 CFR Part 1200 and Title 2 CFR Part 180, Subpart C by administering each lower tier subcontract that exceeds$25,000 as a"covered transaction". Incorporate in all contracts and subcontracts that exceed$25,000. 8.2. MANDATORY CONTRACT LANGUAGE. NOTE: Certifications are included in the PROPOSAL. 9. DISADVANTAGED BUSINESS ENTERPRISE. (Reference: 49 CFR part 26) 9.1. APPLICABILITY. The Disadvantaged Business Enterprise requirements found in 49 CFR part 26, apply to all AIP-funded projects and must be included in all contracts and subcontracts. This includes both project with contract goals and project relying on race/gender neutral means. 9.2. MANDATORY CONTRACT LANGUAGE. The mandatory language that must be used on AIP funded project contracts is as follows. Other than to insert appropriate Sponsor information into the noted spaces, the Sponsor must not modify these contract clauses: DISADVANTAGED BUSINESS ENTERPRISES Contract Assurance(§26.13) -The contractor or subcontractor shall not discriminate on the basis of race, color,national origin, or sex in the 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 by 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. Prompt Payment(§26.29)-The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 15 days from the receipt of each payment the prime contractor receives from Town of Southold. The prime contractor agrees further to return retainage payments to each subcontractor within 15 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 Town of Southold. This clause applies to both DBE and non-DBE subcontractors. The following language in this section was taken from various sections of 49 CFR Part 26 titled Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Pro' ams. The are not intended to be all encom.assin• nor a com.rehensive reiteration of the regulation. 2014 GP 200-32 Airfield Lighting and Signage Repairs The bidder shall submit the Contractor's DBE Plan to the owner for review and approval. The Contractor's DBE Plan shall consist of the Contractor's DBE Plan Form, a DBE Letter of Intent Form for each DBE firm, a copy of the DBE's Evidence of Certification Status, and documented good faith efforts as described below. SEE THE CONTRACTORS DBE PLAN FORM AND DBE LETTER OF INTENT FORM FOLLOWING THIS SECTION. A. The Sponsor has established a Disadvantaged Business Enterprise(DBE)program in accordance with regulations of the U.S.Department of Transportation (DOT),49 CFR Part 26. The Sponsor has received, or will receive,Federal financial assistance from the Department of Transportation, and as a condition of receiving this assistance,the Sponsor has signed an assurance that it will comply with 49 CFR Part 26. It is the policy of the Sponsor to ensure that DBEs as defined in part 26,have an equal opportunity to receive and participate in DOT—assisted contracts. It is also the policy of the Sponsor: 1. To ensure nondiscrimination in the award and administration of DOT—assisted contracts; 2. To create a level playing field on which DBEs can compete fairly for DOT-assisted contracts; 3. To ensure that the DBE Program is narrowly tailored in accordance with applicable law; 4. To ensure that only firms that fully meet 49 CFR Part 26 eligibility standards are permitted to participate as DBEs; 5. To help remove barriers to the participation of DBEs in DOT assisted contracts; 6. To assist the development of firms that can compete successfully in the market place outside the DBE Program. B. The obligation of the bidder is to make good faith efforts. The bidder 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 has made a good faith effort will be made by the Sponsor's DBE Liaison Officer. The Contractor's DBE Plan must be acceptable to the Sponsor before entering into a contract with the bidder. Guidance pertaining to,good faith efforts is provided in Appendix A to 49 CFR Part 26. In general,the bidder must demonstrate that they have taken all necessary and reasonable steps to achieve the identified DBE goal. The bidder should adequately document all such efforts, including contacts of DBE firms that are not interested. Good Faith Efforts: Bidder must demonstrate that they made good faith efforts to achieve participation with DBE firms. This requires that the bidder show that it took all necessary and reasonable steps to secure participation by certified DBE firms. Mere pro forma efforts will not be considered as a good faith effort. Such actions constituting evidence of good faith efforts include but are not limited to: 2014 GP 200-33 • Airfield Lighting and Signage Repairs — Soliciting DBE participation through all reasonable and available means. This may include public advertisements and phone calls/faxes to known certified DBE firms. — Consult State Department of Transportation office to obtain a list of certified DBE firms. — Selecting portions of work that increases the likelihood that DBE firms will be available to participate. — Providing DBE firms with sufficient information and time to review the project pans and'specifications. — Documenting all contacts with DBE firms. This includes name, address,phone number, date of contact and record-of conversation/negotiation. C. Within 15 days of being informed by the Sponsor that it is not responsive because it has not documented sufficient good faith efforts, a bidder may request administrative reconsideration. Bidders should make this request in writing to the Sponsor's - reconsideration official. The reconsideration official will not have played any role in the original determination that the'bidder did not document sufficient good faith efforts. As part of this reconsideration,the bidder will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so. The bidder will have the opportunity to meet in person with the reconsideration official to discuss the issue of whether it met the goal or made adequate good faith efforts to'do. The Sponsor will send the bidder 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. - - D. 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. If the contractor still fails to comply,the contracting officer may issue a termination for default proceeding. _ E. The sponsor will require the contractor to maintain records and documents of payments to DBEs for three years following the performance of the contract. These records will be, made available for inspection upon request by any authorized representative of the Sponsor or DOT. This reporting requirement also extends to any certified DBE subcontractor. ' 2014 GP 200-34 Airfield Lighting and Signage Repairs The Sponsor will perform interim audits of contract payments to DBEs. The audit will review payments to DBE subcontractors to ensure that the actual amount paid to DBE subcontractors equals or exceeds,the dollar amounts stated in The Contractors DBE Plan. At completion of work,the contractor will report to the Sponsor the actual amount paid to each DBE firm utilized for this contract. SEE THE DBE PARTICIPATION SUMMARY FORM FOLLOWING THIS SECTION. F. Fostering Small Business Participation(49 CFR Part 26, §26.39). In accordance with 49 CFR Part 26.39,the Sponsor has created a Small Business Element to structure contracting requirements to facilitate competition by small business concerns, taking all reasonable steps to eliminate obstacles to their participation, including unnecessary and unjustified bundling of contract requirements that may preclude small business participation in procurements as prime contractors or subcontractors. For clarification purposes,49 CFR Part 26.5 states"Small business concern means,with respect to firms seeking to participate as DBEs in DOT-assisted contracts, a small business concern as defined pursuant to section 3 of the Small Business Act and Small Business Administration regulations implementing it(13 CFR part 121)that also does not exceed the cap on average annual gross receipts specified in §26.65(b)." 49 CFR Part 26 §26.65(b)states"Even if it meets the requirements of paragraph(a) of this section, a firm is not an eligible DBE in any Federal fiscal year if the firm(including its affiliates)has had average annual gross receipts, as defined by SBA regulations(see 13 CFR 121.402),over the firm's previous three fiscal years, in excess of$23.98 million. 13 CFR 121.402 defines the size standards that are applicable to Federal Government Contracting programs. - In compliance with this policy,the Sponsor's DBE Program in regard to §2639 Fostering Small Business Participation may include, but is not limited to,the following strategies: 1. Set asides: Where feasible,the Sponsor will establish a percentage of the total value of all prime contract and subcontract awards to be set aside for participation by small businesses on FAA-assisted contracts. A"set-aside"is the reserving of a contract or a portion of a contract exclusively for participation by small businesses. This requires that the Sponsor and its prime contractors/consultants set aside a portion of the value ' of each contract for participation by small businesses. A small business set-aside is open to all small businesses regardless of the owner's gender,race or geographic location. The DBELO, along with the project engineer will review FAA-assisted purchases and contracts to assess the smallbusiness opportunities, giving consideration to the size and scope of each purchase or contract to establish the set aside percentage. This set aside is in addition to the DBE contract goals which may be required pursuant to applicable law or policy. In the event that a set-aside is not established on an FAA-assisted contract,the project manager and small business officer will document why a small business set-aside is inappropriate. 2. .Unbundling: The Sponsor,where feasible,may"unbundle"projects or separate large contracts into smaller contracts which may be more suitable for small business participation.The Sponsor will conduct contract reviews on each FAA-assisted contract to determine whether portions of the project could be"unbundled"or bid 2014 GP 200-35 Airfield Lighting and Signage Repairs separately. Similarly,the Sponsor will encourage its prime contractors or prime consultants to unbundle contracts to facilitate participation by small businesses. The Sponsor has determined that a SBE program is not feasible for this Contract. 10. ENERGY CONSERVATION REQUIREMENTS. (Reference 2 CFR§200 Appendix II(H)) 10.1. APPLICABILITY. The Energy Conservation Requirements found in 2 CFR§ 200 Appendix 11(H),apply to all AIP-funded construction and equipment projects and must be included in all contracts and subcontracts. 10.2. MANDATORY CONTRACT LANGUAGE. The regulation does not prescribe mandatory language, however the following clause represents sample language that meets the intent of 2 CFR§ 200 Appendix II(H): ENERGY CONSERVATION REQUIREMENTS The contractor agrees to comply with mandatory standards and policies relating to energy efficiency that are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act(Public Law 94-163). 11. EQUAL OPPORTUNITY CLAUSE AND SPECIFICATIONS. (Reference 41 CFR§60-1.4,Executive Order 11246) 11.1. APPLICABILITY. Incorporate contract language and specifications into all construction contracts and subcontracts that exceed$10,000 and are financed under the AIP program. 11.2. MANDATORY CONTRACT LANGUAGE. 41 CFR § 60-1.4 provides the mandatory contract language,but allows such necessary changes in language to be made to identify properly the parties and their undertakings. 41 CFR§ 60-4.3 provides the mandatory specifications. EQUAL OPPORTUNITY CLAUSE During the performance of this contract, the contractor agrees as follows: (1) 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 ensure 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 forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2014 GP 200-36 Airfield Lighting and Signage Repairs (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 considerations 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 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. (4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of 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 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 administering agency 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 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule,regulation,or order of the Secretary of Labor, or as otherwise provided by law. (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 of 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 administering agency 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 administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; a. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; b. "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return,U.S. Treasury Department Form 941; 2014 GP 200-37 Airfield Lighting and Signage Repairs 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,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 shall 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 18.7a through 18.7p 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 Office of Federal Contract Compliance Programs 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 or the regulations promulgated pursuant thereto, 6. In order for the non-working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by the contractor during 2014 GP 200-38 Airfield Lighting and Signage Repairs the training period and the contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The contractor shall take specific affirmative actions to ensure equal employment opportunity. 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 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 source, 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 female 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 area 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 2014 GP 200-39 Airfield Lighting and Signage Repairs 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 a superintendents, general foremen, etc.,prior to the initiation of 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 contractor's EEO policy with other 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 organizations 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 non-segregated 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. 2014 GP 200-40 Airfield Lighting and Signage Repairs p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or more of their affirmative action obligations (18.7a through 18.7p). 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 18.7a through 18.7p 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 a 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 contractor,however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, if the particular group is employed in a substantially disparate manner(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. 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 its implementing regulations, by the Office of Federal Contract Compliance Programs. 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 18.7 of these specifications, so as to achieve maximum results from 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 2014 GP 200-41 Airfield Lighting and Signage Repairs 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). 16. Standard Form 100,Employer Information Report,must be filed by: A. All private employers who are: (1) subject to Title VII of the Civil Rights Act of 1964(as amended by the Equal Employment Opportunity Act of 1972)with 100 or more employees EXCLUDING State and local governments,primary and secondary school systems, institutions of higher education, Indian tribes and tax-exempt private membership clubs other than labor organizations; OR (2) SUBJECT TO Title VII who have fewer than 100 employees if the company is owned or affiliated with another company, or there is centralized ownership, control or management(such as central control of personnel policies and labor relations) so that the group legally constitutes a single enterprise, and the entire enterprise employs a total of 100 or more employees. B. All federal contractors (private employers),who: (1) are not exempt as provided for by 41 CFR 60-1.5, (2) have 50 or more employees,and (a) are prime contractors or first-tier subcontractors, and have a contract, subcontract, or purchase order amounting to $50,000 or more; or (b) serve as a depository of Government funds in any amount, or (c) is a financial institution which is an issuing and paying agent for U.S. Savings Bonds and Notes. C. Standard Form 100 must be filed with the Joint Reporting Committee no later than September 30. Standard Form 100 is normally furnished to employers annually based on a mailing list maintained by the Joint Reporting Committee. In the event a Contractor has not received the form, it may be obtained from the Joint Reporting Committee, Post Office Box 779,Norfolk,Virginia 23501, telephone(757) 461-1213. 12. FEDERAL FAIR LABOR STANDARDS ACT(FEDERAL MINIMUM WAGE) (Reference: 29 USC § 201,et seq.) 12.1. APPLICABILITY. The federal minimum wage provisions are contained in the Fair Labor Standards Act (FLSA)which is administered by the United States Department of Labor Wage and Hour Division. All contracts and subcontracts must meet comply with the FLSA, including the recordkeeping standards of the Act. 12.2. MANDATORY CONTRACT LANGUAGE. All contracts and subcontracts that result from this solicitation incorporate the following provisions by reference, with the same force and effect as if given in full' 2014 GP 200-42 Airfield Lighting and Signage Repairs text. The contractor has full responsibility to monitor compliance to the referenced statute or regulation. The contractor must address any claims or disputes that pertain to a referenced requirement directly with the Federal Agency with enforcement responsibilities. Requirement - - _- -Federal Agency,?with Enforcement :.Responsibilities_, Federal Fair Labor Standards Act(29 USC 201) U.S. Department of Labor—Wage and Hour Division 13. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES. (Reference: 49 CFR part 20,Appendix A) 13.1. APPLICABILITY. The Lobbying and Influencing Federal Employees prohibition found in 49 CFR part 20,Appendix A, applies to all AIP-funded projects and must be included in all contracts and subcontracts. 13.2. MANDATORY CONTRACT LANGUAGE. The mandatory language that must be used on AIP funded project contracts is as follows: LOBBYING AND INFLUENCING FEDERAL EMPLOYEES The bidder or offeror certifies by signing and submitting this bid or proposal,to the best of his or her knowledge and belief,that: 1) No Federal appropriated funds have been paid or will be paid,by or on behalf of the bidder or offeror,to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation,renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying,"in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352,title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than$100,000 for each such failure. 14. NONSEGREGATED FACILITIES REQUIREMENT. (Reference: 41 CFR§ 60-1.8) 2014 GP 200-43 Airfield Lighting and Signage Repairs 14.1. APPLICABILITY. Incorporate in all construction contracts and subcontracts that exceed$10,000. The notices must be placed within the solicitation for proposals. The actual certification must be incorporated in the contract agreement. 14.2. MANDATORY CONTRACT LANGUAGE AND NOTICE. NOTE: Certifications are included in the PROPOSAL. 15. OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 (Reference 20 CFR part 1910) 15.1. APPLICABILITY The United States Department of Labor Occupational Safety&Health Administration (OSHA) oversees the workplace health and safety standards wage provisions from the Occupational Safety and Health Act of 1970. All contracts and subcontracts must meet comply with the Occupational Safety and Health Act of 1970. 15.2. MANDATORY CONTRACT LANGUAGE. All contracts and subcontracts that result from this solicitation incorporate the following provisions by reference,with the same force and effect as if given in full text. The contractor has full responsibility to monitor compliance to the referenced statute or regulation. The contractor must address any claims or disputes that pertain to a referenced requirement directly with the Federal Agency with enforcement responsibilities. Requirement Federal Agency-with Enforcement • _ .. Responsibilities - Occupational Safety and Health Act of 1970 (20 U.S. Department of Labor— CFR Part 1910) Occupational Safety and Health Administration 16. RIGHT TO INVENTIONS. (Reference 2 CFR§200 Appendix II(F)) 16.1. APPLICABILITY. The requirement for rights to inventions and materials found in 2 CFR§200 Appendix 11(F) applies to all AIP-funded projects and must be included in all contracts and subcontracts. 16.2. MANDATORY CONTRACT LANGUAGE. The regulation does not prescribe mandatory language,however the following clause represents sample language that meets the intent of 2 CFR§200 Appendix II(F). RIGHTS TO INVENTIONS 2014 GP 200-44 Airfield Lighting and Signage Repairs All rights to inventions and materials generated under this contract are subject to requirements and regulations issued by the FAA and the Sponsor of the Federal grant under which this contract is executed. 17. TERMINATION OF CONTRACT. (Reference 2 CFR§200 Appendix II(B)) 17.1. APPLICABILITY. Incorporate in all contracts and subcontracts that exceed$10,000. 17.2. MANDATORY CONTRACT LANGUAGE TERMINATION OF CONTRACT a. The Sponsor may,by written notice,terminate this contract in whole or in part at any time, either for the Sponsor's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice services must be immediately discontinued(unless the notice directs otherwise) and all materials as may have been accumulated in performing this contract,whether completed or in progress, delivered to the Sponsor. b. If the termination is for the convenience of the Sponsor, an equitable adjustment in the contract price will be made,but no amount will be allowed for anticipated profit on unperformed services. c. If the termination is due to failure to fulfill the contractor's obligations,the Sponsor may take over the work and prosecute the same to completion by contract or otherwise. In such case, the contractor is liable to the Sponsor for any additional cost occasioned to the Sponsor thereby. d. If, after notice of termination for failure to fulfill contract obligations, it is determined that the contractor had not so failed, the termination will be deemed to have been effected for the convenience of the Sponsor. In such event, adjustment in the contract price will be made as provided in paragraph 2 of this clause. e. The rights and remedies of the sponsor provided in this clause are in addition to any other rights and remedies provided by law or under this contract. 18. TRADE RESTRICTION (Reference: 49 CFR part 30) 18.1. APPLICABILITY. The trade restriction clause applies to all AIP-funded projects and must be included in all contracts and subcontracts. 18.2. MANDATORY CONTRACT LANGUAGE. The mandatory language is as follows: TRADE RESTRICTION CLAUSE 2014 GP 200-45 Airfield Lighting and Signage Repairs 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 of a foreign country included in the list 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 person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or 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 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 on 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 written notice to the contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. This 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 United 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. 19. TEXTING WHEN DRIVING (References: Executive Order 13513, and DOT Order 3902.10) 19.1. APPLICABILITY. In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving"(10/1/2009) and DOT Order 3902.10 "Text Messaging While 2014 GP 200-46 Airfield Lighting and Signage Repairs Driving" (12/30/2009), FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or sub-grant. 19.2. MANDATORY CONTRACT LANGUAGE • By adopting the Applicability Language,the following contract language will meet the intent and requirement for Texting When Driving: TEXTING WHEN DRIVING In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving" (10/1/2009) and DOT Order 3902.10"Text Messaging While Driving" (12/30/2009),FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or sub-grant. The Contractor must promote policies and initiatives for employees and other work personnel that decrease crashes by distracted drivers, including policies to ban text messaging while driving. The Contractor must include these policies in each third party subcontract involved on this project. 20. VETERAN'S PREFERENCE (Reference: 49 USC §47112(c)) 20.1. APPLICABILITY The Veteran's preference clause found in 49 USC § 47112(c) applies to all AIP-funded projects and must be included in all contracts and subcontracts that involve labor 20.2. MANDATORY CONTRACT LANGUAGE The regulation does not prescribe mandatory language, however the following clause represents sample language that meets the intent of 49 USC § 47112(c) is as follows: VETERAN'S PREFERENCE In the employment of labor(except in executive, administrative, and supervisory positions), preference must be given to Vietnam era veterans, Persian Gulf veterans,Afghanistan-Iraq war veterans, disabled veterans, and small business concerns owned and controlled by disabled veterans as defined in Title 49 United States Code, Section 47112. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. 70-22 New York State Department of Transportation (NYSDOT)standard clauses for New York state contracts. The following verbiage is included verbatim as required by a New York State Department of Transportation grant assurance: Standard Clauses For 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, licenser, licensee, lessor, lessee or any other party): 2014 GP 200-47 Airfield Lighting and Signage Repairs 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 State's previous written consent, and attempts to do so are null and void. Notwithstanding the foregoing, such prior written consent of an assignment of a contract let pursuant to Article XI of the State Finance Law may be waived at the discretion of the contracting agency and with the concurrence of the State Comptroller where the original contract was subject to the State Comptroller's approval, where the assignment is due to a reorganization, merger or consolidation of the Contractor's business entity or enterprise.The State retains its right to approve an assignment and to require that any Contractor demonstrate its responsibility to do business with the State.The Contractor may, however, assign its right to receive payments without the State's prior written consent unless this contract concerns Certificates of Participation pursuant to Article 5-A of the State Finance Law. 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 $50,000 (or the minimum thresholds agreed to by the Office of the State Comptroller 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 when the value or reasonably estimated value of such consideration exceeds $10,000, 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. Comptroller's approval of contracts let by the Office of General Services is required when such contracts exceed$85,000(State Finance Law Section 163.6.a). 4. WORKERS' 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. To the extent required by 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, sexual orientation, age, disability, genetic predisposition or carrier status, 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, 2014 GP 200-48 Airfield Lighting and Signage Repairs 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 statutes, 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. Additionally, effective April 28, 2008, if this is a public work contract covered by Article 8 of the Labor Law,the Contractor understands and agrees that the filing of payrolls in a manner consistent with Subdivision 3a of Section 220 of the Labor Law shall be a condition precedent to payment by the State of any State approved sums due and owing for work done upon the project. SEE "SPECIAL NOTE" REGARDING PREVAILING WAGE RATES FOLLOWING THIS SECTION. 7. NON-COLLUSIVE BIDDING CERTIFICATION.In accordance with Section 139-d of the State Finance Law,if this contract was awarded based upon the submission of bids, Contractor affirms,under penalty of perjury,that its bid was arrived at independently and without collusion aimed at restricting competition. Contractor further affirms 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 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 (2NYCRR 105.4). 9. SET-OFF RIGHTS.The State shall have all of its common law, equitable 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. 2014 GP 200-49 Airfield Lighting and Signage Repairs 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 employer 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 its 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 Accounting Operations, Office of the State Comptroller, 110 State Street,Albany,New York 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 2014 GP 200-50 Airfield Lighting and Signage Repairs 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 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 11-A of the State Finance Law to the extent required by law. 2014 GP 200-51 i Airfield Lighting and Signage Repairs 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 by registered or certified mail,return receipt requested. 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. 18. PROHIBITION ON PURCHASE OF TROPICAL HARDWOODS. The Contractor certifies and warrants that all wood products to be used under this contract award will be in accordance with,but not limited to,the specifications and provisions of Section 165 of the State Finance Law, (Use of Tropical Hardwoods) which prohibits purchase and use of tropical hardwoods,unless specifically exempted,by the State or any governmental agency or political subdivision or public benefit corporation. Qualification for an exemption under this law will be the responsibility of the contractor to establish to meet with the approval of the State. In addition, when any portion of this contract involving the use of woods, whether supply or installation, is to be performed by any subcontractor, the prime Contractor will indicate and certify in the submitted bid proposal that the subcontractor has been informed and is in compliance with specifications and provisions regarding use of tropical hardwoods as detailed in §165 State Finance Law. Any such use must meet with the approval of the State; otherwise, the bid may not be considered responsive. Under bidder certifications, proof of qualification for exemption will be the responsibility of the Contractor to meet with the approval of the State. 19. MACBRIDE FAIR EMPLOYMENT PRINCIPLES.In accordance with the MacBride Fair Employment Principles (Chapter 807 of the Laws of 1992), the Contractor hereby stipulates that the Contractor either (a) has no business operations in Northern Ireland, or (b) shall take lawful steps in good faith to conduct any business operations in Northern Ireland in accordance with the MacBride Fair Employment Principles (as described in Section 165 of the New York State Finance Law), and shall permit independent monitoring of compliance with such principles. 20. OMNIBUS PROCUREMENT ACT OF 1992.It is the policy of New York State to maximize opportunities for the participation of New York State business enterprises, including minority and women-owned business enterprises as bidders, subcontractors and suppliers on its procurement contracts. Information on the availability of New York State subcontractors and suppliers is available from: _ NYS Department of Economic Development Division for Small Business a, 30 South Pearl St--7 Floor Albany,New York 12245 Telephone: 518-292-5220 Fax: 518-292-5884 http://www.empire.state.ny.us 2014 GP 200-52 Airfield Lighting and Signage Repairs A directory of certified minority and women-owned business enterprises is available from: NYS Department of Economic Development Division of Minority and Women's Business Development 30 South Pearl St--2nd Floor Albany,New York 12245 Telephone: 518-292- 5250 Fax: 518-292-5803 http://www.empire.state.ny.us The Omnibus Procurement Act of 1992 requires that by signing this bid proposal or contract, as applicable, Contractors certify that whenever the total bid amount is greater than$1 million: a) The Contractor has made reasonable efforts to encourage the participation of New York State Business Enterprises as suppliers and subcontractors, including certified minority and women-owned business enterprises, on this project, and has retained the documentation of these efforts to be provided upon request to the State; (b) The Contractor.has complied with the Federal Equal Opportunity Act of 1972 (P.L. 92-261), as amended; (c) The Contractor agrees to make reasonable efforts to provide notification to New York State residents of employment opportunities on this project through listing any such positions with the Job Service Division of the New York State Department of Labor, or providing such notification in such manner as is consistent with existing collective bargaining contracts or agreements.The Contractor agrees to document these efforts and to provide said documentation to the State upon request; and (d) The Contractor acknowledges notice that the State may seek to obtain offset credits from foreign countries as a result of this contract and agrees to cooperate with the State in these efforts. 21. RECIPROCITY AND SANCTIONS PROVISIONS. Bidders are hereby notified that if their principal place of business is located in a country, nation, province, state or political subdivision that penalizes New York State vendors, and if the goods or services they offer will be substantially produced or performed outside New York State, the Omnibus Procurement Act 1994 and 2000 amendments(Chapter 684 and Chapter 383,respectively)require that they be denied contracts which they would otherwise obtain. NOTE: As of May 15, 2002, the list of discriminatory jurisdictions subject to this provision includes the states of South Carolina, Alaska, West Virginia, Wyoming, Louisiana and Hawaii. Contact NYS Department of Economic Development for a current list of jurisdictions subject to this provision. 22. COMPLIANCE WITH NEW YORK STATE INFORMATION SECURITY BREACH AND NOTIFICATION ACT. Contractor shall comply with the provisions of the New York State Information Security Breach and Notification Act (General Business Law Section 899- aa; State Technology Law Section 208). 23. COMPLIANCE WITH CONSULTANT DISCLOSURE LAW. If this is a contract for consulting services, defined for purposes of this requirement to include analysis, evaluation, research, training, data processing, computer programming, engineering, environmental, health, and mental health services, accounting, auditing, paralegal, legal or similar services, then, in accordance with Section 163 (4-g) of the State Finance Law (as amended by Chapter 10 of the Laws of 2006),the Contractor shall timely, accurately and properly comply with the requirement to submit an annual employment report for the contract to the agency that awarded the contract, the Department of Civil Service and the State Comptroller. 24. PROCUREMENT LOBBYING. To the extent this agreement is a"procurement contract" as defined by State Finance Law Sections 139-j and 139-k, by signing this agreement the contractor certifies and affirms that all disclosures made in accordance with State Finance Law Sections 139-j and 139-k are complete, true and accurate. In the event such certification is found to be intentionally false or intentionally incomplete, the State may terminate the 2014 GP 200-53 Airfield Lighting and Signage Repairs agreement by providing written notification to the Contractor in accordance with the terms of the agreement. 25. CERTIFICATION OF REGISTRATION TO COLLECT SALES AND COMPENSATING USE TAX BY CERTAIN STATE CONTRACTORS, AFFILIATES AND SUBCONTRACTORS. To the extent this agreement is a contract as defined by Tax Law Section 5-a, if the contractor fails to make the certification required by Tax Law Section 5-a or if during the term of the contract,the Department of Taxation and Finance or the covered agency, as defined by Tax Law 5-a, discovers that the certification, made under penalty of perjury, is false,then such failure to file or false certification shall be a material breach of this contract and this contract may be terminated,by providing written notification to the Contractor in accordance with the terms of the agreement, if the covered agency determines that such action is in the best interest of the State. 70-23 NYSDOT terms and conditions. The following verbiage is included verbatim as required by a New York State Department of Transportation grant assurance: 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 specified. 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. 2014 GP 200-54 Airfield Lighting and Signage Repairs 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 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 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. 2014 GP 200-55 Airfield Lighting and Signage Repairs 70-24 Labor affidavits,New York State Laws of 1988. The following outlines the certification and reporting procedures required by the Office of the State Comptroller to implement Chapter 698, Laws of 1988 (Labor Affidavits)for all public improvement contracts let(bid opening date)after March 1, 1989. COPIES OF AFFIDAVITS FOLLOW THE END OF THIS SECTION. A. The prime contractor must provide each subcontractor with a copy of the schedule of wages and supplements specified in the contract before the subcontractor's work is started. B. The prime contractor must immediately obtain the subcontractor's certification. Such certification must be maintained by the prime contractor until the final payment is requested. The prime contractor's and subcontractor's certification forms are on the following three(3)pages. C. If revised schedules of wages and supplements are issued,the prime contractor must provide each subcontractor with such revised schedules and obtain a revised subcontractor's certification. D. The prime contractor must submit a labor affidavit in support of the payment of wages to its own employees. E. The subcontractor's certification(s)and the prime contractor's affidavit must be submitted to the State Comptroller's Office with the prime contractor's final payment request. Failure to obtain and provide the required certifications will delay the contractor's final payment. NOTE:The term subcontractor applies to both subcontractors of the contractor and subcontractors of a subcontractor. 2014 GP 200-56 Airfield Lighting and Signage Repairs CONTRACTOR'S DBE PLAN (Submit this form and attach one DBE Letter of Intent Form for each DBE subcontractor,supplier or manufacturer.) Project Name/Location: Airfield Lighting and Signage Repairs,Elizabeth Field Airport,Fishers Island Total Awarded Contract Amount: $ Name of Bidder's Firm: Street Address: City: State: Zip: Printed name of signer: Printed title of signer: DBE UTILIZATION SUMMARY DBE Contract Amount DBE Value Contract% DBE Prime Contractor $ x 1.00= $ % DBE Subcontractors $ x 1.00= $ % DBE Suppliers $ x 0.60= $ % DBE Manufacturers $ x 1.00 = $ % * Total Proposed DBE Participation $ % Established DBE Goal $ % * If the total proposed DBE participation is less than the established DBE goal, Bidder must provide written documentation of the good faith efforts as required by 49 CFR Part 26. Affirmation: The undersigned hereby assures that the information included herein is true and correct, and that the DBE firm(s) listed on the attached DBE Letter of Intent Forms have agreed to perform a commercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this plan may be made without prior approval from the Civil Rights Staff of the Federal Aviation Administration. By: (Signature of Bidder's representative) (Title) 2014 GP 200-57 Airfield Lighting and Signage Repairs DBE LETTER OF INTENT FORM (Submit one form for each DBE subcontractor,supplier or manufacturer.) Project Name/Location: Airfield Lighting and Signage Repairs,Elizabeth Field Airport,Fishers Island Name of Bidder's Firm: Street Address: City: State: Zip: Name of DBE firm: Street Address: City: State: Zip: Contact Person: Telephone: Certifying Agency: Expiration Date: (DBE firm shall submit evidence, such as a photocopy,of their certification status) Classification: 0 Prime Contractor 0 Subcontractor 0 Joint Venture 0 Manufacturer 0 Supplier SUMMARY OF WORK ITEMS Work Item(s) Description of Work Item Estimated Total Value Quantity The bidder is committed to utilizing the above-named DBE firm for the work described above. The estimated dollar value of this work is$ Affirmation: The above-named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. By: (Signature of DBE firm's representative) (Title) If the bidder does not receive award of the prime contract,any and all representations in this Letter of Intent and Affirmation shall be null and void. 2014 GP 200-58 Airfield Lighting and Signage Repairs DISADVANTAGED BUSINESS ENTERPRISE DBE PARTICIPATION SUMMARY (Submit one form for each DBE Firm.) Contractor Name: Address: City: State: Zip: DBE Firm DBE Firm: Address: City: State: Zip: DBE Contact Person Name: Phone: DBE Certification Agency: Expiration Date: Each DBE Firm shall submit evidence(such as a photocopy)of their certification status. DBE Commitments/Awards — Black American — Asian-Pacific American -Breakdown By — Hispanic American — Non-Minority Women Ethnicity&Gender — Native American Other(i.e.not of any group listed here) Subcont.Asian American Classification: _ Prime Contractor _ Supplier _ Manufacturer Joint Venture Subcontractor Work items Amount performed by DBE Description Quantity Paid to DBE The Contractor utilized the above-named DBE Firm for the work items described above. The actual participation is as follows: Total amount paid Percent of Contractor's to DBE Firm: $ total contract: % Affirmation: The above-named DBE Firm affirms that it has performed the work items described above and has been paid the amount stated above. By: (Signature) (Title) 2014 GP 200-59 Equal Employment Opportunity is THE LAW Private Employers,State and Local Governments, Educational Institutions, Employment Agencies and Labor Organizations Applicants to and employees of most private employers,state and local governments,educational institutions, Employment agencies,and labor organizations are protected under Federal law from discrimination on the following bases RACE,COLOR,RELIGION,SEX,NATIONAL ORIGIN GENETICS Title VII of the Civil Rights Act of 1964,as amended,protects applicants and Title II of the Genetic Information Nondiscrimination Act of 2008 protects applicants employees from discrimination in hiring,promotion,discharge,pay,fringe benefits,job and employees from discrimination based on genetic information in hiring,promotion, training,classification,referral,and other aspects of employment,on the basis discharge,pay,fringe benefits,job training,classification,referral,and other aspects of race,color,religion,sex(including pregnancy),or national origin Religious of employment GINA also restricts employers'acquisition of genetic information and discrimination includes failing to reasonably accommodate an employee's religious strictly limits disclosure of genetic information Genetic information includes practices where the accommodation does not impose undue hardship information about genetic tests of applicants,employees,or their family members,the manifestation of diseases or disorders in family members(family medical history),and DISABILITIES requests for or receipt of genetic services by applicants,employees,or their family Title I and Title V of the Americans with Disabilities Act of 1990,as amended,protect members qualified individuals from discrimination on the basis of disability in hiring,promotion, discharge,pay,fringe benefits,job training,classification,referral,and other RETALIATION aspects of employment Disability discrimination includes not making reasonable All of these Federal laws prohibit covered entities from retaliating against a person accommodation to the known physical or mental limitations of an otherwise qualified who files a charge of discrimination,participates in a discrimination proceeding,or individual with a disability who's is an applicant or employee,barring undue hardship otherwise opposes an unlawful employment practice AGE WHAT TO DO IF YOU BELIEVE DISCRIMINATION HAS OCCURRED The Age Discrimination in Employment Act of 1967,as amended,protects There are strict time limits for filing charges of employment discrimination To applicants and employees 40 years of age or older from discrimination based on preserve the ability of EEOC to act on your behalf and to protect your right to file a age in hinng,promotion,discharge,pay,fringe benefits,job training,classification, private lawsuit,should you ultimately need to,you should contact EEOC promptly referral,and other aspects of employment when discrimination is suspected The U S Equal Employment Opportunity Commission(EEOC),1-800-669-4000(toll- SEX(WAGES) free)or 1-800-669-6820(toll-free TTY number for individuals with hearing In addition to sex discrimination prohibited by Title VII of the Civil Rights Act,as empairments) EEOC field office information is available at www eeoc goy or in most amended,the Equal Pay Act of 1963,as amended,prohibits sex discrimination in telephone directones in the U S Government or Federal Government section payment of wages to women and men performing substantially equal work Additional information about EEOC,including information about charge filing,is jobs that require equal skill,effort,and responsibility,under similar working conditions, available at www eeoc qov in the same establishment Employers Holding Federal Contracts or Subcontracts Applicants to and employees of companies with a Federal government contract or subcontract, are protected under Federal law from discrimination on the following bases RACE,COLOR,RELIGION,SEX,NATIONAL ORIGIN three years of discharge or release from active duty),other protected veterans Executive Order 11246,as amended,prohibits job discnmination on the basis of race, (veterans who served dunng a war or in a campaign or expedition for which a color,religion,sex or national origin,and requires affirmative action to ensure equality campaign badge has been authorized),and Armed Forces service medal veterans of opportunity in all aspects of employment (veterans who,while on active duty,participated in a U S military operation for which an Armed Forces service medal was awarded) INDIVIDUALS WITH DISABILITIES Section 503 of the Rehabilitation Act of 1973,as amended,protects qualified RETALIATION individuals from discrimination on the basis of disability in hiring,promotion,discharge, Retaliation is prohibited against a person who files a complaint of discrimination, pay,fringe benefits,job training,classification,referral,and other aspects of participates in an OFCCP proceeding,or otherwise opposes discrimination under employment, Disability discrimination includes not making reasonable these Federal laws accommodation to the known physical or mental limitations of an otherwise qualified employee,barring undue hardship Section 503 also requires that Federal contractors Any person who believes a contractor has violated its nondiscrimination or affirmative take affirmative action to employ and advance in employment qualified individuals with action obligations under the authorities above should contact immediately disabilities at all levels of employment,including the executive level The Office of Federal Contract Compliance Programs(OFCCP),U S Department of DISABLED,RECENTLY SEPARATED,OTHER PROTECTED, Labor,200 Constitution Avenue,N W,Washington,D C 20210,1-800-397-6251(toll- AND ARMED FORCES SERVICE MEDAL VETERANS free)or(202)693-1337(TTY) OFCCP may also be contacted by e-mail at OFCCP- The Vietnam Era Veterans'Readjustment Assistance Act of 1974,as amended,38 Public@dol goy,or by calling an OFCCP regional or district office,listed in most U S C 4212,prohibits job discrimination and requires affirmative action to employ and telephone directories under U S Government,Department of Labor advance in employment disabled veterans,recently separated veterans(within Programs or Activities Receiving Federal Financial Assistance RACE,COLOR,NATIONAL ORIGIN,SEX INDIVIDUALS WITH DISABILITIES In addition to the protections of Title VII of the Civil Rights Act of 1964,as amended, Section 504 of the Rehabilitation Act of 1973,as amended,prohibits employment Title VI of the Civil Rights Act of 1964,as amended,prohibits discrimination on the discrimination on the basis of disability in any program or activity which receives basis of race,color or national origin in programs or activities receiving Federal Federal financial assistance Discrimination is prohibited in all aspects of employment financial assistance Employment discrimination is covered by Title VI if the primary against persons with disabilities who,with or without reasonable accommodation,can objective of the financial assistance is provision of employment,or where employment perform the essential functions of the job discrimination causes or may cause discrimination in providing services under such programs Title IX of the Education Amendments of 1972 prohibits employment If you believe you have been discriminated against in a program of any institution discrimination on the basis of sex in educational programs or activities which receive which receives Federal financial assistance,you should immediately contact the Federal financial assistance Federal agency providing such assistance EEOC 9/02 and OFCCP 8/08 Versions Useable with 11/09 Supplement EEOC-PIE-1 (Revised 11/09) 1 Davis Bacon.txt General Decision Number: NY150012 05/15/2015 NY12 Superseded General Decision Number: NY20140012 State: New York Construction Types: Building, Heavy, Highway and Residential Counties: Nassau and Suffolk Counties in New York. BUILDING CONSTRUCTION PROJECTS, RESIDENTIAL CONSTRUCTION PROJECTS (including single family homes and apartments up to and including 4 stories) , HEAVY CONSTRUCTION PROJECTS, HIGHWAY CONSTRUCTION PROJECTS Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis-Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the E0, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol .gov/whd/govcontracts. Modification Number - Publication Date 0 01/02/2015 1 01/09/2015 2 03/13/2015 3 04/10/2015 4 04/17/2015 5 05/01/2015 6 05/15/2015 ASBE0012-001 12/29/2014 Rates Fringes Asbestos Workers/Insulator Includes °application of all insulating materials, protective coverings, coatings and finishes to all types of mechanical systems $ 64.41 30.76 HAZARDOUS MATERIAL HANDLER $ 40.00 11.25 BOIL0005-001 01/01/2013 Rates Fringes BOILERMAKER $ 49.47 33%+22.87+a FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Thanksgiving Day, Memorial Day, Independence Day, Labor Day and Good Friday, Friday after Thanksgiving, Christmas Eve Day and New Year's Eve Page 1 Davis Bacon.txt BRNY00O1-001 07/01/2013 Rates Fringes BRICKLAYER $ 49.09 22.93 MASON - STONE $ 55. 56 26.75 CARP0290-001 07/01/2014 Rates Fringes Carpenters: Building $ 38.97 34.73 Heavy & Highway $ 38.97 34.73 Residential $ 31.18 29.62 CARP0740-001 07/01/2014 Rates Fringes MILLWRIGHT $ 48.44 49.83 CARP1456-009 07/01/2014 Rates Fringes Carpenters: DIVERS TENDERS $ 43.45 45.07 DIVERS $ 61.30 45.07 , DOCKBUILDERS $ 48.35 45.07 PILEDRIVERMAN $ 43.61 45.07 CARP1536-001 07/01/2014 Rates Fringes Carpenters : TIMBERMEN $ 44.33 44.34 CARP2287-003 07/01/2014 Rates Fringes CARPENTER Soft Floor Layers $ 49.88 43.40 ELEOOO25-001 04/25/2015 Rates Fringes ELECTRICIAN $ 50.45 16%+22.57 ELEO0O25-002 04/26/2014 Rates Fringes Electricians: Maintenance Unit $ 40.70 12%+$16.03 Telephone Unit $ 36.38 16%+$16.60 Wiring for single or multiple family dwellings and apartments up to and Page 2 Davis Bacon.txt including 3 stories $ 26.71 13%+10.60 ELEC1049-002 03/29/2015 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. Fiber optic, telephone cable and equipment; Groundman $ 30.46 21.08 Heavy Equipment Operator $ 40.61 24.31 Lineman & Cable Splicer $ 50.76 27.58 Material Man $ 44.16 25.46 ELEV0001-002 03/17/2013 Rates Fringes ELEVATOR MECHANIC Elevator Constructor $ 57.01 27.605+a+b Modernization and Repair $ 45.14 27.455+a+b FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Good Friday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day. b. PAID VACATION: An employee who has worked less than 5 years shall recieve vacation pay credit on the basis of 4% of his hourly rate for all hours worked; an employee who has worked 5 to 15 years shall receive vacation pay credit on the basis of 6% of his hourly rate for all hours worked; an employee who has worked 15 or more years shall receive vacation pay credit on the basis of 8% of his hourly rate for all hours worked. ENGI0138-001 06/01/2013 BUILDING CONSTRUCTION Rates Fringes Power equipment operators: GROUP 1 $ 41.89 31.65+a GROUP 2 $ 39.80 31.65+a - GROUP 3 $ 38.40 31.65+a GROUP 4 $ 35.58 31.65+a ' Page 3 Davis Bacon.txt • GROUP 5 $ 34.17 31.65+a , NOTES: Hazmat premiums: Level A 3.50 Level B 2.50 Level C 1.50 Oiler on truck cranes with boom length of 100 ft. or more .25 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 oiler) , crane (crawler truck) , crane (on barge) , crane (stone setting) , crane (structural steel) , crane (with clam shell) , derrick, dra9line, 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 pile driver, 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 (asp,halt 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, Page 4 Davis Bacon.txt 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) ENGI0138-002 06/01/2013 HEAVY & HIGHWAY Rates Fringes Power equipment operators: GROUP 1 $ 44.09 32.90 GROUP 2 $ 41.27 32.90 GROUP 3 $ 39.83 32.90 GROUP 4 $ 36.94 32.90 GROUP 5 $ 35.53 32.90 GROUP 6 $ 33.98 10.23 NOTES: 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 lieu 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 Page 5 4 , Davis Bacon.txt 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) I 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) . 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 1R0N0046-003 07/01/2014 Rates Fringes IRONWORKER METALLIC LATHERS AND REINFORCING IRONWORKERS $ 40.60 30.56 IRON0197-001 06/01/2013 Page 6 Davis Bacon.txt ' Rates Fringes IRONWORKER , STONE DERRICKMAN $ 41.00 36.57 1R0N0361-001 01/01/2015 ° Rates Fringes IRONWORKER (STRUCTURAL) $ 48.25 66.32 1R0N0580-001 07/01/2014 Rates Fringes IRONWORKER, ORNAMENTAL $ 42.70 44.35 , LAB00066-001 07/01/2014 BUILDING ' Rates Fringes Laborers: , Laborers $ 34.10 29.44 Plasterers Tenders $ 34.10 29.44 LAB00078-001 02/01/2013 - Rates Fringes LABORERS BUILDING CONSTRUCTION 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) $ 35.90 14.75 LAB01298-001 06/01/2014 HEAVY & HIGHWAY Rates Fringes Laborers: Asphalt Rakers; Formsetters.$ 39.68 25.85+a Asphalt Shovelers, Roller Boys & Tampers $ 38.54 25.85+a ) Regular Laborers $ 35.05 25.85+a A. FOOTNOTES: Laborers working in a hazardous material hot zone shall receive an additional 20% premium. Page 7 1 1 Davis Bacon.txt Where the contract provides for night work outside the regular hours of work, the employees shall be paid at straight time plus a 25% night work premium for the 8 hours worked during the night. Firewatch work performed after regular hours shall be paid an additional 10% premium. Second and Third Shift work will be paid at a 10% premium. Contractor requesting laborers certified for-hazardous . material work and/or employed on hazardous material shall be required to pay an additional 10% premium. • PAIN0009-002 11/01/2014 - , Rates Fringes PAINTER GLAZIERS $ 42.85 27.09 Painters, Drywall Finishers $ 41.75 20.87 Spray, Scaffold, Sandblasting $ 42.50 21.87 PAIN0806-010 10/01/2014 Rates Fringes Painters: Stuctural Steel and Bridge $ 48.75 35.63 PA1N1974-002 12/26/2012 Rates Fringes Painters: DRYWALL TAPERS/POINTERS $ 43.82 22.01 PLAS0262-003 02/01/2012 Rates Fringes PLASTERER $ 40.78 26.80 PLAS0780-001 07/01/2014 Rates Fringes • CEMENT MASON/CONCRETE FINISHER $ 45.88 39.70 PLUM0200-001 11/01/2013 , Rates Fringes PLUMBER BUILDING CONSTRUCTION' $ 50.48 29.8 RESIDENTIAL CONSTRUCTION: $ 29.46 10.91 PLUM0638-001 06/27/2012 Rates Fringes PLUMBER Page 8 Davis Bacon.txt SERVICE FITTERS $ 26.30 2. 55 SPRINKLER FITTERS, STEAMFITTERS $ 51.25 49. 54 Service Fitter work shall consist of all repair, service and maintenance work on domestic, commercial 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 or 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. ROOF0154-001 10/01/2012 Rates Fringes ROOFER $ 38.50 28.59 SHEE0028-002 07/31/2014 Rates Fringes SHEET METAL WORKER BUILDING CONSTRUCTION $ 50.91 36.70 RESIDENTIAL CONSTRUCTION $ 27.22 16.48 TEAM0282-002 07/01/2014 Rates Fringes TRUCK DRIVER $ 35.105 39.9825+a 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, Day after Thanksgiving 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. 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 (29CFR 5.5 (a) (1) (ii)) . Page 9 Davis Bacon.txt The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the - cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical - order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUMO198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i .e. , Plumbers Local 0198. The next number, 005 in the example', is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which. in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "Su" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both-union and non-union rates. Example: SULA2O12-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. , Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date Page 10 Davis Baeon.txt for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. 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. 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 , 1 Wage and Hour Division • U.S. Department of Labor - 1_I 200 Constitution Avenue, N.W. Washington, DC 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 200 Constitution Avenue, N.W. • washington, DC 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 ,is,sue. 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, DC 20210 Page 11 Davis Bacon.txt 4.) All decisions by the Administrative Review Board are final . END OF GENERAL DECISION Page 12 �wOF NEIV * ts Andrew M.Cuomo,Governor � Mario J.Musolino,Acting,Commissioner Elizabeth Field Airport Schedule Year 2014 through 2015 Daniel Luppone, Project Engineer Date Requested 05/26/2015 C&S Engineers PRC# 2015005073 499 Co.Eileen Collins Blvd. North Syracuse NY 13212 - Location Elizabeth Field Airport Project ID# 211 015.002 Project Type General lighting and signage repairs on the Elizabeth Field Airport airfield PREVAILING WAGE SCHEDULE FOR ARTICLE 8 PUBLIC WORK PROJECT Attached is the current schedule(s) of the prevailing wage rates and prevailing hourly supplements for the project referenced above. A unique Prevailing Wage Case Number (PRC#) has been assigned to the schedule(s) for your project. The schedule is effective from July 2014 through June 2015. All updates, corrections, posted on the 1st business day of each month, and future copies of the annual determination are available on the Department's website www.labor.state.ny.us. Updated PDF copies of your schedule can be accessed by entering your assigned PRC# at the proper location on the website. It is the responsibility of the contracting agency or its agent to annex and make part, the attached schedule, to the specifications for this project, when it is advertised for bids and /or to forward said schedules to the successful bidder(s), immediately upon receipt, in order to insure the proper payment of wages. Please refer to the "General Provisions of Laws Covering Workers on Public Work Contracts" provided with this schedule, for the specific details relating to other responsibilities of the Department of Jurisdiction. Upon completion or cancellation of this project, enter the required information and mail OR fax this form to the office shown at the bottom of this notice, OR fill out the electronic version via the NYSDOL website. NOTICE OF COMPLETION / CANCELLATION OF PROJECT Date Completed: Date Cancelled: Name &Title of Representative: Phone: (518)457-5589 Fax: (518)485-1870 W.Averell Harriman State Office Campus, Bldg. 12, Room 130,Albany, NY 12240 www.labor.state.ny.us. PW 200 PWAsk@labor.state.ny.us General Provisions of Laws Covering Workers on Article 8 Public Work Contracts Introduction The Labor Law requires public work contractors and subcontractors to pay laborers, workers, or mechanics employed in the performance,of a public work contract not less than the prevailing rate of wage and supplements(fringe benefits) in the locality where the work is performed. Responsibilities of the Department of Jurisdiction A Department of Jurisdiction (Contracting Agency) includes a state department, agency, board or commission: a county, city, town or village; a school district, board of education or board of cooperative educational services; a sewer,water, fire, improvement and other district corporation; a public benefit corporation; and a public authority awarding a public work contract. The Department of Jurisdiction (Contracting Agency)awarding a public work contract MUST obtain a Prevailing Rate Schedule listing the hourly rates of wages and supplements due the workers to be employed on a public work project. This schedule may be obtained by completing and forwarding a"Request for wage and Supplement Information"form (PW 39)to the Bureau of Public Work. The Prevailing Rate Schedule MUST be included in the specifications for the contract to be awarded and is deemed part of the public work contract. Upon the awarding of the contract, the law requires that the Department of Jurisdiction (Contracting Agency)furnish the following information to the Bureau: 'the name and address of the contractor, the date the contract was let and the approximate dollar value of the contract. To facilitate compliance with this provision of the Labor Law, a copy of the Department's "Notice of Contract Award"form (PW 16)is provided with the original Prevailing Rate Schedule. The Department of Jurisdiction (Contracting Agency)is required to notify the Bureau of the completion or cancellation of any public work project. The Department's PW 200 form is provided for that purpose. Both the PW 16 and PW 200 forms are available for completion online. ' Hours ' No laborer,worker, or mechanic in the employ of a contractor or subcontractor engaged in the performance of any public work project shall be permitted to work more than eight hours in any day or more than five days in any week, except in cases of extraordinary emergency. The contractor and the Department of Jurisdiction (Contracting Agency) may apply to the Bureau,of Public Work for a dispensation permitting workers to work additional hours or days per week on a particular public work project. - There are very few exceptions to this rule. Complete information regarding these exceptions is available on the"4 Day/ 10 Hour Work Schedule"form (PW 30R). Wages and Supplements The wages and supplements to be paid and/or provided to laborers,workers, and mechanics employed on a public work project shall be not less than those listed in the current Prevailing Rate Schedule for the focality where the work is ' performed. If a prime contractor on a public work project has not been provided with a Prevailing Rate Schedule, the contractor must notify the Department of Jurisdiction (Contracting Agency)who in turn must request an original Prevailing Rate'Schedule form the Bureau of Public Work. Requests may be submitted by: mail to NYSDOL, Bureau of Public Work, State Office Bldg. Campus, Bldg. 12, Rm. 130;Albany, NY 12240; Fax to Bureau of Public Work(518)485-1870; or electronically at the NYSDOL website www.labor.state.ny.us. ' Upon receiving the original schedule, the Department of Jurisdiction (Contracting Agency) is REQUIRED to provide complete copies to all prime contractors who in turn MUST, by law, provide copies of all applicable county schedules to each subcontractor and obtain from each subcontractor, an affidavit certifying such schedules were received. If the original schedule expired, the contractor may obtain a copy of the new annual determination from the NYSDOL website www Iabor.state.ny.us. The Commissioner of Labor makes an annual determination of the prevailing rates. This determination is in effect from July 1st through June 30th of the following year. The annual determination is available on the NYSDOL website www.labor.state.ny.us. . Payrolls and Payroll Records Every contractor and subcontractor MUST keep original payrolls or transcripts subscribed and affirmed as true under penalty of perjury. Payrolls must be maintained for at least three (3)years from the project's date of completion. At a minimum, payrolls must show the following information for each person employed on a public work project: Name, Address, Last 4 Digits of Social Security Number, Classification(s) in which the worker was employed, Hourly wage rate(s) paid, Supplements paid or provided, and Daily and weekly number of hours worked in each classification. Every contractor and subcontractor shall submit to the Department of Jurisdiction (Contracting Agency), within thirty(30) days after issuance of its first payroll and every thirty(30)days thereafter, a transcript of the original payrolls, subscribed and affirmed as true under penalty of perjury. The Department of'Jurisdiction (Contracting Agency) shall collect, review for facial validity, and maintain such payrolls. In addition, the Commissioner of Labor may require contractors to furnish,with ten (10) days of a request, payroll records sworn to as their validity and accuracy for public work and private work. Payroll records include, by are not limited to time cards,work description sheets, proof that supplements were provided, cancelled payroll checks and payrolls. Failure to provide the requested information within the allotted ten (10) days will result in the withholding of up to 25% of the contract, not to exceed $100,000.00. If the contractor or subcontractor does not maintain a place of business in New York State and the amount of the contract exceeds$25,000.00, payroll records and certifications must be kept on the project worksite. The prime contractor is responsible for any underpayments of prevailing wages or supplements by any subcontractor. All contractors or their subcontractors shall provide to their subcontractors a copy of the Prevailing Rate Schedule specified in the public work contract as well as any subsequently issued schedules. A failure to provide these schedules by a contractor or subcontractor is a violation of Article 8, Section 220-a of the Labor Law. All subcontractors engaged by a public work project contractor or its subcontractor, upon receipt of the original schedule and any subsequently issued schedules, shall provide to such contractor a verified statement attesting that the subcontractor has received the Prevailing Rate Schedule and will pay or provide the applicable rates of wages and supplements specified therein. (See NYS Labor Laws, Article 8 . Section 220-a). Determination of Prevailing Wage and Supplement Rate Updates Applicable to All Counties The wages and supplements contained in the annual determination become effective July 1st whether or not the new determination has been received by a given contractor. Care should be taken to review the rates for obvious errors. Any corrections should be brought to the Department's attention immediately. It is the responsibility of the public work contractor to use the proper rates. If there is a question on the proper classification to be used, please call the district office located nearest the project. Any errors in the annual determination will be corrected and posted to the NYSDOL website on the first business day of each month. Contractors are responsible for paying these updated rates as well, retroactive to July 1st. When you review the schedule for a particular occupation, your attention should be directed to the dates above the column of rates. These are the dates for which a given set of rates is effective. To the extent possible, the Department posts rates in its possession that cover periods of time beyond the July 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, including interest and any civil penalty that may be assessed by the,Commissioner of Labor. The withholding continues,until there is a final determination of the underpayment by the Commissioner of Labor or by the court in the event a legal proceeding is instituted for review of the determination of the Commissioner of Labor. The Department of Jurisdiction (Contracting Agency)shall comply with this order of the Commissioner of Labor or of the court with respect to the release of the funds so withheld. Summary of Notice Posting Requirements ' The current Prevailing Rate Schedule must be posted in a prominent and accessible place on the site of the public work project. The prevailing wage schedule must be encased in, or constructed of, materials capable of withstanding adverse weather conditions and be titled "PREVAILING RATE OF WAGES" in letters no smaller than two (2) inches by two (2) inches. , The "Public Work Project" notice must be posted at the beginning of the performance of every public work contract, on each job site. - - Every employer providing workers. compensation insurance and disability benefits must post notices of such coverage in the format prescribed by the Workers. Compensation Board in a conspicuous place on the jobsite. Every employer subject to the NYS Human Rights Law must conspicuously post at its offices, places of employment, or employment training centers, notices furnished by the State Division of Human Rights. Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite notices furnished by the NYS Department of Labor. Apprentices Employees cannot be paid apprentice rates unless they are individually registered in a program registered with the NYS Commissioner of Labor. The allowable ratio of apprentices to journeyworkers in any craft classification can be no greater than the statewide building trade ratios promulgated by the Department of Labor and included with the Prevailing Rate Schedule. An employee listed on a payroll as an apprentice who is not registered as above or is performing work outside the classification of work for which the apprentice is indentured, must be paid the prevailing journeyworker's wage rate for the classification of work the employee is actually performing. NYSDOL Labor Law,Article 8, Section 220-3, require that only apprentices individually registered with the NYS Department of Labor may be paid apprenticeship rates on a public work project. No other Federal or State Agency of office registers apprentices in New York State. Persons wishing to verify the apprentice registration of any person must do so in writing by mail,to the NYSDOL Office of Employability Development/Apprenticeship Training, State Office Bldg. Campus, Bldg. 12,Albany, NY 12240 or by Fax to NYSDOL Apprenticeship Training (518)457-7154. All requests for verification must include the name and social security number of the person for whom the information is requested. The only conclusive proof of individual apprentice registration is written verification from the NYSDOL Apprenticeship Training Albany Central office. Neither Federal nor State Apprenticeship Training,offices outside of Albany can provide conclusive registration information. It should be noted that the existence of a registered apprenticeship program is not conclusive proof that any person is registered in that program. Furthermore, the existence or possession of wallet cards,identification cards, or copies of state forms is not conclusive proof of the registration of any person as an apprentice. Interest and Penalties In the event that an underpayment of wages and/or supplements is found: - Interest shall be assessed at the rate then in effect as prescribed by the Superintendent of Banks pursuant to section 14-a of the Banking Law, per annum from the date of underpayment to the date restitution is made. - A Civil Penalty may also be assessed, not to exceed 25% of the total of wages, supplements, and interest due. Debarment - Any contractor or subcontractor and/or its successor shall be ineligible to submit a bid on or be awarded any public work contract or subcontract with'any state, municipal corporation or public body for a period of five (5)years when: - Two (2)willful determinations have been rendered against that contractor or subcontractor and/or its successor within any consecutive six(6)year period - There is any willful determination that involves the falsification of payroll records or the kickback of wages or supplements. Criminal Sanctions Willful violations of the Prevailing Wage Law(Article 8 of the Labor Law) may be a felony punishable by fine or imprisonment of up to 15 years, or both. Discrimination No employee or applicant for employment may be discriminated against on account of age, race, creed, color, national origin, sex, disability or marital status. No contractor, subcontractor nor any person acting on its behalf, shall by reason of race, creed, color, disability, sex or national origin discriminate against any citizen of the State of New York who is qualified and available to perform the work to which the employment relates(NYS Labor Law, Article 8, Section 220-e(a)). No contractor, subcontractor, nor any person acting on its behalf, shall in any manner, discriminate against or intimidate any employee on account of race, creed, color, disability, sex, or national origin (NYS Labor Law, Article 8, Section 220- e(b)). The Human Rights Law also prohibits discrimination in employment because of age, marital status, or religion. There may be deducted from the amount payable to the contractor under the contract a penalty of$50.00 for each calendar day during which such person was discriminated against or intimidated in violation of the provision of the contract (NYS Labor Law, Article 8, Section 220-e(c) ). The contract may be cancelled or terminated by the State or municipality. All monies due or to become due thereunder may be forfeited for a second or any subsequent violation of the terms or conditions of the anti-discrimination sections of the contract(NYS Labor Law, Article 8, Section 220-e(d)). Every employer subject to the New York State Human Rights Law must conspicuously post at its offices, places of employment, or employment training centers notices furnished by the State Division of Human Rights. Workers' Compensation In accordance with Section 142 of the State Finance Law, the contractor shall maintain coverage during the life of the contract for the benefit of such employees as required by the provisions of the New York State Workers' Compensation Law. A contractor who is awarded a public work contract must provide proof of workers'compensation coverage prior to being allowed to begin work. The insurance policy must be issued by a company authorized to provide workers'compensation coverage in New York State. Proof of coverage must be on form C-105.2 (Certificate of Workers' Compensation Insurance) and must name this agency as a certificate holder. if New York State coverage is added to an existing out-of-state policy,.it can only be added to a policy from a company authorized to write workers' compensation coverage in this state. The coverage must be listed under item 3A of the information page. The contractor must maintain proof that subcontractors doing work covered under this contract secured and maintained a ' workers'compensation policy for all employees working in New York State. Every employer providing worker's compensation insurance and disability benefits must post notices of such coverage in the format prescribed by the Workers' Compensation Board in a conspicuous place on the jobsite. Unemployment Insurance Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite notices furnished by the New York State Department of Labor. ' au d E 1 0 Andrew M Cuomo,Governor 9 Mario J Musolino,Acting,Commissioner , IVT Elizabeth Field Airport Schedule Year 2014 through 2015 Daniel Luppone, Project Engineer Date Requested 05/26/2015 C&S Engineers PRC# 2015005073 499 Co Eileen Collins Blvd. North Syracuse NY 13212 • Location Elizabeth Field Airport Project ID# 211.015.002 Project Type General lighting and signage repairs on the Elizabeth Field Airport airfield. Notice of Contract Award New York State Labor Law, Article 8, Section 220.3a requires that certain information regarding the awarding of public work contracts, be furnished to the Commissioner of Labor. One "Notice of Contract Award" (PW 16, which may be photocopied), MUST be completed for EACH prime contractor on the above referenced project. Upon notifying the successful bidder(s) of this contract, enter the required information and ' mail OR fax this form to the office shown at the bottom of this notice, OR fill out the electronic version via the NYSDOL website. Contractor Information All information must be supplied Federal Employer Identification Number: Name: Address: City: State: Zip: Amount of Contract: $ Contract Type: [ ] (01) General Construction Approximate Starting Date: / / [ ] (02) HeatingNentilation Approximate Completion Date: / / [ ] (03) Electrical [ ] (04) Plumbing [ ] (05)Other : Phone: (518)457-5589 Fax. (518)485-1870 W.Averell Harriman State Office Campus, Bldg. 12, Room 130,Albany, NY 12240 • www.labor.state.ny.us. PW 16 PWAsk@labor.state.ny.us IMPORTANT NOTICE FOR • CONTRACTORS & CONTRACTING AGENCIES Social Security Numbers on Certified Payrolls The Department of Labor is cognizant of the concerns of the potential for misuse or inadvertent disclosure of social security numbers. Identity theft is a growing problem and we are sympathetic to contractors' concerns with regard to inclusion of this information on payrolls if another identifier will suffice. For these reasons, the substitution of the use of the last four digits of the social security number on certified payrolls submitted to contracting agencies on public work projects is now acceptable to the Department of Labor. NOTE: This change does not affect the Department's ability to request and receive the entire social security number from employers during the course of its public work / prevailing wage investigations. To all State Departments, Agency Heads and Public Benefit Corporations IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND Budget Policy & Reporting Manual ; i B-610 Public Work Enforcement Fund effective date December 7, 2005 1. Purpose and Scope: This Item describes the Public Work Enforcement Fund(the Fund, PWEF) and its relevance to State agencies and public benefit corporations engaged in construction or reconstruction contracts, maintenance and repair, and announces the recently-enacted increase to the percentage of the dollar value of such contracts that must be deposited into the Fund. This item also describes the roles of the following entities with respect to the Fund: - New York State Department of Labor(DOL), - The Office of the State of Comptroller(OSC), and - State agencies and public benefit corporations. , _ 2. Background and Statutory References: DOL uses the Fund to enforce the State's Labor Law as it relates to contracts for construction or reconstruction, maintenance and repair, as defined in subdivision two of Section 220 of the Labor Law. State agencies and public benefit corporations participating in such contracts are required to make payments to the Fund. Chapter 511 of the Laws of 1995 (as amended by Chapter 513 of the Laws of 1997, Chapter 655 of the Laws of 1999, Chapter 376 of the Laws of 2003 and Chapter 407 of the Laws of 2005) established the Fund. 3. Procedures and Agency Responsibilities: The Fund is supported by transfers and deposits based on the value of contracts for ` construction and reconstruction, maintenance and repair, as defined in subdivision two of Section 220 of the Labor Law, into which all State agencies and public benefit corporations enter. Chapter 407 of the Laws of 2005 increased the amount required to be provided to this fund to .10 of one-percent of the total cost of each such contract, to be calculated at the time agencies or public benefit corporations enter into a new contract or if a contract is amended. The provisions of this bill became effective August 2, 2005. To all State Departments, Agency Heads and Public Benefit Corporations IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND OSC will report to DOL on all construction-related ("D") contracts approved during the month, including contract amendments, and then DOL will bill agencies the appropriate assessment monthly. An agency may then make a determination if any of the billed contracts are exempt and so note on the bill submitted back to DOL. For any instance where an agency is unsure if a contract is or is not exempt, they can call the Bureau of Public Work at the number noted below for a determination. Payment by check or journal voucher is due to DOL within thirty days from the date of the billing. DOL will verify the amounts and forward them to OSC for processing. For those contracts which are not approved or administered by the Comptroller, monthly reports and payments for deposit into the Public Work Enforcement Fund must be provided to the Administrative Finance Bureau at the DOL within 30 days of the end of each month or on a payment schedule mutually agreed upon with DOL. Reports should contain the following information: - - Name and billing address of State agency or public benefit corporation; - State agency or public benefit corporation contact and phone number; - Name and address of contractor receiving the award; - Contract number and effective dates; - Contract amount and PWEF assessment charge (if contract amount has been amended,reflect increase or decrease to original contract and the adjustment in the PWEF charge); and - Brief description of the,work to be performed under each contract. - Checks and Journal Vouchers, payable to the "New York State Department of Labor" should be sent to: Department of Labor - Administrative Finance Bureau-PWEF Unit Building 12, Room 464 State Office Campus Albany,NY 12240 Any questions regarding billing should be directed to NYSDOL's Administrative Finance Bureau-PWEF Unit at(518) 457-3624 and any questions regarding Public Work Contracts should be directed to the Bureau of Public Work at(518) 457-5589. Construction Industry Fair Play Act Required Posting For Labor Law Article 25-B § 861-d Construction industry employers must post the "Construction Industry Fair Play Act" notice in a prominent and accessible place on the job site. Failure to post the notice can result in penalties of up to $1,500 for a first offense and up to $5,000 for a second offense. The posting is included as part of this wage Schedule. Additional copies may be obtained from the NYS DOL website, www.labor.ny.gov. If you have any questions concerning the Fair Play Act, please call the State Labor Department toll-free at 1-866-435-1499 or email us at: dol.misclassified@labor.state.ny.us . Azktw`� New York State Department of Labor Required Notice under Article 25-B of the"Labor Law y1..ENT d �M ATTENTION ALL EMPLOYEES, CONTRACTORS AND SUBCONTRACTORS: YOU ARE COVERED BY THE CONSTRUCTION INDUSTRY FAIR PLAY ACT The law says that you are an employee unless: • You are free from direction and control in performing your job AND • You perform work that is not part of the usual work done by the business that hired you AND • • You have an independently established business Your employer cannot consider you to be an independent contractor unless all three of these facts apply to your work. IT IS AGAINST THE LAW FOR AN EMPLOYER TO MISCLASSIFY EMPLOYEES AS INDEPENDENT CONTRACTORS OR PAY EMPLOYEES OFF-THE-BOOKS. Employee rights.- If you are an employee: • You are entitled to state and federal worker protections such as o unemployment benefits, if unemployed•through no fault of your own, able to work, and otherwise qualified o workers' compensation'benefits for on-the-job injuries o payment for wages earned, minimum wage, and overtime (under certain conditions) o prevailing wages on public work projects o the provisions of the National Labor Relations Act and o a safe work environment • It is a violation of this law for employers to retaliate against anyone who asserts their rights under the law. Retaliation subjects an employerto civil penalties; a private lawsuit or both. Independent Contractors: If you are an independent contractor: • You must pay all taxes required by New York State and Federal Law. ,Penalties for paying off-the-books or improperly treating employees as independent contractors: • Civil Penalty First Offense: up to $2,500 per employee. • • Subsequent Offense(s): up to $5,000 per employee. • Criminal Penalty First Offense: Misdemeanor- up to 30 days in jail, up to a $25,000 fine and debarment from performing Public Work for up to one year. Subsequent Offense(s): Misdemeanor= up to 60"days in jail, up to a $50,000 fine and debarment from performing Public Work for up to 5 years. ' If you have'questions about your employment status or believe that your employer may have violated your rights and you want to file a complaint, call the Department of Labor at 1(866)435-1499 or send an email to dol.misclassified(c labor.state.nv.us. All complaints of fraud and violations are taken seriously and you can remain anonymous. Employer Name: IA 999 (09/10) WORKER NOTIFICATION (Labor Law §220, paragraph a of subdivision 3-a) Effective February 24, 2008 This provision is an addition to the existing prevailing wage rate law, Labor Law §220, paragraph a of subdivision 3-a. It requires contractors and subcontractors to provide written notice to all laborers, workers or mechanics of the prevailing wage rate for their particular job classification on each pay stub*. It also requires contractors and subcontractors to post a notice at the beginning of the performance of every public work contract on each job site that includes the telephone number and address for the Department of Labor and a statement informing laborers, workers or mechanics of their right to contact the Department of Labor if he/she is not receiving the proper prevailing rate of wages and/or supplements for his/her particular job classification. The required notification will be provided with each wage schedule, may be downloaded from our website www.labor.state.ny.usor made available upon request by contacting the Bureau of Public Work at 518-457-5589. * In the event that the required information will not fit on the pay stub, an accompanying sheet or attachment of the information will suffice. (11.11) sx'of Nal,�O New York State Department of Labor '� ' -per Bureau of Public Work it. �• .P1;11 12N o�Ni� Attention■ Employees THIS IS A: PUBLIC WORK PROJECT If you are employed on this project as a worker, laborer, or mechanic you are entitled to receive the prevailing wage and supplements rate for the classification at which you are working. Chapter 629 of These wages are set by law and must be posted the Labor Laws at the work site. They can also be found at: of 2007: www.labor.ny.gov If you feel that you have not received proper wages or benefits, please call our nearest office.* Albany (518) 457-2744 Patchogue (631) 687-4882 Binghamton (607) 721-8005 Rochester (585) 258-4505 Buffalo (716) 847-7159 Syracuse (315) 428-4056 Garden City (516) 228-3915 Utica (315) 793-2314 New York City (212) 775-3568 White Plains (914) 997-9507 Newburgh (845) 568-5287 * For New York City government agency construction projects, please contact the Office of the NYC Comptroller at (212) 669-4443, or www.comptroller.nyc.gov— click on Bureau of Labor Law. Contractor Name: Project Location: PW 101 (10.12) OSHA 10-hour Construction Safety and Health Course — S1537-A Effective July 18, 2008 This provision is an addition to the existing prevailing wage rate law, Labor Law §220, section 220-h. It requires that on all public work projects of at least $250,000.00, all laborers, workers and mechanics working on the site, be certified as having successfully completed the OSHA 10-hour construction safety and health course. It further requires that the advertised bids and contracts for every public work contract of at least $250 000.00 contain a provision of this requirement. NOTE: The OSHA 10 Legislation only applies to workers on a public work project that are required, under Article 8, to receive the prevailing wage. (03.12) Page 1 of 2 Where to find OSHA 10-hour Construction Course • 1. NYS Department of Labor website for scheduled outreach training at: www.labor.state.ny.us/workerprotection/safetyhealth/DOSH ONSITE_CONSULTATION.shtm 2. OSHA Training Institute Education Centers: Rochester Institute of Technology OSHA Education Center Rochester,NY Donna Winter Fax (585) 475-6292 e-mail: dlwtpo@rit.edu (866) 385-7470 Ext. 2919 www.rit.edu/—outreach/course.php3?CourselD-54 Atlantic OSHA Training Center UMDNJ—School of Public Health Piscataway,NJ Janet Crooks Fax (732) 235-9460 e-mail: crooksje@umdnj.edu (732) 235-9455 https://ophp.umdnj.edu/wconnect/ShowSchedule.awp?--GROUP—'AOTCON—10— Atlantic OSHA Training Center University at Buffalo Buffalo, New York Joe Syracuse Fax (716) 829-2806 e-mail:mailto:japs@buffalo.edu (716) 829-2125 http://www.smbs.buffalo.edu/CENTERS/trc/schedule_OSHA.php Keene State College Manchester, NH Leslie Singleton e-mail: lsingletin@keene.edu (800) 449-6742 www.keene.edu/courses/print/courses_osha.cfrn 3. List of trainers and training schedules for OSHA outreach,training at: www.OutreachTrainers.org (03.12) Page 2 of 2 Requirements for OSHA 10 Compliance Chapter 282 of the Laws of 2007, codified as Labor Law 220-h took effect on July 18, 2008. The statute provides as follows: The advertised specifications for every contract for public work of$250,000.00 or more must contain a provision requiring that every worker employed in the performance of a public work contract shall be certified as having completed an OSHA 10 safety training course. The clear intent of this provision is to require that all employees of public work contractors, required to be paid prevailing rates, receive such training "prior to the performing any work on the project." The Bureau will enforce the statute as follows: All contractors and sub contractors must attach a copy of proof of completion of the OSHA 10 course to the first certified payroll submitted to the contracting agency and on each succeeding payroll where any new or additional employee is first listed. Proof of completion may include but is not limited to: • Copies of bona fide course completion card (Note: Completion cards do not have an expiration date.) • Training roster, attendance record of other documentation from the certified trainer pending the issuance of the card. • Other valid proof **A certification by the employer attesting that all employees have completed such a course is not sufficient proof that the course has been completed. Any questions regarding this statute may be directed to the New York State Department of Labor, Bureau of Public Work at 518-485-5696. Page 1 of 1 WICKS Reform 2008 (For all contracts advertised or solicited for bid on or after 7/1/08) • Raises the threshold for public work projects subject to the Wicks Law requiring separate specifications and bidding for the plumbing, heating and electrical work. The total project's threshold would increase from $50,000 to: $3 million in Bronx, Kings, New York, Queens and Richmond counties; $1.5 million in Nassau, Suffolk and Westchester counties; and $500,000 in all other counties. • For projects below the monetary threshold, bidders must submit a sealed list naming each subcontractor for the plumbing, HVAC and electrical work and the amount to be paid to each. The list may not be changed unless the public owner finds a legitimate construction need, including a change in specifications or costs or use of a Project Labor Agreement (PLA), and must be open to public inspection. • Allows the state and local agencies and authorities to waive the Wicks Law and use a PLA if it will provide the.best work at the lowest possible price. If a PLA is used, all contractors shall participate in apprentice training programs in the trades of work it employs that have been approved by the Department of Labor (DOL) for not less than three years. They shall also have at least one graduate in the last three years and use affirmative efforts to retain minority apprentices. PLA's would be exempt from Wicks, but deemed to be public work subject to prevailing wage enforcement. • The Commissioner of Labor shall have the power to enforce separate specification requirements on projects, and may issue stop-bid orders against public owners for non-compliance. • Other new monetary thresholds, and similar sealed bidding for non-Wicks projects, would apply to certain public authorities including municipal housing authorities, NYC Construction Fund, Yonkers Educational Construction Fund, NYC Municipal Water Finance Authority, Buffalo Municipal Water Finance Authority, Westchester County Health Care Association, Nassau County Health Care Corp., Clifton-Fine Health Care Corp., Erie County Medical Center Corp., • NYC Solid Waste Management Facilities, and the Dormitory Authority. • Reduces from 15 to 7 days the period in which contractors must pay subcontractors. IMPORTANT INFORMATION Regarding Use of Form PW3OR "Employer Registration for Use of 4 Day / 10 Hour Work Schedule" To use the '4 Day 110 Hour Work Schedule': There MUST be a Dispensation of Hours (PW30) in place on the project AND You MUST register your intent to work 4 / 10 hour days, by completing the PW3OR Form. REMEMBER,,, The '4 Day/ 10 Hour Work Schedule' applies ONLY to Job Classifications and Counties listed on the PW3OR Form. Do not write in any additional Classifications or Counties. (Please note : For each Job Classification check the individual wage schedule for specific details regarding their 4/10 hour day posting.) PW3OR-Notice (03.11) NYSDOL Bureau of Public Work 1 of 1 Instructions for Completing Form PW3OR "Employer Registration for Use of 4 Day/ 10 Hour Work Schedule" Before completing Form PW3OR check to be sure ... • There is a Dispensation of Hours in place on the project. • The 4 Day/ 10 Hour Work Schedule applies to the Job Classifications you will be using. • The 4 Day/ 10 Hour Work Schedule applies to the County/Counties where the work will take place. Instructions (Type or Print legibly): • Contractor Information: • Enter the Legal Name of the business, FEIN,Street Address, City,State,Zip Code;the Company's Phone and Fax numbers; and the Company's email address (if applicable) ' • Enter the Name of a Contact Person for the Company along with their Phone and Fax numbers, and the personal email address (if applicable) Project Information: • Enter the Prevailing Rate Case number(PRC#) assigned to this project • Enter the Project Name/Type (i.e.Smithtown CSD—Replacement of HS Roof) • Enter the Exact Location of Project(i.e.Smithtown HS, 143 County Route#2, Smithtown,NY; Bldgs. 1'&2) • If you are a Subcontractor, enter the name of the Prime Contractor for which you work • On the Checklist of Job Classifications- o Go to pages 2 and 3 of the form o Place a checkmark in the box to the right of the Job Classification you are choosing o Mark all Job Classifications that apply ***Do not write in any additional Classifications or Counties.*** Requestor Information: • Enter the name of the person submitting the registration,their title with the company, and the date the registration is filled out Return Completed Form: • Mail the completed PW3OR form (3 pages)to: NYSDOL Bureau of Public Work, SOBC—Bldg.12— Rm.130,Albany, NY 12240 -OR- • Fax the completed PW3OR form (3 pages)to: NYSDOL Bureau of Public Work at (518)485-1870 PW3OR-Instructions (03.11) NYSDOL Bureau of Public Work 1 of 1 o1 NE1,1,L New York State Department of Labor `p Bureau of Public Work 6.1 ¢' •�" *�? W. Averell Harriman State Office Campus Building 12 - Room 130 « a . Albany, New York 12240 �• Phone-(518)457-5589 Fax- (518)485-1870 -_ _i= - _ _mac. .. _ _- _ __ _ __ _ _ _ _ _ _ < -Emplo LeiRe istrationffor-Use 0#4,�Da.} 110 Hour=.Work.S.chedule= Before completing Form PW3OR check to be sure ... There is a Dispensation of Hours in place on the project. The 4 Day/10 Hour Work Schedule applies to the Job Classifications you will be using. The 4 Day/10 Hour Work Schedule applies to the County/Counties where the work will take place. Please Type or Print the Requested Information When completed ... Mail to NYSDOL Bureau of Public Work, SOBC, Bldg. 12, Rm.130,Albany, NY 12240 -or- Fax to NYSDOL Bureau of Public Work at(518)485-1870 Company Name: FEIN: Address: City: State: Zip Code: Phone Number Fax Number: Email Address: Contact Person: Phone No: Fax No: Email: r = ;, ;P oect hnformation�=` - " -_ - - Project PRC#: Project Name/Type: Exact Location of Project: County: (If you are Subcontractor) Prime Contractor Name: Job Classification(s)to Work 4/10 Schedule: (Choose all that apply on Job Classification Checklist-Pages 3-6) ***Do not write in any additional Classifications or Counties*** Re questor Information Name: Title: Date . PW-30R(07 14) 1 of 6 Please'use-the list below:with the.number'assigned tO bach_county-.ass_a:;reference tu,the" _` corresponding numbers'listed-in-the�foll_owing'pages under-;"Entire-Counties". "Partial„Counties' 1 Albany County 33. Oneida County 2 Allegany County 34. Onondaga County 3. Bronx County 35. Ontario County 4. Broome County 36 Orange County 5. Cattaraugus County 37. Orleans County 6 Cayuga County 38. Oswego County 7. Chautauqua County 39. Otsego County 8 Chemung County 40 Putnam County 9. Chenango County 41. Queens County 10. Clinton County 42. Rensselaer County 11. Columbia County 12. Cortland County 43. Richmond County(Staten Island) 13. Delaware County 44 Rockland County 14. Dutchess County 45. Saint Lawrence County 15 Erie County 46 Saratoga County 16. Essex County 47 Schenectady County 17. Franklin County 48. Schohane County 18. Fulton county 49. Schuyler County 19. Genesee County 50. Seneca County 20. Greene County 51. Steuben County 21. Hamilton County 52. Suffolk County 22. Herkimer County 53. Sullivan County 23 Jefferson County 54. Tioga County 24. Kings County(Brooklyn) 55. Tompkins County 25 Lewis County 56. Ulster County 26 Livingston County 57 Warren county 27 Madison County 58 Washington County 28. Monroe County 59. Wayne County 29. Montgomery County 60. Westchester County 30 Nassau County 61. Wyoming County 31 New York County(Manhattan) 62. Yates County 32 Niagara County PW-30R(07 14) NYSDOL Bureau of Public Work 2 of 6 Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule) ***Do not write in any additional Classifications or Counties*** - _ - __ - :rP rtlal COunti Check Job Classification z':` ; Tag:# Entire .Counties - _a __ es Bo Carpenter-Building 276B-All 7 2,5 Carpenter-Building 276B-Cat 15 5 Carpenter-Building 276-B-DW-LIV 26,28,35,59 61 Carpenter-Building 276B-Gen 19,32,37 61 Carpenter-Floor Layers 276B-FL-Liv 26,28,35,59 61 Carpenter-Heavy&Highway 276HH-All 2,5,7 Carpenter-Heavy&Highway 276HH-Erie 15 Carpenter-Heavy&Highway 276HH-Gen 19,32,37,61 Carpenter-Heavy&Highway 276HH-Liv 26,28,35,59 Carpenter-Residential 276R-All 7 2,5 Carpenter-Building 277B-Bro 4,54 Carpenter-Building 277B-CAY 6,50,62 Carpenter-Building 277B-CS 8,12,49,51,55 2 Carpenter-Building 277 JLS 23,25,45 Carpenter-Building 277 omh 22,27,33 Carpenter-Building 277 On 34 Carpenter-Building 277 Os 38 Carpenter-Building 277CD0 Bldg 9,13,39 Carpenter-Heavy&Highway 277CD0 HH 9,13,39 Carpenter-Heavy&Highway 277HH-BRO 4,6,8,12,49,50,51,54,55,62 Carpenter-Heavy/Highway 277 oneida 22,23,25,27,33,34,38,45 Carpenter-Building 291 B-Alb 1,18,20,29,42,47,48 Carpenter-Building 2918-Cli 10,16,17 Carpenter-Building 291 B-Ham 21,57,58 Carpenter-Building 291 B-Sar 46 1,10,16,17,18,20,21,29,42,46,47,48, Carpenter-Heavy&Highway 291 HH-Alb 57,58 Electrician 25m 30,52 Electrician-Teledata Cable Splicer 43 12,22,27,33,38 6,9,34,39,55,59 PW-30R(07.14) NYSDOL Bureau of Public Work 3 of 6 Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule) ***Do not write in any additional Classifications or Counties*** _ - a:- „. •.- ._" - _ ,, - - - - . -Joh Classificatrion_ -"=;' : f�a #,-` -Entire'Courities Partial.0®unties Check Electrician 86 26,28 19,35,37,59,61 840Teledata Electrician and 840 Z1 62 6,34,35,50,59 Electrician 910 10,16,17,23,25,45 Electrician Lineman 1049Line/Gas 30,41,52 1,2,4,5,6,7,8,9,10,11,12,13,14,15,16, 17,18,19,20,21,22,23,25,26,27,28,29, 32,33,34,35,36,37,38,39,40,42,44,46, Electrician Lineman 1249a 47,48,49,50,45,51,53,54,55,56,57,58, 59,61,62 Electrical Lineman 1249a West 60 1,2,4,5,6,7,8,9,10,12,13,15,16,17,18, Electrical Lineman 1249a-LT 19,20,21,22,23,25,26,27,28,29,32,33, 34,35,37,38,39,42,46,47,48,49,50,45, 51,53,54,55,57,58,59,61,62 Electrical Lineman 1249aREG8LT 11,14,36,40,44,56 Electrical Lineman 1249aWestLT60 Elevator Constructor 138 11,14,20,36,40,53,56 13,44,60 Elevator Constructor 14 2,5,7,15,19,32,37,61 Elevator Constructor 27 8,26,28,35,49,50,51,59,62 1,10,16,18,21,22,29,39,42,46,47,48, Elevator Constructor 35 57,58 Elevator Constructor 62.1 4,6,9,12,23,25,27,33,34,38,45,54,55 13 Glazier 201 1,10,11,16,17,18,20,21,29,42,46,47, 48,57,58 Glazier 660r 2,5,7,15,19,32,37,61 Glazier 660 2,5,7,15,19,32,37,61 Glazier 677.1 23,25,26,28,35,45,50,59,62 Glazier 677Z-2 6,12,22,27,33,34,38 Glazier 677z3 4,8,9,13,39,49,51,54,55 Glazier 677r.2 6,12,22,27,33,34,38 4,6,8,9,12,22,23,25,27,33,34,38,39, Insulator -Heat&Frost 30-Syracuse 49,50,45,54,55 Laborers-Building 322-2H 17,23,25,45 Laborers-Building 785(7) 4 9,13,54 PW-30R(07 14) NYSDOL Bureau of Public Work 4 of 6 Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule) ***Do not write in any additional Classifications or Counties*** -,Job Classification Tag#_ - Entire_Counties Partial Counties check Laborers-Building 785B-CS 8,51 49 Laborers-Heavy&Highway 322/2h 17,23,25,45 Laborers-Heavy&Highway 7-785b 12,55 49,54 Laborers Heavy&Highway 785(7) 4 9,13,54 Laborer-Heavy&Highway 785HH-CS 8,51 49 Laborer-Building 621b 2,7 5 Laborer-Residential 621 r 2,7 5 Mason-Building 3b-Co-Z2 8,49,51 2 Mason-Building 3B-Z1 19,26,28,35,50,59,61,62 Mason-Building-Residential 3B-Z1 R 19,26,28,35,50,59,61,62 Mason-Building 3B-Bing-Z2 4,9,13,39,54 Mason-Building 3B-Ith-Z2 12,55 Mason-Building 3B-Jam-Z2 7 2,5 Mason-Building-Residential 3B-Jam-Z2R 2,4,8,7,9,12,39,13,49,51,54,55 5 Mason-Building 3B-Z3 15,32,37 5 Mason-Building-Residential 3B-Z3R 15,32,37 5 2,4,8,7,9,12,13,19,26,28,35,37,39, Mason-Heavy Highway 3h 49,50,51,54,55,59,61,62 5,15,32 Mason-Tile Finisher 3TF-Z1 19,26,28,35,50,59,61,62 Mason-Tile Finisher 3TF-Z2 2,4,8,7,9,12,13,39,49,51,54,55 5 Mason-Tile Finisher 3TF-Z3 15,32,37 5 Mason-Tile Finisher 3TF-Z1 R 19,26,28,35,50,59,61,62 Mason-Tile Finisher 3TF-Z2R 2,4,7,9,12,13,39,49,51,54,55 5 Mason-Tile Finisher 3TF-Z3R 15,32,37 5 Mason-Tile Setter 3TS-Z1 19,26,28,35,50,59,61,62 PW-30R(07 14) NYSDOL Bureau of Public Work 5 of 6 Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule) ***Do not write in any additional Classifications or Counties*** Job_Classification .Co Entire Counties= : Partialunties check Mason-Tile Setter Residential 3T5-Z2R 2,4,7,8,9,12,13,39,49,51,54,55 5 Mason-Tile Setter Residential 3TS-Z3R 15,32,37 5 Mason-Building/Heavy&Highway 780 3,24,30,31,41,43,52 Operating Engineer-Heavy/Highway 137H/H 40,60 14 Operating Engineer -Heavy&Highway 832H 2,8,26,28,35,49,51,59,62 19 Painter 150 28,59,62 26,35 Painter 178 B 4,9,54 Painter 178E 8,49 51 Painter 1781 12,55 Painter 178 0 13,39 Painter 31 6,22,27,33,34,50 25,35,38 Painter 38.0 38 Painter 38.W 23,45 25 5,7,26,51 Painter 4-Buf,Nia,Olean 2,15,19,32,37,61 Painter 4-Jamestown 5,7 Sheetmetal Worker 46 26,28,35,50,59,62 Sheetmetal Worker 46r 26,28,35,50,59,62 Teamsters-Heavy&Highway 294h/h 1,11,18,20,29,42,46,47,48,58 57 Teamsters-Heavy&Highway 317bhh 6,12,50,51,55,62 2 Teamsters-Building/Heavy&Highway 456 40,60 PW-30R(07 14) NYSDOL Bureau of Public Work 6 of 6 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Introduction to the Prevailing Rate Schedule Information About Prevailing Rate Schedule This information is provided to assist you in the interpretation of particular requirements for each classification of worker contained in the attached Schedule of Prevailing Rates Classification It is the duty of the Commissioner of Labor to make the proper classification of workers taking into account whether the work is heavy and highway, building, sewer and water,tunnel work,or residential, and to make a determination of wages and supplements to be paid or provided. It is the responsibility of the public work contractor to use the proper rate. If there is a question on the proper classification to be used,please call the district office located nearest the project District office locations and phone numbers are listed below Prevailing Wage Schedules are issued separately for"General Construction Projects"and"Residential Construction Projects"on a county- by-county basis General Construction Rates apply to projects such as: Buildings, Heavy&Highway, and Tunnel and Water&Sewer rates. Residential Construction Rates generally apply to construction, reconstruction, repair,alteration, or demolition of one family,two family, row housing, or rental type units intended for residential use. Some rates listed in the Residential Construction Rate Schedule have a very limited applicability listed along with the rate. Rates for occupations or locations not shown on the residential schedule must be obtained from the General Construction Rate Schedule. Please contact the local Bureau of Public Work office before using Residential Rate Schedules,to ensure that the project meets the required criteria Paid Holidays Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not required to perform work If an employee works on a day listed as a paid holiday,this•remuneration is in addition to payment of the required prevailing rate for the work actually performed. Overtime At a minimum,all work performed on a public work project in excess of eight hours in any one day or more than five days in any workweek is overtime. However, the specific overtime requirements for each trade or occupation on a public work project may differ Specific overtime requirements for each trade or occupation are contained in the prevailing rate schedules. Overtime holiday pay is the premium pay that is required for work performed on specified holidays It is only required where the employee actually performs work on such holidays. The applicable holidays are listed under HOLIDAYS OVERTIME The required rate of pay for these covered holidays can be found in the OVERTIME PAY section listings for each classification Supplemental Benefits Particular attention should be given to the supplemental benefit requirements. In most cases the payment or provision of supplements is for each hour worked (noted in the schedule as Per hour worked'). Some classifications require the payment or provision of supplements for b each hour paid (noted in the schedule as'Per hour paid'),which require supplements to a paid or provided at a premium rate for premium hours worked Some classifications may also require the payment or provision of supplements for paid holidays on which no work is performed Effective Dates When you review the schedule for a particular occupation,your attention should be directed to the dates above the column of rates. These are the dates for which a given set of rates is effective. The rate listed is valid until the next effective rate change or until the new annual determination which takes effect on July 1 of each year All contractors and subcontractors are required to pay the current prevailing rates of wages and supplements If you have any questions please contact the Bureau of Public Work or visit the New York State Department of Labor website(www.Iabor.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 1:1,13 indicates the allowable initial ratio is one Apprentice to one Journeyworker.The Journeyworker must be in place on the project before an Apprentice is allowed Then three additional Journeyworkers are needed before a second Apprentice is allowed. The last ratio repeats indefinitely Therefore,three more Journeyworkers must be present before a third Apprentice can be hired, and so on. Please call Apprentice Training Central Office at(518)457-6820 if you have any questions Title(Trade) Ratio Boilermaker(Construction) 1.1,1.4 • Boilermaker(Shop) 1.1,13 Carpenter(Bldg ,H&H, Pile Driver/Dockbuilder) 1 1,1.4 Carpenter(Residential) 1 1,1 3 Page 29 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Electrical(Outside) Lineman 1:1,1 2 Electrician(Inside) 1 1,1 3 Elevator/Escalator Construction&Modernizer 1 1,1 2 Glazier 1 1,1 3 Insulation&Asbestos Worker 1:1,1 3 Iron Worker 1:1,1 4 Laborer 1'1,1.3 Mason 1 1,1 4 Millwright 1 1,1 4 Op Engineer 1:1,1 5 Painter 1 1,1.3 Plumber&Steamfitter 1 1,1 3 Roofer 1 1,1:2 Sheet Metal Worker 1 1,1:3 Sprinkler Fitter 1 1,1.2 If you have any questions concerning the attached schedule or would like additional information, please contact the nearest BUREAU of PUBLIC WORK District Office or write to .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-Newburgh 845-568-5287 845-568-5332 Bureau of Public Work-New York City 212-932-2419 212-775-3579 Bureau of Public Work-Patchogue 631-687-4882 631-687-4902 ' 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 Page 30 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County Suffolk County General Construction Asbestos Worker 05/01/2015 JOB DESCRIPTION Asbestos Worker DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07/01/2014 12/01/2014 Additional Abestos Worker $47 00 $0 50** Removal &Abatement Only* NOTE*On Mechanical Systems that are NOT to be SCRAPPED.To be allocated to(**)To be allocated at a later date SUPPLEMENTAL BENEFITS Per Hour Abestos Worker $4 70 Removal&Abatement Only OVERTIME PAY See(B, B2,*E, J)on OVERTIME PAGE Hours worked on Saturdays are paid at time and one half only if forty hours have been worked during the week HOLIDAY Paid See(1)on HOLIDAY PAGE Overtime See(5,6, 8)on HOLIDAY PAGE REGISTERED APPRENTICES Apprentice Removal &Abatement Only. 1000 hour terms at the following percentage of Journeyman's rates 1st 2nd 3rd 4th 78% 80% 83% 89% SUPPLEMENTAL BENEFIT Per Hour. Apprentice Removal &Abatement $4.70 4-12a-Removal Only Boilermaker 05/01/2015 JOB DESCRIPTION Boilermaker DISTRICT 4 ENTIRE COUNTIES Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Sullivan, Ulster, Westchester WAGES Per Hour 07/01/2014 01/01/2015 Boilermaker $50.45 $51 56 Repairs&Renovations $50 45 $51 56 SUPPLEMENTAL BENEFITS Per Hour 07/01/2014 01/01/2015 Boilermaker 32%of hourly 32%of hourly Repairs&Renovations Wage Paid Wage Paid +$25.16 +$25 19 NOTE "Hourly Wage Paid"shall include any and all premium(s)pay Repairs&Renovation Includes replacement of parts and repairs&renovation of existing unit OVERTIME PAY OVERTIME PAY See(D, 0)on OVERTIME PAGE HOLIDAY Paid.See(8, 16,23, 24)on HOLIDAY PAGE Page 31 r Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County Overtime* See(5,6, 11, 12, 15, 25)on HOLIDAY PAGE ' NOTE:*Employee must work in pay week to receive Holiday Pay **Boilermarker gets 4 times the hourly wage rate for working on Labor Day. - ***Repairs&Renovation see(B,E,Q)on HOLIDAY PAGE HOLIDAY REGISTERED APPRENTICES Wage per hour: • (1/2)Year Terms at the following pecentage of Boilermaker's Wage 1st 2nd 3rd 4th 5th 6th 7th 8th 65% 65% 70% 75% 80% 85% 90% 95% Supplemental Benefits Per Hour: 07/01/2014 01/01/2015 Apprentice(s) 32%of Hourly 32%of Hourly Wage Paid plus Wage Paid Plus • amount below Amount Below 1st Term $ 19 25 $ 19.27 2nd Term 20 10 20.11 3rd Term 20.94 20.95 4th Term 21.78 21.80 5th Term , 22.62 22.65 6th Term 23.47 23.49 7th Term 24.31 24.33 NOTE*"Hourly Wage Paid"shall include any and all premium(s) 4-5 Carpenter , 05/01/2015 JOB DESCRIPTION Carpenter DISTRICT 8 ENTIRE COUNTIES Bronx, Kings, Nassau, New York,Queens, Richmond, Rockland,Westchester PARTIAL COUNTIES Orange: South of but including the following,Waterloo Mills, Slate Hill, New Hampton, Goshen, Blooming Grove, Mountainville, east to the Hudson River. Putnam* South of but including the following, Cold Spring,TompkinsCorner,Mahopac, Croton Falls, east to Connecticut border. Suffolk: West of Port Jefferson and Patchogue Road to Route 112 to the Atlantic Ocean. WAGES Per hour 07/01/2014 10/17/2014 Core Drilling. Driller $35.71 $36.82 Driller Helper - $28.60 $29 44 Additional Helpers: One(1)year increments.This is not an apprenticeship for Driller: Helper 1st year $20.02 $20.61, Helper 2nd year 22.88 23.55 Helper 3rd year 25.74 26.50 Helper 4th year 28.60 29.44 Note Hazardous Waste Pay Differential: For Level C, an additional 10%above wage rate per hour For Level B, an additional 10%above wage rate per hour For Level A,an additional 10%above wage rate per hour Note:When required to work on water an additional$0.50 per hour ' SUPPLEMENTAL BENEFITS Per hour paid: 07/01/2014 10/17/2014 Driller and $21.69 $22.79 All Helpers OVERTIME PAY OVERTIME: See(B,E,K*,P,R**)on OVERTIME PAGE. Page 32 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Publishedon May 01 2015 ' PRC Number 2015005073 Suffolk County HOLIDAY Paid• See(5,6)on HOLIDAY PAGE. Overtime: *See(5,6)on HOLIDAY PAGE. **See(8,10,11,13)on HOLIDAY PAGE 8-1536-CoreDriller Carpenter 05/01/2015 JOB DESCRIPTION Carpenter DISTRICT 8 ENTIRE COUNTIES Bronx, Kings,Nassau, New York, Queens,Richmond, Suffolk,Westchester , WAGES Per Hour. 07/01/2014 Timberman $44.33 SUPPLEMENTAL BENEFITS Per Hour , , , 07/01/2014 ' 1 $45.36 OVERTIME PAY See(B, E, E2, Q)on OVERTIME PAGE HOLIDAY ' Paid: See(18,19)on HOLIDAY PAGE. Paid:for 1st&2nd yr. , , ' Apprentices See(5,6,11,13,16,18,19,25) , Overtime: See(5,6,11,13,16,18,19,25)on HOLIDAY PAGE. REGISTERED APPRENTICES Wages per hour . , , (1 )year terms: , 1st 2nd 3rd 4th $17.73 $22.16 $28 81 '$35A6 ' Supplemental benefits per hour: $30.86 ' 8-1556 Tm Carpenter 05/01/2015 ' JOB DESCRIPTION Carpenter DISTRICT 8 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Putnam,Queens, Richmond, Rockland, Suffolk, Westchester - WAGES , Per hour: 07/01/2014 Building , Millwright $48.44 ' SUPPLEMENTAL BENEFITS Per hour paid. Millwright $50.49 OVERTIME PAY See(B, E,Q)on OVERTIME PAGE ' HOLIDAY . , Paid. See(18,19)*on HOLIDAY PAGE Overtime See(5,6,8,11,13,18,19,25)on HOLIDAY PAGE *must show up to work REGISTERED APPRENTICES . ' - Page 33 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County. Wages per hour is Pecentage of Journeyworkers wage. (1)year terms. 1st. 2nd 3rd. 4th. $26.64 $31.49 $36.33 $46.02 Supplemental benefits per hour paid: (1)year terms: 1st. 2nd. 3rd. 4th. $32.81 $36.15 $40.63 $46.21 8-740.1 Carpenter 05/0112015 JOB DESCRIPTION Carpenter DISTRICT 8 ENTIRE COUNTIES Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland,Suffolk,Westchester WAGES Per Hour: 07/01/2014 Marine Construction. Marine Diver $61.30 Marine Tender 43 45 SUPPLEMENTAL BENEFITS Per Hour Paid: Journeyman $46.09 OVERTIME PAY See(B, E, E2, Q)on OVERTIME PAGE , HOLIDAY Paid See(18, 19)on HOLIDAY PAGE Overtime. , See(5,6, 10, 11, 13, 16, 18, 19)on HOLIDAY PAGE 8-1456MC Carpenter - 05/0112015 JOB DESCRIPTION Carpenter DISTRICT 8 ENTIRE COUNTIES Bronx, Dutchess, Kings, Nassau, New York,Orange, Putnam,Queens, Richmond, Rockland,Suffolk,Westchester , WAGES Per hour. 07/01/2014 Carpet/Resilient Floor Coverer $49.88 INCLUDES HANDLING&INSTALLATION OF ARTIFICIAL TURF AND SIMILAR TURF INDOORS/OUTDOORS. SUPPLEMENTAL BENEFITS Per hour paid: Floor Coverer $44.07 OVERTIME PAY See(B, E, Q)on OVERTIME PAGE HOLIDAY Paid: See(18, 19)on HOLIDAY PAGE. Paid:for 1st&2nd yr Apprentices See(5,6,11,13,16,18,19,25) I t Overtime See(5,6,11,13,16,18,19,25)on HOLIDAY PAGE. REGISTERED APPRENTICES Page 34 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor ' Last Published on May 01 2015 PRC Number 2015005073 Suffolk County Wage per hour is Pecentage of Journeyworkers Wage • (1)year terms: 1st. 2nd. 3rd 4th. $19.95 $24 94 $32 42 $39.90 Supplemental benefits per hour: $30.22 8-2287 - Carpenter 05/0112015 JOB DESCRIPTION Carpenter DISTRICT 8 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Putnam,Queens, Richmond, Rockland,Suffolk,Westchester WAGES Per hour- 07/01/2014 i - Piledriver - $48.35 Dockbuilder $48 35 SUPPLEMENTAL BENEFITS - ' Per hour paid Journeyworker $46 09 • OVERTIME PAY See(B, E2,0)on OVERTIME PAGE HOLIDAY Paid: See(18,19)on HOLIDAY PAGE - Paid:for 1st&2nd yr - Apprentices See(5,6,11,13,16,18,19,25) Overtime: See(5,6,11,13,16,18,19,25)on HOLIDAY PAGE. REGISTERED APPRENTICES , Wages per hour (1)year terms* 1st 2nd 3rd 4th $19 34 $24.17 $31,43 $38.68 Supplemental benefits per hour. Apprentices $31.23 8-1556 Db Carpenter-Building/Heavy&Highway 05/01/2015 , JOB DESCRIPTION Carpenter-Building/Heavy&Highway DISTRICT 4 - ENTIRE COUNTIES Suffolk PARTIAL COUNTIES • Nassau Work performed"North of Southern State Parkway and East of Seaford Creek" WAGES Per Hour: 07/01/2014 - Carpenter (Building) $46.72 Carpenter (Heavy Highway) $46.72 "NOTE"ADD 15%to straight time hourly wage for NEW YORK STATE D.O.T.and other GOVERMENTAL MANDATED Off-Shift Work. Page 35 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County SUPPLEMENTAL BENEFITS - Per Hour Both Carpenter Categories $29 49 OVERTIME PAY - See(B, E, Q)on OVERTIME PAGE HOLIDAY Paid See(1)on HOLIDAY PAGE Overtime See(5,6, 16, 25)on HOLIDAY PAGE REGISTERED APPRENTICES One(1)Year Terms at the following Per Hour 1st 2nd 3rd 4th $ 18 14 $23 98 $27.88 $31 78 Supplemental Benefits Per Hour: All Terms $ 16 00 4-Reg Council Nass/Suff Electrician 05/01/2015 JOB DESCRIPTION Electrician DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour 07/01/2014 Electrician Pump&Tank $40.05 SUPPLEMENTAL BENEFITS Per Hour Electrician Pump&Tank 65.25% . of*Wage Paid *Wage Paid includes any and all Premiums OVERTIME PAY See(B, E, Q)on OVERTIME PAGE HOLIDAY Paid. See(1)on HOLIDAY PAGE Overtime See(5,6, 16, 25)on HOLIDAY PAGE REGISTERED APPRENTICES 1 Year Terms at the Following Per Hour 1st Term $ 14 02 2nd Term $ 16 02 3rd Term $ 18 02 4th Term $20 03 , 5th Term $26 03 6th Term $30.04 i SUPPLEMENTAL BENEFITS Per Hour All Terms 65 25% Page 36 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County of*Wage Paid *Wage Paid includes any and all Premiums 4-25 Pump&Tank Electrician 05/01/2015 JOB DESCRIPTION Electrician DISTRICT 4 ENTIRE COUNTIES Nassau,Suffolk . WAGES ' Per Hour: 07/01/2014 04/25/2015 Electrician/Wireman $49.20 $50.45 HVAC Controls 49 20 50.45 Fire Alarms 49.20 50.45 SUPPLEMENTAL BENEFITS Per Hour: 07/01/2014 04/25/2015 Electrcian/Wireman 16.0%of Hourly 16.0%of Hourly (all catagories) Wage Paid+$22.14 Wage Paid+$23.08 NOTE:"Hourly Wage Paid"shall include any and all premium[s] OVERTIME PAY See(B, E, E2, Q)on OVERTIME PAGE HOLIDAY Paid: - See(1)on HOLIDAY PAGE Overtime: See(5,6, 15, 16,25)on HOLIDAY PAGE REGISTERED APPRENTICES One(1)Year Terms at the following Percetage of Journeyman(s)Wage _ Apprentices with start dates,PRIOR TO 10/02/2010: 4th 5th 6th 50% 60% 70% Apprentices with start dates AFTER 10/02/2010: • 1st 2nd 3rd 4th 5th 6th 35% 40% 45% 55% '65% 75% Supplemental Benefits Per Hour: Apprentices Hired - - Apprentices Hired Prior to 10/02/2010 After 10/02/2010 07/01/2014 04/26/2015 07/01/2014 04/26/2015 1st 0%+ $0.00 0%+$0.00 3%+$2.56 3%+$2.72 "2nd 0%'+ $0 00 0%+$0.00 8%+$3 88 ' 8%+$4.09 3rd 0%+ $0.00 ' 0%+$0.00 9%+$4 69 9%+$4.96 4th 16%+ $11.07 16%+$11.53 10%+$6 66 10%+$7.00 5th 16%+ $13 28 16%+$13.84 13%+$10.21 13%+$10.70 6th 16%+ $15.50 16%+$16.15 . 14%+$16.45 14%+$17 14 NOTE: Percentages are on"Hourly Wage Paid" NOTE:"Hourly Wage Paid"shall include any and all premium(s). 4-25 Electrician 05/01/2015 _ JOB DESCRIPTION Electrician DISTRICT 4 ENTIRE COUNTIES • Nassau,Suffolk " Page 37 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County WAGES Per Hour: 07/01/2014 04/25/2015 • Telephone and Intergrated Tele-Data System Electrician $36 38 $36.58 This rate classification applies to ALL Voice, Data&Video work: Excluding Fire Alarm Systems and Energy Managment Systems(HVAC Controls), in those cases the regular Electrician rate applies.To ensure proper use of this rate please call Nassau Offices at(516)228-3915 or Suffolk Offices at(631)687-4882 SUPPLEMENTAL BENEFITS Per Hour. Tele-Data Electrican 16% of 16%Of Hourly Wage Hourly Wage Paid+$16.63 Paid+$16.68 NOTE*"Hourly Wage Paid"shall include any and all premium(s)pay OVERTIME PAY See(B, E, E2, Q)on OVERTIME PAGE- HOLIDAY Paid See(1)on HOLIDAY PAGE Overtime* See(5,6, 15, 16,25)on HOLIDAY PAGE 4-25tela Electrician 05/01/2015 JOB DESCRIPTION Electrician DISTRICT 4 ENTIRE COUNTIES Nassau,Suffolk WAGES Per Hour. 07/01/2014 Tree Trimmer/ Line Clearance Specialist $30.09 Ground Man $ 18 05 • These rates apply to all tree trimming/removal contracts including but not limited to"Electrical Line Clearance"/"Long Island Railroad Right of Ways". • All tree removal for heavy highway or building construction contracts MUST use Heavy Highway Laborer and Operating Engineer classifications. SUPPLEMENTAL BENEFITS Per Hour 07/01/2014 • Tree Trimmer/ 19 25%of Hourly Line Clearance Specialist Wage Paid +$8.60 -- Ground Man • NOTE:"Hourly Wage Paid"shall include any and all premium(s)paid OVERTIME PAY See(B, E, P,S)on OVERTIME PAGE • HOLIDAY Paid: See(5,6, 8, 16,23,24,25,26)on HOLIDAY PAGE Overtime: See(5,6,8, 16,23, 24,25,26)on HOLIDAY PAGE 4-1049/Tree Electrician 05/01/2015 JOB DESCRIPTION Electrician DISTRICT 4 Page 38 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County ENTIRE COUNTIES Nassau,Suffolk WAGES Per Hour 07/01/2014 04/25/2015 Electrician Electrical Maintenance $40 70 $41 45 "PLEASE NOTE" Applicable to"EXISTING ELECTRICAL SYSTEMS"including, but not limited to TRAFFIC SIGNALS&STREET LIGHTING. Not used for addons Four(4),ten(10)hour days may be worked at straight time during a week, Monday thru Thursday,with one-half(1/2)hour allowed for a lunch period. NOTE-In order to use the'4 Day/10 Hour Work Schedule,'you must submit an'Employer Registration for Use of 4 Day/10 Hour Work Schedule,'form PW30R, additionally,there must be a dispensation of hours in place on the project SUPPLEMENTAL BENEFITS Per Hour. Electrician 12%of Hourly 12%of Hourly Wage Paid +$16.07 Wage Paid+$16 46 NOTE:"Hourly Wage Paid"shall include any and all premium(s)pay OVERTIME PAY See(B, E2, K, P)on OVERTIME PAGE HOLIDAY Paid. See(1)on HOLIDAY PAGE Overtime See(5,6, 15, 16,25)on HOLIDAY PAGE REGISTERED APPRENTICES One(1)Year Term(s)at the following Percentage of Journeyman(s)Wage. 1st 2nd 3rd 4th 5th 6th 40% 50% 60% 70% 80% 90% Supplemental Benefits: Apprentices Hired Apprentices Hired Prior to 04/26/2014 After 04/26/2014 07/01/2014 04/25/2015 07/01/2014 04/25/2015 1st 12% +$9.93 12%+$993 3%+$350 3%+$350 2nd 12% +$10.82 12%+$1082 8% +$404 8%+$404 3rd 12% +$1173 12%+$11.73 9% +$5.08 9%+$508 4th 12% +$1262 12%+$1262 10% +$6.84 10%+$6.84 5th 12% +$13.51 12%+$1351 11% +$10.79 11%+$1079 6th 12% +$13 64 12%+$13.69 DNA DNA NOTE. Percentages are on"Hourly Wage Paid" NOTE:"Hourly Wage Paid"shall include any and all premium(s)pay 4-25m Electrician Lineman 05/01/2015 JOB DESCRIPTION Electrician Lineman DISTRICT 4 ENTIRE COUNTIES Nassau,Queens, Suffolk WAGES For Utility Distribution&Transmission Line Construction. Per Hour 07/01/2014 03/29/2015 Lineman/Splicer $49.52 $50 76 Page 39 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County Material Man 43.08 44.16 Heavy Equip Operator 39.62 40.61 Groundman 29.71 30 46 Flagman 22.28 22.84 For Natural Gasline Construction Per Hour. 07/01/2014 06/01/2015 Journeyman U.G.Mech - $41.45 $42.69 Four(4),ten(10)hour days may be worked at straight time during a week, Monday thru Thursday NOTE-In order to use the'4 Day/10 Hour Work Schedule,'you must submit an'Employer Registration for Use of 4 Day/10 Hour Work , Schedule,'form PW3OR;additionally,there must be a dispensation of hours in place on the project , SUPPLEMENTAL BENEFITS Per Hour , Utility Distribution&Transmission Line Construction. 07/01/2014 03/29/2015 All Classifications 30.75%of Hourly 30.75%of Hourly Wage Paid+ Wage Paid+ $10.56 $11.36 ' NOTE:"Hourly Wage Paid"shall include any and all premium(s)pay Natural Gasline Construction: Per Hour. 07/01/2014 ' 06/01/2015 Journeyman U.G.Mech. $20 51 $21.75 OVERTIME PAY - See(B, E, Q)on OVERTIME PAGE OVERTIME for Natural Gas Mechanic:(B,G,P) - HOLIDAY ' Paid. See(1)on HOLIDAY PAGE Overtime: See(5,6, 8, 16, 23,25,26)on HOLIDAY PAGE Same as Above for natural Gas Mechanic REGISTERED APPRENTICES 1000 hour Terms at the following Percentage of Journeyman's Wage 1st 2nd 3rd 4th 5th 16th 7th 60% 65% 70% 75% 80% 85% 90% SUPPLEMENTAL BENEFIT: 07/01/2014 03/29/2015 All Terms 30.75%of Hourly 30.75%of Hourly Wage Paid+ Wage Paid+ . $10 56 $1136 , Natural Gasline Construction: 07/01/2014 06/01/2015 Natural Gas Mechanic $20.51 $21 75 4-1049 Line/Gas Elevator Constructor 05/01/2015 ' JOB DESCRIPTION Elevator Constructor DISTRICT 4 I ENTIRE COUNTIES Bronx, Kings, Nassau, New York,Queens, Richmond, Suffolk PARTIAL COUNTIES I- Rockland. Entire County except for the Township of Stony Point .Westchester Entire County except for the Townships of Bedford, Lewisboro,Cortland, Mt. Kisco, North Salem, Pound Ridge,Somers and I Yorktown. WAGES ' Page 40 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County Per hour: 07/01/2014 03/17/2015 Elevator Constructor $58.23 $59 55 Modernization& Service/Repair 46.00 46 92 SUPPLEMENTAL BENEFITS Per Hour Elevator Constructor $29.745 $31 045 Modernization& 29.595 31.195 Service/Repair OVERTIME PAY • Constructor.See(D, M,T)on OVERTIME PAGE Modern/Service See(B, F, S)on OVERTIME PAGE. HOLIDAY Paid. See(5,6,8, 11, 15, 16,25)on HOLIDAY PAGE Overtime: See(5,6,8, 11, 15, 16,25)on HOLIDAY PAGE REGISTERED APPRENTICES WAGES PER HOUR. *Note:1 st Term is based on Average wage of Constructor&Modernization Terms 2 thru 4 Based on Journeymans wage of classification Working in 1 YEAR TERMS: 1st Term* 2nd Term 3rd Term 4th Term 50% 55% 65% 75% ' SUPPLEMENTAL BENEFITS Elevator Constructor 1st Term $25 745 $27 220 2nd Term 26.145 27 635 3rd Term 26.945 28 455 4th Term 27.745 29.285 Modernization& Service/Repair 1st Term $25.67 $27.145 2nd Term 26 065 27.550 3rd Term 26 845 28.36 4th Term 27.635 29 17 4-1 Glazier 05/01/2015 JOB DESCRIPTION Glazier DISTRICT 8 ENTIRE COUNTIES Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam,Queens, Richmond, Rockland,Suffolk, Sullivan, Ulster,Westchester ' WAGES Per hour: 07/01/2014 11/01/2014 05/01/2015 ' Glazier $51 00* $51 35* Additional $1 50** Scaffolding $52.00* $52.35* Additional $ 1 50** Scafolding includes swing scaffold, mechanical equipment,scissor jacks, man lifts, booms&buckets 24'or more, but not pipe scaffolding. Repair&Maintenance $26.70* $26 70* Additional $0 60** Page 41 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County Repair&Maintenance-All repair&maintenance work on a particular building,whenever performed,where the total cumulative contract value is under$100,000 00 *Additional$.10 per hour for all regular hours worked **To be allocated at a later date SUPPLEMENTAL BENEFITS Per hour paid 07/01/2014 11/01/2014 05/01/2015 Journeyworker $26.69 $27.19 $27.19 Repair&Maintenance 16 14 16.14 16.14 OVERTIME PAY OVERTIME: Premium is applied to the respective base wage only See(C*,D*E2, 0)on OVERTIME PAGE *If an optional 8th hour is required to complete the entire project,the same shall be paid at the regular rate of pay. If a 9th hour is worked, then both hours or more(8th&9th or more)will be paid at double time rate of pay For Repair&Maintenance see(B, F, P)on overtime page HOLIDAY Paid: See(1)on HOLIDAY PAGE Overtime: See(4, 6, 16,25)on HOLIDAY PAGE Paid for the Repair&Maintenance(5, 6, 16&25) REGISTERED APPRENTICES Wage per hour (1)year terms at the following wage rates: 07/01/2014 11/01/2014 05/01/2014 1st term $ 17.05 $ 17.25 $ 17 25 2nd term 25.24 25 24 25.24 3rd term 30.40 30 81 30 81 4th term 40 75 41.27 41.27 Supplemental Benefits (Per hour worked) 1st term $ 13.17 $ 13 32 $ 13.32 2nd term 22.45 22.45 22 45 3rd term 24.95 25.30 25.30 4th term 30.07 30.22 30 22 8-1281 (DC9 NYC) Insulator-Heat& Frost 05/01/2015 JOB DESCRIPTION Insulator-Heat&Frost DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour. 07/01/2014 Insulators $63 68 Heat&Frost SUPPLEMENTAL BENEFITS Per Hour Insulators $30 44 Heat&Frost OVERTIME PAY See(A, D, 0,V)on OVERTIME PAGE HOLIDAY Page 42 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County Paid See(1)on HOLIDAY PAGE Overtime See(5,6, 11, 15, 16,25,26)on HOLIDAY PAGE REGISTERED APPRENTICES Wages: 1 year terms at the following wage rate. 1st 2nd 3rd 4th $25.47 $38 21 $44.59 $50.94 Supplemental Benefits per hour Apprentice Insulator(s) 1st 2nd 3rd 4th $12 80 $18 26 $21.30 $24 35 4-12 Ironworker 05/01/2015 JOB DESCRIPTION Ironworker DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk,Westchester PARTIAL COUNTIES Rockland' Southern section-south of Convent Road and east of Blue Hills Road WAGES . Per hour 07/01/2014 07/01/2015 Reinforcing& Additional Metal Lathing $52 03 $2 00* *To be allocated SUPPLEMENTAL BENEFITS Per hour paid Reinforcing& $31 55 Metal Lathing OVERTIME PAY See(B, B1, Q)on OVERTIME PAGE HOLIDAY Paid See(1)on HOLIDAY PAGE Overtime- See(5,6,8, 11, 13, 18, 19,25)on HOLIDAY PAGE REGISTERED APPRENTICES (1)year terms at the following wage rates. Wages Per Hour: Apprentices Registered BEFORE 6/29/2011 1st term 2nd term 3rd term $28 11 $32 71 $37.77 Apprentices Registered ON or AFTER 6/29/2011 17 71 22 81 27.91 SUPPLEMENTAL BENIFITS Per Hour. Apprentices Registered BEFORE 6/29/2011 1st term 2nd term 3rd term $23.02 ' $24.67 $25 82 Apprentices Registered On or AFTER 6/29/2011 20.08 20.08 20.08 4-46Reinf Page 43 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County Ironworker 05/01/2015 JOB DESCRIPTION Ironworker DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond,Suffolk,Westchester i WAGES I Per hour 07/01/2014 Ornamental $44.95 Chain Link Fence 44.95 Guide Rail Installation , 44.95. SUPPLEMENTAL BENEFITS Per hour paid: Journeyworker: $43 71 OVERTIME PAY OVERTIME: See(A*,D1,E**,Q,V)on OVERTIME PAGE *Time and one-half shall be paid for all work in excess of seven(7)hours at the end of a work day to a maximum of two(2)hours on any regular work day(8th&9th hours of work)and double time shall be paid for all work thereafter **Time and one-half shall be paid for all work on Saturday up to seven(7)hours and double time shall be paid for all work thereafter. HOLIDAY Paid. See(1)on HOLIDAY PAGE Overtime: See(5,6,25)on HOLIDAY PAGE REGISTERED APPRENTICES 1st term represents first 1-10 months,thereafter(1/2)year terms at the following percentage of Journeyman's wage. 1st 2nd 3rd 4th 5th 50% 55% 60% 70%, 80% Supplemental Benefits per hour paid. 1st Term $34.02 _ 2nd Term 34.98 3rd Term 35.95' 4th Term 37.90 5th Term 39 65 4-580-Or Ironworker 05/01/2015 JOB DESCRIPTION Ironworker DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York,Queens, Richmond,Suffolk,Westchester WAGES Per Hour: 07/01/2014 IRONWORKER. Ironworker Rigger $53 25 Ironworker Stone Derrickman $53.25 SUPPLEMENTAL BENEFITS Ironworker $37.13 OVERTIME PAY See(*A, D1, **E,Q,V)on OVERTIME PAGE *Time and one-half shall be paid for all work in excess of seven(7)hours at the end of a work day to a maximum of two hours on any regular - work day(the eighth(8th)and ninth(9)hours of work)and double time shall be paid for all work thereafter. **Time and one-half shall be paid for all work on Saturday up to seven (7)hours and double time shall be paid for all work thereafter. HOLIDAY ' Paid: See(1)on HOLIDAY PAGE Overtime. See(5,6, 8, 10, *24,25)on HOLIDAY PAGE Page 44 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County *Work stops at schedule lunch break with full days pay. REGISTERED APPRENTICES Wage per hour. (1/2)year terms at the following hourly wage rate 1st 2nd 3rd 4th 5th 6th 07/01/2014 $26 38 $26 38 $39 73 $42 13 $45 56 $45 56 Supplemental benefits Per hour paid: 1st&2nd terms $18.82 3rd&4th terms $27 86 5th&6th terms $27.84 9-197D/R Ironworker 05/01/2015 JOB DESCRIPTION Ironworker DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk,Westchester WAGES PER HOUR: 07/01/2014 Ironworker Structural $47 25 Bridges Machinery SUPPLEMENTAL BENEFITS PER HOUR: Journeyman $65 20 OVERTIME PAY See(B*,E**,Q,V)on OVERTIME PAGE. , *Time and one-half shall be paid for all work in excess of(8)eight hours at the end of a work day to a maximum of two hours on any regular work day(the ninth(9th)and tenth (10th)hours of work)and double time shall be paid for all work thereafter **Time and one-half shall be paid for all work on Saturday up to eight(8)hours and double time shall be paid for all work thereafter HOLIDAY Paid See(1)on HOLIDAY PAGE Overtime. See(5,6, 18, 19)on HOLIDAY PAGE REGISTERED APPRENTICES WAGES PER HOUR. 6 month terms at the following rate 1st $24 73 2nd 25 33 3rd-6th 25 93 Supplemental Benefits PER HOUR All Terms 45.84 4-40/361-Str Laborer-Building 05/01/2015 JOB DESCRIPTION Laborer-Building DISTRICT 4 ENTIRE COUNTIES Nassau,Suffolk WAGES WAGES Per Hour: 07/01/2014 12/01/2014 Page 45 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County Building Laborer $35.65 Asbestos Abatement Workers 36.00 Additional$0 50* (Re-Roofing Removal see Roofer) SUPPLEMENTAL BENEFITS Per Hour: Building Laborer $26 16 Asbestoes Abatment Worker 15.45 OVERTIME PAY See(B, E, Q)on OVERTIME PAGE See also(H)for Fire Watch on OVERTIME PAGE Asbestos Worker See(B, H) HOLIDAY Paid See(1)on HOLIDAY PAGE Overtime: See(5,6, 25)on HOLIDAY PAGE Asbestos Worker see(5,6,8&28) REGISTERED APPRENTICES Regular Hours Work Terms TERM#1 1 hr to 1000hrs TERM#2 1001 hrs to 2000hrs TERM#3 2001 hrs to 3000hrs TERM#4 3001 hrs to 4000hrs Wages per hour 1st Term $ 16 60 2nd Term 19 45 3rd Term 22.85 4th Term 27.12 Benifits per hour 1st Term $ 16.77 2nd Term 18 87 3rd Term 19.64 4th Term 19 64 4-66 Laborer-Heavy&Highway 05/01/2015 JOB DESCRIPTION Laborer-Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES _ Laborer(Heavy/Highway): . GROUP#1 Asphalt Rakers, Concrete Curb Formsetters GROUP#2 Asphalt Shovelers, Roller Boys and Tampers GROUP#3 Basic Laborer, Power Tool(Jackhammer), Landscape Construction,Traffic Control Personnel(flaggers) WAGES PER HOUR. 07/01/2014 06/01/2015 Additional GROUP#1 Total Wage Paid $44 85 4%of Total Package* "Base Wage" 39 68 GROUP#2 Total Wage Paid $43.71 4%of Total Package* "Base Wage" 38.54 GROUP#3 Total Wage Paid $40 22 4%of Total Package* "Base Wage" 35 05 NOTE:"Base Wage"for Premium/Overtime calculation Only $5.17 is differance between"Base"and"Total" Page 46 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County (*)To be allocated at a later date SUPPLEMENTAL BENEFITS Per Hour - ALL GROUPS $25 95 After Forty(40)paid Hours in a work Week OVERTIME PAY $15.96 OVERTIME PAY OVERTIME PAY See(B, E2, F)on OVERTIME PAGE NOTES. Premium/Overtime Pay to be calculated on"Base Wage"only" Example Group#3. $35 05 X Time and One Half=52.58+$5 17=$57.75 Premium Pay of 30%of base wage for all Straight time hours on all New York State, D.O T and other Goverment Mandated Off-Shift Work. Hazardous Material Work add an Additional 10%of base wage HOLIDAY HOLIDAY Paid: See(1)on HOLIDAY PAGE Overtime See(1)on HOLIDAY PAGE REGISTERED APPRENTICES 2000 hour(s)Terms at the following Pecentage of the Journeyman's Wage 1st 0-1999/Hrs 80% 2nd 2000-3999/Hrs 90% Supplemental Benefits per hour All APPRENTICES $25 95 After Forty(40)paid hours in a work Week $ 15 96 4-1298 Mason 05/01/2015 JOB DESCRIPTION Mason DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour 07/01/2014 Brick/Blocklayer $53 71 SUPPLEMENTAL BENEFITS Per Hour: Brick/Block Layer $23 18 OVERTIME PAY See(A, E, E2,Q)on OVERTIME PAGE HOLIDAY Paid. See(1)on HOLIDAY PAGE Overtime: See(5,6,25)on HOLIDAY PAGE REGISTERED APPRENTICES (800 hour)Terms at the following Percentage of Journeyworkers Wage 1st 2nd 3rd 4th 5th 50% 60% 70% 80% 90% Supplemental Benefits per hour: All Apprentices $14 90 4-1 Brk Page 47 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County Mason -Building05/01/2015 JOB DESCRIPTION Mason-Building DISTRICT 9 ENTIRE COUNTIES Nassau, Rockland, Suffolk,Westchester WAGES Per hour. 07/01/2014 12/01/2014 06/01/2015 An additional An additional Building' Tile Setters $52.58 $ 1.13* $ 1.13* *May be allocated between - wages and benefits SUPPLEMENTAL BENEFITS Per Hour: Journey Worker $22.14*plus$8.05 OVERTIME PAY See(B, E, Q,V)on OVERTIME PAGE *This portion of benefits subject to same premium rate as shown for overtime wages. Work beyond 10 hours on Saturday shall be paid at double the hourly wage rate. . HOLIDAY Paid: See(1)on HOLIDAY PAGE Overtime. See(5,6, 11, 15, 16,25)on HOLIDAY PAGE REGISTERED APPRENTICES Wage per hour. Tile Setters. (750 hour)term at the following wage rate: Term 1st 2nd - 3rd 4th 5th 6th 7th 8th 9th 10th ' 1- 751- 1501- 2251- - 3001- 3751- 4501- 5251 6001- 6750- 750 1500 2250 3000 3750 - 4500 5250 6000 6750 7500 • $26.91 $30.04 $33.86 $36 07 $39.91 - 43.53 $46.63 $46.17 $49 89 51.70 Starting 12/01/2014 An additional: $0.65 $0 72 $0 78 $0.85 $0.91 $0 98 $1.04 $1.11 $1.17 $1.25 Starting 06/01/2015 An addtional: __ $0.65 $0.72- $0.78 $0.85 $0.91 - $0.98 $1.04 $1.11 $1.17 $1.25 NOTE: INCREASES MAY BE ALLOCATED BETWEEN WAGES AND BENEFITS Supplemental Benefits per hour. 1st term $13.95*plus$0.71 6th term $17.35*plus$1.49 ' 2nd term $14 95*plus$0 75 7th term - $17.55*plus$5 34 3rd term $14.95*plus$1 09 8th term $18.75*plus$5.71 4th term $16 85*plus$1.13 9th term $19 15*plus$5.75 , 5th term $16.85*plus$1.45 10th term $20 87*plus$5.79 ' 9-7/52A ' Mason -Building 05/01/2015 JOB DESCRIPTION Mason-Building DISTRICT 9 ENTIRE COUNTIES Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Sullivan, Ulster,Westchester WAGES Wages 07/01/2014 01/01/2015 Page 48 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County Marble Cutters&Setters $55.85 $56.15 SUPPLEMENTAL BENEFITS Per Hour Journeyworker $29.58 $30 31 OVERTIME PAY See(B, E, Q,V)on OVERTIME PAGE HOLIDAY Paid. See(1)on HOLIDAY PAGE Overtime See(5,6,8, 11, 15, 16,25)on HOLIDAY PAGE REGISTERED APPRENTICES Wage Per Hour 750 hour terms at the following wage 1st 2nd 3rd 4th 5th 6th- 7th 8th 9th 10th 1- 751- 1501- 2251- 3001- 3751- 4501- 5251- 6001- 6751- 750 1500 2250 3000 3750 4500 5250 6000 6751 7500 $22:34 $25 13 $27 93 $30 72 $33 51 $36.30 $39 10 $41 89 $47.47 $53 06 Supplemental Benefits per hour paid at the following term. 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th $21 86 $22 51 , $23 14 $23.80 $24 43 $25 07 $25.71 $26 36 $27 64 $29 93 9-7/4 Mason -Building 05/01/2015 JOB DESCRIPTION Mason-Building DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk,Westchester WAGES Per hour: 07/01/2014 01/01/2014 Building-Marble Restoration: Marble,Stone& $38.96 $39 25 Terrazzo Polisher,etc SUPPLEMENTAL BENEFITS Per Hour Paid: Journeyworker. Building-Marble Restoration. Marble, Stone& Polisher $23 00 $23.38 OVERTIME PAY See(B,*E,Q,V)on OVERTIME PAGE *ON SATURDAYS, 8TH HOUR AND SUCCESSIVE HOURS PAID AT DOUBLE HOURLY RATE HOLIDAY Paid: See(1)on HOLIDAY PAGE Overtime: See(5, 6, 8, 11, 15,25)on HOLIDAY PAGE 1ST TERM APPRENTICE GETS PAID FOR ALL OBSERVED HOLIDAYS REGISTERED APPRENTICES WAGES per hour (900 hour)terms at the following wages: 1st 2nd 3rd 4th 0-900 901-1800 1801-2700 over 2700 Page 49 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County 07/01/2014 $27 27 $31,17 $35.06 $38.96 01/01/2015 An additional An additional An additional An additional $0 47* $0.54* $0.60* $0.67* * May be allocated between wages and benefits Supplemental Benefits Per Hour. 07/01/2014 $21 11 $21.73 $22.36 $23.00 9-7/24-MP Mason -Building 05/01/2015 JOB DESCRIPTION Mason-Building DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk,Westchester WAGES Building- Per Hour• 07/01/2014 01/01/2015 Additional Mosaic&Terrazzo Mechanic $45 88 $ 0 96* Mosaic&Terrazzo Finisher $47 28 $0 96* *May be allocated between wages and benefits SUPPLEMENTAL BENEFITS Journeyworker. per hour worked Mechanic $22.40*plus$9.68 Finisher $22 40*plus$9 68 *This portion of benefit subject to same premium as wages OVERTIME PAY See(A,*E, Q)on OVERTIME PAGE Double the rate after 10 hours on Saturday HOLIDAY Paid See(1)on HOLIDAY PAGE Overtime See(5, 6, 8, 11, 15, 16,25)on HOLIDAY PAGE Easter Sunday is an observed holiday Holidays falling on a Saturday will be observed on that Saturday. Holidays falling on a Sunday will be celebrated on the Monday REGISTERED APPRENTICES Wage per hour (750 Hour)terms at the following wage rate. 1st 2nd 3rd 4th 5th 6th 7th 8th 1- 751- 1500- 2251- 3001- 3751- 4501- 5251- 750 1500 2250 3000 3750 4500 5250 6000 $23 96 $26.36 $28.76 $31.15 $33.55 $35 96 $40.74 $45.53 Supplemental benefits per worked. (750 hour)terms as shown above. 1st 2nd 3rd 4th 5th 6th 7th 8th 9th $11.20* $12 32* $13 44* $14 56* $15.68* $16 80* $19.04* $21.28* $22 40* +4 85 +5 33 +5 81 +6 30 +6 78 +7 26 +8.23 +9 20 +9 68 Page 50 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 - PRC Number 2015005073 Suffolk County *This portion of benefits subject to same premium as overtime wages 9-7/3 Mason-Building 05/01/2015 JOB DESCRIPTION Mason-Building DISTRICT 9 ENTIRE COUNTIES Nassau, Rockland,Suffolk,Westchester WAGES Per hour: 07/01/2014 12/01/2014 06/01/2015 Buidling: Tile Finisher $40.78 $0 82* $0 82* *May be allocated between wages and benefits SUPPLEMENTAL BENEFITS - Per Hour Journey worker $19 57*plus$7.90 • OVERTIME PAY See(B, E, Q,*V)on OVERTIME PAGE *This portion of Supplemental,benefits subject to same premium rate as shown for overtime wages. Work beyond 10 hours on a Saturday shall be paid at double the hourly wage rate HOLIDAY Paid See(1)on HOLIDAY PAGE Overtime. See(5,6, 11, 15, 16,25)on HOLIDAY PAGE 9-7/88A-tf Mason-Building 05/01/2015 • - JOB DESCRIPTION Mason-Building DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens,Richmond, Suffolk,Westchester • WAGES . Per hour: 07/01/2014 01/01/2015 Marble, Stone,etc. Maintenance Finishers: $21.24 $ 21.38 Note 1•An additional$2 00 per hour for time spent grinding floor using "60 grit"and below. Note 2: Flaming equipment operator shall be paid an additional$25.00 per day SUPPLEMENTAL BENEFITS Per Hour Marble, Stone, etc Maintenance Finishers: $ 11.77 $11.99 OVERTIME PAY See(B,*E, Q,V)on OVERTIME PAGE *Double hourly rate after 8 hours on Saturday HOLIDAY Paid: See(5,6,8, 11, 15, 25)on HOLIDAY PAGE Overtime: See(5,6,8, 11, 15,25)on HOLIDAY PAGE 1st term apprentice gets paid for all observed holidays REGISTERED APPRENTICES WAGES per hour (750 hour)terms at the 07/01/2014 following percentage of journeyman's wage Page 51' Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County rate. 1st term 0-750 70% 2nd term 750-1500 74% 3rd trem 1501-2250 78% 4th term 2251-3000 82% 5th term 3001-3750 88% 6th term 3751-4500 96% Supplemental Benefits Per hour paid 1st term $ 11 58 2nd term 11 59 3rd term 11 72 4th term 11.73 5th term 11.74 6th term11.76 9-7/24M-MF Mason -Building/Heavy&Highway 05/01/2015 JOB DESCRIPTION Mason-Building/Heavy&Highway DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk,Westchester WAGES Per hour 07/01/2014 01/01/2015 Marble-Finisher $44 54 44 81 SUPPLEMENTAL BENEFITS Journeyworker. per hour paid Marble-Finisher $29 16 $29 79 OVERTIME PAY See(B, E, Q,V)on OVERTIME PAGE HOLIDAY Overtime. See(5,6, 8, 11, 15, 16, 25)on HOLIDAY PAGE *Work beyond 8 hours on a Saturday shall be paid at double the rate **When an observed holiday falls on a Sunday, it will be observed the next day 9-7/20-M F Mason-Building/Heavy&Highway 05/01/2015 JOB DESCRIPTION Mason-Building/Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour 07/01/2014 Cement Mason $45 53 Four(4),ten(10)hour days may be worked at straight time during a week, Monday thru Friday Any make-up day must be paid at the premium rate. NOTE-In order to use the'4 Day/10 Hour Work Schedule,'you must submit an'Employer Registration for Use of 4 Day/10 Hour Work Schedule,'form PW3OR; additionally,there must be a dispensation of hours in place on the project SUPPLEMENTAL BENEFITS Per Hour Cement Mason $32 80 OVERTIME PAY See(*B1, E2,**Q,***V)on OVERTIME PAGE *Applies to 9th and 10th hours on Saturday **"Holidays"only for Building Construction Page 52 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County ***Additional$10.18 to be added to all Time and a Half hours paid HOLIDAY Paid. See(1)on HOLIDAY PAGE , Overtime: See(5,6,8, 11, 13,25)on HOLIDAY PAGE REGISTERED APPRENTICES (1 )year terms at the following Percentage of Journeyworkers Wage. 1st Term 50% 2nd Term 60% _ 3rd Term 70% Supplement Benefits per hour paid: 1st Term $ 16 40 2nd Term 19.68 3rd Term 25.99 4-780 ' Mason-Building/Heavy&Highway 05/01/2015 JOB DESCRIPTION Mason-Building/Heavy&Highway ' DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk • WAGES WAGES NOTE Shall include but not limited to Precast concrete slabs(London Walks) Marble and Granite pavers 2'x 2'or larger. Per Hour. 07/01/2014 Stone Setter $58.72 plus$1.50* Stone Tender $40.54 plus$1 50* *Additional Amounts to be added to Wages and or Benifits. SUPPLEMENTAL BENEFITS Per Hour: • Stone Setter $27.35 Stone Tender 17.45 • OVERTIME PAY See(*C, **E, Q)on OVERTIME PAGE *On weekdays the eighth(8th)and ninth(9th)hours are time and one-half all work thereafter is paid at double the hourly rate. , **The first nine(9) hours on Saturday is paid at time and one-half all work thereafter is paid at double the hourly rate HOLIDAY ' Paid: See(*18)on HOLIDAY PAGE Overtime: See(5,6, 10)on HOLIDAY PAGE Paid.*Must work First 1/2. REGISTERED APPRENTICES ' Per Hour Stone Setter(800 hour)terms at the following Percentage of Stone Setters wage rate per hour: 1st 2nd 3rd 4th 5th 6th 50% 60% 70% 80% 90% 100% Supplemental Benefits. All Apprentices $17 53 ' 4-1 Stn Mason-Heavy&Highway 05/01/2015 Page 53 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor ' Last Published on May 01 2015 PRC Number 2015005073 Suffolk County JOB DESCRIPTION Mason-Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07/01/2014 Pointer,Caulkers& $47.41 Cleaners SUPPLEMENTAL BENEFITS Per Hour: Pointer, Cleaners& $24.60 Caulkers OVERTIME PAY See(B, E2, H)on OVERTIME PAGE HOLIDAY Paid• See(1)on HOLIDAY PAGE Overtime: See(5,6,25,26)on HOLIDAY PAGE REGISTERED APPRENTICES Wages per hour: One(1)year terms at the following wage rates. 1st 2nd 3rd ' 4th $25.01 $27.25 $32.24 $38.66 Apprentices Supplemental Benefits: (per hour paid) $4.75 $9.70 $12.45 , $12.45 4-1 PCC Operating Engineer-Building 05/01/2015 JOB DESCRIPTION Operating Engineer-Building . DISTRICT 4 ENTIRE COUNTIES ' Nassau,Suffolk WAGES ' BUILDING CATEGORIES: CLASS"AA"CRANES Crane,Truck Crane, Derrick, Dragline, Dredge, Crawler Crane,Tower Crane&Pile Driver. CLASS"A": Asphalt Spreader, Backhoe Crawler/Hydraulic Excavator(360 upto&over 150,000lbs),Boiler, Boring Machine, Cherry Picker(over 70 tons), Concrete Pump,Gradall,Grader, Hoist, Loading Machine(10 yds. or more), Milling Machine, Power Winch-Stone Setting/Structural Steel& Truck Mounted, Powerhouse, Road Paver,Scoop-Carryall-Scraper in Tandem,Steam Shovel, Sideboom Tractor,Stone Spreader(selfpropelled),Tank Work,Tower Crane Engineer CLASS"B": Backhoe(other than 360), Boom Truck, Bulldozer, Boring Machine/Auger, Cherry Picker(under 70 Tons), Conveyor-Multi, Dinkey Locomotive, Fork Lift, Hoist(2 Drum), Loading Machine&Front Loader, Mulch Machine(Machine Fed), Power Wincher(Not Included in Class "A"),Asphalt Roller, Hydraulic Pump with Boring Machine,Scoop, Carryall/Scaper,Skid Loader/Skid Steer, Maintenance Man on Tower -- Crane,Trenching Machine,Vermeer Cutter,Work Boat CLASS"C". Curb Machine(asphalt&Concrete), Maintenance Engineer(Small Equip.&Well Point), Field Mechanic, Milling Machine(Small), Pulvi Mixer, Pumps(all), Roller(dirt), Ridge Cutter,Vac-All(Truck),Jet Pump(Truck), Shotblaster, Interior Hoist, Concrete Finish Machine, Concrete Spreader, Conveyer, Curing Machine, Hoist(one drum). CLASS"D" Concrete Breaker, Concrete Saw/Cutter, Fork Life or Walk Behind(power operated), Generator, Hydra Hammer,Compactors(mechanical or hand operated), Pin Puller, Portable Heaters, Power Booms, Power Buggies, Pump(double action diaphragm) CLASS"E". Page 54 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County Batching Plant, Generator,Grinder,Mixer,Mulching Machine, Oiler, Pump(gypsum), Pump(single action diaphragm),Stump Chipper,Track Tamper,Tractor(caterpiller or wheel),Vibrator, Deckhand on Workboat. 07/01/2014 Class"AA" $69 79 Cranes:Boom length over 100 feet add$1 00 per hour """ 150""$ 1.50"" """250""$2.00"" """350""$3.00"" Class"A" $58.28 Add$3 50 for Hazardous Waste Work Class"B" $55 38 Add$2.50 for Hazardous Waste Work Class"C" $53 44 ' Add$1.50 for Hazardous Waste Work Class"D" $49 53 Add$1.00 for Hazardous Waste Work Class"E" $47.58 SUPPLEMENTAL BENEFITS Per Hour: All Classes $31.45 Overtime Rate 24 35 OVERTIME PAY See(D, 0)on OVERTIME PAGE HOLIDAY Paid: See(5,6, 15, 16,25)on HOLIDAY PAGE Overtime. See(5,6, 15, 16,25)on HOLIDAY PAGE - "NOTE" Employee must be Employed day before and day after Holiday to recieve Holiday Pay. REGISTERED APPRENTICES One(1)Year Terms at the following Rate. , 1st Term $20 84 2nd Term 21.67 3rd Term 22 33 , Supplemental Benefits per hour. , All Apprentices $15.64 Overtime Rate 5.60 ' 4-138 Operating Engineer-Building/Heavy&Highway 05/01/2015 JOB DESCRIPTION Operating Engineer-Building/Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES , Per Hour 07/01/2014 , Well Driller $33 98 _ Well Driller Helper $29.76 - , Hazardous Waste Differential , Added to Hourly Wage: Level A $3.00 Level B 2.00 Page 55 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County Level C 1 00 Monitoring Well Work Add to Hourly Wage Level A $3 00 Level B 2 00 SUPPLEMENTAL BENEFITS Per Hour: 07/01/2014 Well Driller $ 10%of straight &Helper time rate plus$ 10.79 Additional$3 42 for Premium Time OVERTIME PAY See(B, E, G, P)on OVERTIME PAGE HOLIDAY Paid• See(5, 6, 16,23)on HOLIDAY PAGE Overtime See(5,6, 16,23)on HOLIDAY PAGE REGISTERED APPRENTICES Apprentices at 12 Month Terms Wages Per Hour• 07/01/2014 1st Term $20 84 2nd Term $21 67 3rd Term $22.33 SUPPLEMENTAL BENIFITS Per Hour: 1st Term 10%of Wage+$5.10 2nd Term 10%of Wage+$560 3rd Term 10%of Wage+$660 BENEFITS AT PREMIUM TIME Per Hour 1st Term 10°/0 of Wage+$585 2nd Term 10%of Wage+$6.60 3rd Term 10%of Wage+$8.10 4-138well Operating Engineer-Heavy&Highway 05/01/2015 JOB DESCRIPTION Operating Engineer-Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Nassau,Suffolk WAGES HEAVY/HIGHWAY CATEGORIES. CLASS"AA"CRANES Crane,Truck Crane, Derrick, Dragline, Dredge, Crawler Crane,Tower Crane, Pile Driver CLASS"A" Asphalt Spreader, Backhoe Crawler/Hydraulic Excavator(360 up to&over 150,000Ibs), Barrier Machine, Cherrypicker(over 70 tons), Concrete Pump, Grader, Gradall, Hoist, Loading Machine(bucket 10 yds. or more), Laser Screed, Milling Machine(Large), Power Winch- Stone Setting/Structural Steel or Truck Mounted, Powerhouse, Road Paver,Scoop-Carryall-Scaper in Tandem, Side Boom Tractor, Stone Spreader(self propelled), Striping Machine(long line/truck mounted),Tree Graple,Tank Work,Track Alignment Machine. CLASS"B". Backhoe(other than 360), Boom Truck, Bulldozer, Boring Machine/Auger, Cherry Picker(under 70 tons), Conveyor-Multi, Post Hole-Auger, Fork Lift, Hoist(2 drum), Loading Machine&Front Loader, Mulch Machine(machine fed), Power Wincher(all others not included in class A), Asphalt Roller, Hydraulic Pump with Boring Machine, Scoop, Carryall/Scraper, Skid Loader/Skid Steer, Maintenance Man on Tower Crane, Trenching Machine,Vermeer Cutter,Work Boat. CLASS"C" Page 56 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County Boiler(Thermoplastic), Curb Machine(Asphalt&Concrete), Maintenance Engineer(Small Equip. &Well Point), Field Mechanic, Milling Machine(Small), Pulvi Mixer, Pumps(Hydralic&4in or over),Roller(Dirt),Vac-All(Truck),Jet Pump (Truck),Power Winch(Truck Mounted), Compressor(Structural Steel&2 or more Batteries),Concrete Finish Machine,Concrete Spreader, Conveyor, Curing Machine, Fireman, Hoist(One Drum), Ridge Cutter, Shot Blaster,Welding Machine(Structural Steel&Pile Work). CLASS"D": Compressor(Pile,Crane,Stone Setting), Concrete Saw Cutter/Breaker,Work Lift(Walk Behind,Power Operated), Generator(Pile Work),Hydra Hammer, Hand Operated Compactor, Pin Puller, Portable Heater, Powered Broom/Buggy/Grinder, Pum(Single)Action-1 to 3 Inches/Gypsum/Double Action Diaphragm),Welding Machine, Robotic Units, Hand Line Striper CLASS"E" Batching Plant(On Job Site), Compressor,Generator,Grinder, Mixer, Mulching Machine(Hand Feed), Oiler, Pumps(Single action up to 3 In), Root Cutter, Stump Chipper, Oiler on Tower Crane,Trenching Machine(Hand,walk behind),Track Tamper,Tractor,Vibrator, Deckhand on Work Boat. 07/01/2014 ' Class"AA" $6912 Cranes: Boom Length over 100 feet add$1.00 per hour """ 150""$ 1 50"" """250""$200"" """350""$300"" Class"A" $61 35* *Add$3.50 for Hazardous Waste Work Class"B" $57 43* *Add$2.50 for Hazardous Waste Work Class"C" $55 44* *Add$1.50 for Hazardous Waste Work Class"D" $51 43* *Add$1 00 for Hazardous Waste Work Class"E" $49 47 "NOTE".ADD 30%to straight time hrly wage for NEW YORK STATE D.O T and other GOVERNMENTAL MANDATED off-shift work SUPPLEMENTAL BENEFITS Per Hour: ALL CLASSES $31.70 ' Note OVERTIME AMOUNT $24 35 OVERTIME PAY See(D,0)on OVERTIME PAGE HOLIDAY Paid. See(5,6,7,8)on HOLIDAY PAGE Overtime' See(5,6,7,8)on HOLIDAY PAGE "Note" Employee must be employed day before and day after a holiday to receive holiday pay. REGISTERED APPRENTICES REGISTERED APPRENTICES One(1)Year Terms at the following Rate 1st Term $20.84 2nd Term 21.67 3rd Term 22.33 SUPPLEMENTAL: APPRENTICES 15 64 Note: OVERTIME AMOUNT 5 60 4-138 Page 57 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County Operating Engineer-Heavy&Highway 05/01/2015 JOB DESCRIPTION Operating Engineer-Heavy&Highway ,_ DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES Party Chief-One who directs a survey party Instrument Man-One who runs the instrument and assists Party Chief Rodman-One who holds the rod and in general, assists the survey party Categories cover GPS&Under Ground Surveying Per Hour 07/01/2014 Heavy Highway/Building Party Chief $60 40 Instrument Man 46 02 Rodman 39 46 SUPPLEMENTAL BENEFITS Per Hour. Heavy Highway/Building $30 62 Premium*: Heavy Highway/Building $42 74 Premium** Heavy Highway/Building $54.84 *Applies to instances where 1-1/2 regular rate are paid **Applies to instances where 2 times the rate are paid. OVERTIME PAY See(B,*E, Q)on OVERTIME PAGE *Doubletime paid on the 9th hour on Saturday HOLIDAY Paid See(5,6,8, 11, 12, 15,25)on HOLIDAY PAGE Overtime See(5,6, 8, 11, 12, 15,25)on HOLIDAY PAGE 4-15D-N/S co. Operating Engineer-Marine Construction 05/01/2015 JOB DESCRIPTION Operating Engineer-Marine Construction DISTRICT 4 ENTIRE COUNTIES Albany,Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua,Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton,Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe, Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer, Richmond, Rockland,Saratoga, Schenectady, Schohane, Schuyler, Seneca, St Lawrence, Steuben, Suffolk, Sullivan,Tioga,Tompkins, Ulster,Warren,Washington,Wayne,Westchester,Wyoming,Yates WAGES Per Hour: DREDGING OPERATIONS 07/01/2014 10/01/2014 CLASS A Operator, Leverman, $34 73 $35.63 Lead Dredgeman CLASS Al To conform to Operating Engineer Dozer,Front Loader Prevailing Wage in locality where work Operator is being performed including benefits. CLASS B Spider/Spill Barge Operator, $30 05 $30 81 Tug Operator(overl 000hp), Operatorll, Fill Placer, Derrick Operator, Engineer, Chief Mate, Electrician, Page 58 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County Chief Welder, Maintenance Engineer Certified Welder, $28.30 $29.01 Boat Operator(licensed) CLASS C Drag Barge Operator, $27 54 $28 22 Steward,Mate, Assistant Fill Placer, Welder(please add)$0.06 Boat Operator $26 55 $27.30 CLASS D Shoreman, Deckhand, $22.17 $22 68 Rodman,Scowman,Cook, Messman, Porter/Janitor Oiler(please add)$0 09 SUPPLEMENTAL BENEFITS Per Hour. THE FOLLOWING SUPPLEMENTAL BENEFITS APPLY TO ALL CATEGORIES 07/01/2014 10/01/2014 All Classes A&B $9 42 plus 8% $9 99 plus 8% of straight time of straight time wage, Overtime hours wage,Overtime hours add$0 63 add$0 63 All Class C $9 12 plus 8% $9 69 plus 8% of straight time of straight time wage, Overtime hours wage,Overtime hours add$0 48 add$0 48 All Class D $8 82 plus 8% $9 39 plus 8% of straight time of straight time wage, Overtime hours wage,Overtime hours add$0.33 add$0.33 OVERTIME PAY ' See(B, F, R)on OVERTIME PAGE HOLIDAY ' Paid. See(1)on HOLIDAY PAGE ' Overtime See(5,6, 8, 15, 26)on HOLIDAY PAGE 4-25a-MarConst Operating Engineer-Survey Crew-Consulting Engineer 05/01/2015 JOB DESCRIPTION Operating Engineer-Survey Crew-Consulting Engineer DISTRICT 9 ENTIRE COUNTIES • Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Suffolk,Westchester PARTIAL COUNTIES ' Dutchess. That part in Duchess County lying South of the North City line of Poughkeepsie. WAGES Feasibility and preliminary design surveying, any line and grade surveying for inspection or supervision of construction. Per hour 07/01/2014 07/01/2015 07/01/2016 Survey Classifications Additional Additional Party Chief $36 01 $ 1.63* $2 24* Instrument Man • 29 75 1.44* 1 98* Rodman 25 80 1.32* 1 82* *To be allocated at a future date SUPPLEMENTAL BENEFITS Page 59 • Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County Per Hour. All Crew Members: $ 18.50 $18.50 $ 18.50 OVERTIME PAY OVERTIME:. .See(B, E*, Q,V)ON OVERTIME PAGE. *Doubletime paid on the 9th hour on Saturday HOLIDAY Paid See(5,6,7, 11, 16)on HOLIDAY PAGE Overtime: See(5, 6,7, 11, 16)on HOLIDAY PAGE 9-15dconsult Operating Engineer-Trenchless Pipe Rehab 05/01/2015 JOB DESCRIPTION Operating Engineer-Trenchless Pipe Rehab DISTRICT 4 ENTIRE COUNTIES Nassau,Suffolk WAGES IMPORTANT NOTE.This Category&Classifications are now located in Operating Engineers/Heavy Highway&Laborers/Heavy Highway. Per Hour. 07/01/2014 (SEE) Robotic Unit Operator Operator(class D) Technician/Boiler,Generator Operator(classes C&D) AM Liner/Hydra Seal Laborer(Grp#3) Hobas Pipe, Polyethyene Pipe or- Pull and Inflate Liner Laborer(Grp#3) OVERTIME PAY HOLIDAY 4-138TrchPReh Painter • - 05/01/2015 JOB DESCRIPTION Painter DISTRICT 8 ENTIRE COUNTIES Putnam, Suffolk,Westchester -PARTIAL COUNTIES Nassau All of Nassau except the areas described below.Atlantic Beach, Ceaderhurst, East Rockaway, Gibson, Hewlett, Hewlett Bay, Hewlett Neck, Hewlett Park, Inwood, Lawrence, Lido Beach, Long Beach, parts of Lynbrook,parts of Oceanside, parts of Valley Stream, and Woodmere Starting on the South side of Sunrise Hwy in Valley Stream running east to Windsor and Rockaway Ave., Rockville Centre is the boundary line up to Lawson Blvd turn right going west all the above territory.Starting at Union Turnpike and Lakeville Rd going north to Northern Blvd.the west side of Lakeville road to Northern blvd.At Northern blvd going east the district north of Northern blvd.to Port Washington Blvd.West of Port Washington blvd to St.Francis Hospital then north of first traffic light to Port Washington and Sands Point, Manor HAven, Harbour Acres WAGES Per hour 07/01/2014 Drywall Taper $41.75 SUPPLEMENTAL BENEFITS Per hour worked- 07/01/2014 Journeyman $20.97 OVERTIME PAY See(A, H)on OVERTIME PAGE For Journeyman: Deduct$4 25 from wage rate BEFORE calculating overtime pay. Page 60 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County For Apprentices. Deduct$2 44 from 2nd term wage rate, and$3 25 from 3rd term wage rate BEFORE calculating overtime pay HOLIDAY Paid' See(1)on HOLIDAY PAGE Overtime See(4, 5,6,25)on HOLIDAY PAGE REGISTERED APPRENTICES Wages(per Hour) 07/01/2014 1500 hour terms at the following wage rate. 1st term $ 18.13 2nd term $27 19 3rd term $36 26 Suppemental Benefits per hour: One year term(1500 hours)at the following dollar amount 1st year $ 1025 2nd year $ 16 43 3rd year $ 19 25 8-NYDCT9-DWT Painter 05/01/2015 JOB DESCRIPTION Painter DISTRICT 8 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Putnam,Queens, Richmond, Suffolk,Westchester WAGES Per hour 07/01/2014 Brush $43 75 Abatement/Removal of lead based $43 75 or lead containing paint on materials to be repainted Spray&Scaffold $46.75 Fire Escape $46.75 Decorator $46.75 , Paperhanger/Wall Coverer $41.08 SUPPLEMENTAL BENEFITS Per hour worked 07/01/2014 Paperhanger $29.33 All others $20.97 Premium* $23 47* *Applies only to"All others"catergory,not paperhanger journeyman. OVERTIME PAY See(A, H)on OVERTIME PAGE HOLIDAY Paid See(1)on HOLIDAY PAGE Overtime' See(5,6, 16, 25)on HOLIDAY PAGE REGISTERED APPRENTICES Indentured after 5/31/93( 1 )year terms at the following wage rate i (per hour) 07/01/2014 Appr 1st term.. $ 16 55 Page 61 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County Appr 2nd term... $21.66 Appr 3rd term .. $26.24 Appr 4th term .. $35 02 Spplemental benefis• (per Hour worked) Appr 1st term . $10.23 _Appr 2nd term.. $12.92 . Appr 3rd term... $15 20 Appr 4th term.. $19 70 8-NYDC9-B/S ' Painter-Bridge&Structural Steel 05/01/2015 JOB DESCRIPTION Painter-Bridge&Structural Steel DISTRICT 8 ENTIRE COUNTIES . Albany, Bronx, Clinton, Columbia, Dutchess, Essex, Franklin, Fulton, Greene, Hamilton, Kings, Montgomery, Nassau, New York, Orange, Putnam,Queens, Rensselaer, Richmond, Rockland, Saratoga,Schenectady, Schoharie, Suffolk, Sullivan, Ulster,Warren,.Washington, Westchester WAGES ' Per Hour Worked: STEEL. Bridge Painting. 07/01/2014 10/01/2014 From May 1st to Nov. 15th- $47.00 $48.75 +538* +563* From Nov. 16th to April 30th- $47.00 $48.75 +538* +563' *Not subject to overtime and limited to first 40 hours NOTE All premium wages are to be calculated on$47.00 or$48.75 per hour only. EXCEPTION: During the period of May 1st to November 15th,for the first and last week of employment on the project, and for the weeks of Memorial Day, Independence Day and Labor Day,this rate shall be paid for the actual number of hours worked. Power Tool/Spray is an additional$6.00 per hour above hourly rate,whether straight time or overtime NOTE:Generally,for Bridge Painting Contracts,ALL WORKERS on and off the bridge(including Flagmen)are to be paid Painter's Rate;the contract must be ONLY for Bridge Painting SUPPLEMENTAL BENEFITS Per Hour Worked: Journeyworker 07/01/2014 10/01/2014 From May 1st to Nov. 15th- Hourly Rate up to 40 hours $28.20 $28.95 Hourly Rate after 40 hours 7.50 7.50 From Nov. 16th to April 30th- . Hourly Rate up to 50 hours 28 20 28.95 Hourly Rate after 50 hours 7 50 7.50 - - EXCEPTION: During the period of May 1st to November 15th,for the first and last week of employment on the project, and for the weeks of Memorial Day, Independence Day and Labor Day,this rate shall be paid for the actual number of hours worked. OVERTIME PAY See(A, F, R)on OVERTIME PAGE HOLIDAY Paid. See(1)on HOLIDAY PAGE Overtime. See(4,6)on HOLIDAY PAGE REGISTERED APPRENTICES (Wage per hour Worked) Apprentices: (1)year terms . 07/01/2014 10/01/2014 1st 90 days $20.96 $21.76 1st year after 90 days 20 96 21 76 Page 62 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County 2nd year 31 43 32 63 3rd year 41.91 43 51 . Supplemental Benefits per hour worked: 07/01/2014 10/01/2014 1st 90 days $ 8.29 $ 8 59 1st year after 90 days 8.54 8.84 2nd year 16.93 17.38 3rd year 22 57 26 17 8-DC-9/806/155-BrSS Painter-Line Striping 05/01/2015 JOB DESCRIPTION Painter-Line Striping DISTRICT 8 ENTIRE COUNTIES Albany, Bronx, Clinton,Columbia, Dutchess, Essex, Franklin, Fulton,Greene, Hamilton, Kings, Montgomery, Nassau, New York, Orange, Putnam,Queens, Rensselaer, Richmond, Rockland,Saratoga, Schenectady,Schoharie, Suffolk, Sullivan, Ulster,Warren,Washington, Westchester WAGES Per hour: Painter(Striping-Highway). 07/01/2014 Striping-Machine Operator* $27.11 Linerman Thermoplastic $32.37 Note.*Includes but is not limited to Positioning of cones and directing of traffic using hand held devices. Excludes the Driver/Operator of equipment used in the maintenance and protection of traffic safety Four(4),ten (10)hour days may be worked at straight time during a week NOTE-In order to use the'4 Day/10 Hour Work Schedule,'you must submit an'Employer Registration for Use of 4 Day/10 Hour Work Schedule,'form PW3OR;additionally,there must be a dispensation of hours in place on the project SUPPLEMENTAL BENEFITS Per hour paid: 07/01/2014 Journeyworker Striping-Machine operator $14.18 Linerman Thermoplastic $14.55 OVERTIME PAY See(B, E, E2, F, S)on OVERTIME PAGE HOLIDAY Paid See(5,20)on HOLIDAY PAGE Overtime: See(5, 8, 11, 12, 15, 16, 17,20,21,22)on HOLIDAY PAGE 8-1456-LS Painter-Metal Polisher 05/01/2015 ' JOB DESCRIPTION Painter-Metal Polisher DISTRICT 8 ENTIRE COUNTIES Albany,Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua,Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer,Jefferson, Kings, Lewis, Livingston, Madison, Monroe, Montgomery, Nassau, New York, Niagara,Oneida,Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer, Richmond,Rockland,Saratoga, Schenectady,Schoharie, Schuyler,Seneca, St Lawrence, Steuben, Suffolk,Sullivan,Tioga,Tompkins, Ulster,Warren,Washington,Wayne,Westchester,Wyoming,Yates WAGES 07/01/2014 Metal Polisher $27.15 Metal Polisher** 28.24 Metal Polisher*** 30.65 **Note:Applies on New Construction&complete renovation ***Note.Applies when working on scaffolds over 34 feet SUPPLEMENTAL BENEFITS Per Hour: 07/01/2014 Page 63 Prevailing Wage Rates for 07/01/2014:06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County Journeyworker: All classification '$13.61 OVERTIME PAY See(B, E, E2, P,T)on OVERTIME PAGE HOLIDAY Paid* See(5, 6, 11, 15, 16,25,26)on HOLIDAY PAGE Overtime: See(5,6, 9, 11, 15, 16,25,26)on HOLIDAY PAGE REGISTERED APPRENTICES Wages per hour: One(1)year term at the following wage rates: 1st 2nd 3rd $11 00 $12.50 $15.50 Supplentals benefits: Per hour paid: 1st 2nd 3rd $994 $10.31 $10.51 8-8A/28A-MP Plasterer 05/01/2015 JOB DESCRIPTION Plasterer DISTRICT 9 ENTIRE COUNTIES Kings, Nassau,Queens, Suffolk PARTIAL COUNTIES , New York. Includes work in all Islands in New York City,except Manhattan WAGES Per hour 07/01/2014 ' Building Plasterer/Traditional $35 53 SUPPLEMENTAL BENEFITS Per hour worked: Journeyworker $21.80 OVERTIME PAY See(B, E, E2, Q)on OVERTIME PAGE HOLIDAY • Paid: See(1)on HOLIDAY PAGE Overtime: See(5,6, 8, 11, 13,25,26)on HOLIDAY PAGE REGISTERED APPRENTICES Wages. (per hour) ( 1 )year terms at the following%Journeyworkers wage rate First year: 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 r 70% 75% Supplemental Benefits: (per hour paid). • (1)year term broken down into six month periods: 1st year 1st six months $8.37 2nd six months 9.35 3rd six months 11.35 4th six months 12.33 5th six months 14.33 6th six months 15.33 9-530-Z1 Page 64 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 - PRC Number 2015005073 Suffolk County Plumber 05/01/2015 JOB DESCRIPTION Plumber DISTRICT 4 ENTIRE COUNTIES Nassau,Suffolk WAGES Per Hour. 07/01/2014 05/01/2015 Plumber MAINTENANCE ONLY $29 46 $29.96 Maintenance: Correction of problem(s)with the existing fixture or group of fixtures, preventive repairs or servicing of said fixtures SUPPLEMENTAL BENEFITS SUPPLEMENTAL BENEFITS Per Hour: Plumber Maintenance _ $ 12 05 $13.55 OVERTIME PAY ' See(B,J)on OVERTIME PAGE HOLIDAY Paid: See(1)on HOLIDAY PAGE Overtime: See(5,6, 15, 16)on HOLIDAY PAGE 4-200 Maintance Plumber ' 05/01/2015 , JOB DESCRIPTION Plumber DISTRICT 4 ENTIRE COUNTIES Nassau,Suffolk WAGES Per Hour: 07/01/2014 Plumber/ PUMP&TANK $43.24 SUPPLEMENTAL BENEFITS - Per Hour: Plumber $23 06 OVERTIME PAY See(B, Q,*V)on OVERTIME PAGE (V) For Sundays&Holidays if Worked Only ' HOLIDAY Paid• See(1)on HOLIDAY PAGE Overtime. See(5,6, 16,25)on HOLIDAY PAGE REGISTERED APPRENTICES One(1)Year Terms at the Following Percentage of Journeymans wage: 1st Term 30% 2nd Term 40% 3rd Term 50% 4th Term 60% ' 5th Term 70% 6th Term 85% Supplemental Benifits Per Hour: 1st Term $11.38 2nd Term $12.01 3rd Term $12.79 4th Term $13 16 5th Term $16 36 6th Term $19.65 4-200 Pump&Tank Page 65 ' Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County Plumber 05/01/2015 JOB DESCRIPTION Plumber DISTRICT 4 ENTIRE COUNTIES Nassau,Suffolk WAGES Per Hour: 07/01/2014 11/01/2014 Plumber $48 48 $48 48 SUPPLEMENTAL BENEFITS Per Hour: Plumber $34 27 $35.77 OVERTIME PAY See(A, E,Q, *V)on OVERTIME PAGE CODE"V"is only for SUNDAYS and HOLIDAYS WORKED HOLIDAY Paid See(1)on HOLIDAY PAGE Overtime See(5, 6, 15, 16,25)on HOLIDAY PAGE REGISTERED APPRENTICES One(1)Year Terms at the following percentage of Plumbers Rate: 1st Term 2nd Term 3rd Term 4th Term 5th Term 30% 40% 50% 60% 70% Supplemental Benefits per hour: 07/01/2014 11/01/2014 1st Term $20.75 $22.25 2nd Term - 23 06 24.56 3rd Term 24.43 25.93 4th Term 25.92 27 42 5th Term 27.56 29 00 4-200 Roofer 05/01/2015 JOB DESCRIPTION Roofer DISTRICT 4 ENTIRE COUNTIES Nassau,Suffolk WAGES Per Hour 07/01/2014 10/01/2014 ROOFER/Waterproofer Total Wage $43 00 $43.00 to be Paid "Base"Wage $39.00** $39.00** SUPPLEMENTAL BENEFITS Per Hour. ROOFER/Waterproofer $25 61 $27.11 OVERTIME PAY Per Hour. NEW ROOF SEE(B,E,Q) RE-ROOF SEE (B,E,E2,Q) NOTE**Overtime Pay to be calculated on"BASE"Wage then add$4.00. (Example:$39.00 x time and one half=$58 50+$4.00=$62.50) HOLIDAY Paid: See(1)on HOLIDAY PAGE Overtime: See(5, 6, 13, 16,25)on HOLIDAY PAGE REGISTERED APPRENTICES Page 66 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County (1)Year terms at the following Percentage of Roofers/Waterproofers Wage 1st 2nd 3rd 4th 40% 50% 70% 80% Supplemental Benefits per hour: 07/01/2014 10/01/2014 1st Term $ 7.20 $ 7.38 2nd Term 8.99 9.23 3rd Term 12.58 12.92 4th Term 14.37 14.77 4-154 Sheetmetal Worker 05101/2015 JOB DESCRIPTION Sheetmetal Worker DISTRICT 4 ENTIRE COUNTIES - Bronx, Kings, Nassau, New York, Queens, Richmond,Suffolk • WAGES Per Hour• 07/01/2014 . _ Sheetmetal Worker $50.67 Temporary Operation or Maintenace of Fans 40.42 SUPPLEMENTAL BENEFITS Per Hour: Sheetmetal Worker ' , $39.91 Maintenance Worker 39.91 OVERTIME PAY See(A, E, E2, Q,V)on OVERTIME PAGE For Maintenance See Codes B,E, Q&V HOLIDAY Paid. See(1)on HOLIDAY PAGE Overtime: See(5,6, 11, 15, 16,25,26)on HOLIDAY PAGE REGISTERED APPRENTICES Per Hour.Wages Six(6)Month Terms As Follows. 1st Term $14.35 2nd Term 17 72 _ 3rd Term 22.12 4th Term 24.89 5th Term 26.24 6th Term 28.45 7th Term 34.53 8th Term 37 23 9th Term 40.34 Per Hour:Supplemental Benifits 1st Term $5.50 2nd Term 14.80 3rd Term 21 51 4th Term 23.31 5th Term 24.94 • 6th Term 27.04 7th Term 30.60 8th Term 31.77 9th Term 32.94 . 4-28 Page 67 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor I Last Published on May 01 2015 PRC Number 2015005073 Suffolk County Sheetmetal Worker • • 05/0112015 I JOB DESCRIPTION Sheetmetal Worker DISTRICT 4 ENTIRE COUNTIES Bronx,Kings, Nassau, New York, Queens, Richmond, Rockland, Suffolk,Westchester WAGES ' Per Hour 07/01/2014 08/01/2014 Sign Erector $44.20 $45.60 l e NOTE•Overhead Highway Signs and Structurally Supported Signs(See IRON WORKER CLASS) SUPPLEMENTAL BENEFITS Per Hour. 07/01/2014 08/01/2014 Sign Erector $38 22 $40 25 OVERTIME PAY See(A, F,S)on OVERTIME PAGE HOLIDAY Paid- See(5,6,10, 11, 12, 16,25)on HOLIDAY PAGE , Overtime: See(5,6, 10, 11, 12, 16,25)on HOLIDAY PAGE 'REGISTERED APPRENTICES ' - Per Hour: 6 month Terms at the following percentage of Sign Erectors wage rate . 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 35% 40% 45% 50% 55% 60% 65% 70% 75% . 80% SUPPLEMENTAL BENEFITS Per Hour 1st 2nd . 3rd 4th 5th 6th 7th 8th 9th 10th $11 08 $12.55 $14 04 $15 51 $21 93 $23.86 $26.46 $28 45 $30.42 $32.40 4-137-SE • Steamfitter - 05/01/2015 JOB DESCRIPTION Steamfitter - DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond,Suffolk WAGES . Per Hour: 07/01/2014 Steam/Sprinkler $58.81 Fitter i Temporary $44.71 Heat&AC I NOTE•Add 30%to Hourly Wage for"Contracting Agency"Mandated Off Shift Work. SUPPLEMENTAL BENEFITS , Per Hour. Steam/Sprinkler $45.67 Fitter -- Temporary $37.26 Heat&AC • OVERTIME PAY See(C,*D,0,V)on OVERTIME PAGE (*D)On all HVAC and Mechanical contracts that do not excedd $15,000,000.and on all fire protection/sprinklet contracts that do not exceed $1,500,000. Page 68 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015, PRC Number 2015005073 Suffolk County HOLIDAY ' Paid' See(1)on HOLIDAY PAGE ' Overtime: ' See(5,6, 11, 15, 16,25)on HOLIDAY PAGE " REGISTERED APPRENTICES _ 1 year Terms at the Following: • WAGES per hour: " 1st Term 2nd Term, 3rd Term 4th Term 5th Term ' $23 56 $29 44 $38.25 $4706 ' $50 00 , SUPPLEMENTAL BENEFIT . Per Hour. 1st Term 2nd Term 3rd Term 4th Term 5th Term $ 18 79 $23 29 $29'99 $36 71 $38.95 - ' 4-638A-StmSpFtr Steamfitter 05/01/2015 JOB DESCRIPTION Steamfitter DISTRICT 4 , ENTIRE COUNTIES , " Bronx„Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES , ' ` Per Hour 07/01/2014 01/01/2015 ` ' Additional ' AC Service/Heat Service ' $38.30 - $0.75” ' Steamfitter Maintenance Refrigeration,NC, Oil Burner and Stoker Service and Repair . . ' Refrigeration Compressor installation up to 5hp(combined). , Air Condition/Heating Compressor installation up to 10hp(combined) , -- (*)To be allocated at a later date " , SUPPLEMENTAL BENEFITS " Per Hour . , AC Service/Heat Service $9.70 Steamfitter Maintenance ' OVERTIME PAY ' - See(B, E,Q)on OVERTIME PAGE HOLIDAY ' Paid: See(5,6, 11, 15,25,26)on HOLIDAY PAGE : 4-638B-StmFtrRef Teamster-Asphalt Delivery 05/01/2015' JOB DESCRIPTION Teamster-Asphalt Delivery " DISTRICT 4 , ENTIRE COUNTIES , Nassau, Suffolk , WAGES Per Hour: Heavy Construction Work: - , Shall include the supply of Asphalt for construction, improvement and modification of all or any part of Streets, Highways, Bridges, Tunnels,Railroads, Canals, Dams,Airports, Schools, Power Generation Plants,where distance between project and asphalt plant is not more than 50 miles. TRUCK DRIVER 07/01/2014 Asphalt Delivery $35 105 Light Construction Work: , Page 69 . , - Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County Shall include the supply of Asphalt for construction of Single&Multi Family Homes,Town Houses,Apartment Buildings,including Driveways,Streets and Curbs within those projects. Parking Lots, Office Buildings,where distance between project and asphalt plant is not more than 50 miles TRUCK DRIVER 07/01/2014 Asphalt Delivery $28 89 ' SUPPLEMENTAL BENEFITS' Per Hour Heavy Construction Work TRUCK DRIVER 07/01/2014 Asphalt Delivery $40 1825 Light Construction Work TRUCK DRIVER 07/01/2014 Asphalt Delivery $11.55 OVERTIME PAY ' See(B,*B2, E,**I, P,***R,****U)on OVERTIME PAGE (NOTE)PREMIUM PAY of 25%on straight time hours for New York State D O.T and or other GOVERNMENTAL MANDATED off shift work Note:(B,E,P,T&*U)Apply to Heavy Construction Note.(B2,I,T&*U)Apply to Light Construction. Note.(*U)Only applies after 8 hours worked on holiday • HOLIDAY Paid: See(1)on HOLIDAY PAGE Overtime. See(5,6,*16,**25)on HOLIDAY PAGE NOTE•(*16)Paid at Double if Worked, (**25)Paid at Double if Worked. 4-282 Teamster-Building - 05/01/2015 JOB DESCRIPTION Teamster-Building- DISTRICT 4 ENTIRE COUNTIES ' Nassau, Suffolk WAGES • Per Hour. Truck Driver(Building Demolition&Debris) ' 07/01/2014 Trailers $29.98 - Straight Jobs $29 68 SUPPLEMENTAL BENEFITS _ ' Per Hour. ' All Classifications - ' 07/01/2014 $31 34 , OVERTIME PAY See(B, E, S1)on OVERTIME PAGE HOLIDAY Paid - See(1)on HOLIDAY PAGE Overtime. See(5,6, 8, 11, 12, 15, 25, 26)on HOLIDAY PAGE 4-282 Teamster-Delivery of Concrete 05/01/2015 JOB DESCRIPTION Teamster-Delivery of Concrete DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk , WAGES Per Hour Page 70 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County Heavy Construction Work: Shall Include the supply of Ready-Mix Concrete for construction, improvment and modification of all or any part of Streets, Highways, Bridges,Tunnels, Railroads, Canals, Dams,Airports, Schools&Power Generation Plants,where distance between project and asphalt plant is not more than 50 miles. TRUCK DRIVER , 07/01/2014 Concrete Delivery $37.065 Light Construction Work: Shall include the supply of Ready-Mix Concrete for construction of Single&Multi Family Homes,Town Houses,Apartment Buildings, including Driveways, Streets and Curbs within those projects Parking Lots and,Office Buildings,where distance between project and asphalt plant is not more than 50 miles ' - TRUCK DRIVER 07/01/2014 Concrete Delivery $33 765 , SUPPLEMENTAL BENEFITS , Per Hour: ' Heavy Construction Work 07/01/2014 Concrete Delivery $37.125 Light Construction Work 07/01/2014 Concrete Delivery $ 11.525, OVERTIME PAY • . ' NOTE Heavy Construction:B2,l Light Construction B,E,P HOLIDAY , Paid- See(1)on HOLIDAY PAGE Overtime: See(5,6,*16,**25)on HOLIDAY PAGE NOTE(*16)Paid at Double if Worked (**25)Paid at Double if Worked. 4-282ns Teamster-Heavy&Highway 05/01/2015 JOB DESCRIPTION Teamster-Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Nassau,Suffolk - WAGES Per Hour: Heavy Construction Work. Shall include the construction, improvement or modification of all or any part of streets, highways, Bridges,Tunnels, Railroads, Canals, Dams,Airports, Schools, Power Generation Plants 07/01/2014 ' Site Excavating • ' (Chauffeurs) $35 105 Light Construction Work Shall include the construction, improvment and modification of Single-&Multi Family Homes,Town Houses,Apartment Buildings, including driveways, Streets and Curbs within those projects Parking Lots and Office Buildings. 07/01/2014 Site Excavating (Chauffeurs) $28 89 SUPPLEMENTAL BENEFITS Per Hour 07/01/2014 Heavy Construction Work , Chauffeurs $40 1825 Light Construction Work Page 71, , Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Suffolk County _ Chauffers $11.55 OVERTIME PAY See(B, *B2, E,**I, P,***R,****U)on OVERTIME PAGE - (NOTE)PREMIUM PAY of 25%on straight time hours for NEW YORK STATE D.O T.and or other GOVERMENTAL MANDATED off shift work. Note.(B,E,P,T&*U)Apply to Heavy Construction Note (62,I,T&*U)Apply to Light Construction - • Note (*U)Only applies after 8 hours work on holiday HOLIDAY Paid: See(1)on HOLIDAY PAGE Overtime See(5,6,*16,**25)on HOLIDAY PAGE NOTE.(*16)Paid at Double if Worked. (**25)Paid at Double if Worked 4-282 Welder 05/01/2015 JOB DESCRIPTION Welder DISTRICT 1 ENTIRE COUNTIES - Albany,Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua,Chemung, Chenango,Clinton, Columbia,Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee,Greene, Hamilton,'Herkimer,Jefferson, Kings, Lewis, Livingston, Madison, Monroe, ; Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange,Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady,Schoharie, Schuyler, Seneca,St Lawrence, Steuben, Suffolk, Sullivan,Tioga,Tompkins, Ulster,Warren,Washington,Wayne,Westchester,Wyoming,Yates WAGES Per hour 07/01/2014 Welder (To be paid the same rate of the mechanic performing the work) OVERTIME PAY HOLIDAY 1-As Per Trade • • • • Page 72 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor. Last Published.on May 01 2015 PRC Number 2015005073 Overtime Codes Following is an explanation of the code(s)listed in the OVERTIME section of each classification contained in the attached schedule. Additional requirements may also be listed in the HOLIDAY section. NOTE.Supplemental Benefits are'Per hour worked'(for each hour worked)unless otherwise noted (AA) Time and one half of the hourly rate after 7 and one half hours per day (A ) Time and one half of the hourly rate after 7 hours per day ' (B ) Time and one half of the hourly rate after 8 hours per day (B1 ) Time and one half of the hourly rate for the 9th&10th hours week days and the 1st 8 hours on Saturday Double the hourly rate for all additional hours (B2) Time and one half of the hourly rate after 40 hours per week (C ) Double the hourly rate after 7 hours per day ' (Cl ) Double the hourly rate after 7 and one half hours per day (D ) Double the hourly rate after 8 hours per day (D1 ) Double the hourly rate after 9 hours per day ( E ) Time and one half of the hourly rate on Saturday (E1 ) Time and one half 1st 4 hours on Saturday; Double the hourly rate all additional Saturday hours ( E2) Saturday may be used as a make-up day at straightiime when a day is lost during that week due to inclement ' weather ( E3) Between November 1st and March 3rd Saturday may be used as a make-up day at straight time when a day is lost during that week due to inclement weather, provided a given employee has worked between 16 and 32 hours that week (E4) Saturday and Sunday may be used as a make-up day at straight time when a day is lost during that week due to inclement weather ( E5) Double time after 8 hours on Saturdays (F ) Time and one half of the hourly rate on Saturday and Sunday , (G ) Time and one half of the hourly rate on Saturday and Holidays ( H ) ' Time and one half of the hourly rate on Saturday, Sunday, and Holidays ( I ) Time and one half of,the hourly rate on Sunday (J ) Time and one half of the hourly rate on Sunday and Holidays (K ) Time and one half of the hourly rate on Holidays ( L ) Double the hourly rate on Saturday (M ) Double the hourly rate on Saturday and Sunday ' (N ) Double the hourly rate on Saturday and Holidays (O ) 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 1 Page 73 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 (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 Page 74 Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor Last Published on May 01 2015 PRC Number 2015005073 Holiday Codes PAID Holidays. Paid Holidays are days for which an eligible employee receives a regular day's pay,but is not required to perform work If an employee works on a day listed as a paid holiday,this remuneration is in addition to payment of the required prevailing rate for the work actually performed OVERTIME Holiday Pay. Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employee actually performs work on such holidays The applicable holidays are listed under HOLIDAYS OVERTIME The required rate of pay for these covered holidays can be found in the OVERTIME PAY section listings for each classification Following is an explanation of the code(s)listed in the HOLIDAY section of each classification contained in the attached schedule.The Holidays as listed below are to be paid at the wage rates at which the employee is normally classified ( 1 ) None (2) Labor Day (3) Memorial Day and Labor Day (4) Memorial Day and July 4th (5) Memorial Day,July 4th,and Labor Day (6) New Year's,Thanksgiving, and Christmas (7) Lincoln's Birthday,Washington's Birthday, and Veterans Day (8) Good Friday (9) Lincoln's Birthday ( 10) Washington's Birthday ( 11 ) Columbus Day ( 12) Election Day ( 13) Presidential Election Day ( 14) 1/2 Day on Presidential Election Day ( 15) Veterans Day ( 16) Day after Thanksgiving (17) July 4th ( 18) 1/2 Day before Christmas ( 19) 1/2 Day before New Years (20) Thanksgiving (21 ) New Year's Day (22) Christmas (23) Day before Christmas (24) Day before New Year's (25) Presidents' Day (26) Martin Luther King, Jr Day (27) Memorial Day Page 75 pF NE[{,•t New York State Department of Labor-Bureau of Public Work State Office Building Campus t7 i„' �,,, uy Building 12-Room 130 eo -= • Albany,New York 12240 REQUEST FOR WAGE AND SUPPLEMENT INFORMATION As Required by Articles 8 and 9 of the NYS Labor Law Fax (518) 485-1870 or mail this form for new schedules or for determination for additional occupations. This Form Must Be Typed Submitted By: (Check Only One) ❑ Contracting Agency n Architect or Engineering Firm ❑ Public Work District Office Date: A. Public Work Contract to be let by: (Enter Data Pertaining to Contracting/Public Agency) 1 Name and complete address E (Check if new or change) 2 NY State Units(see Item 5) ❑07 City ❑ 01 DOT ❑08 Local School District ❑ 02 OGS ❑09 Special Local District,i e., ❑ 03 Dormitory Authority Fire,Sewer,Water District ❑ 04 State University ❑ 10 Village Construction Fund 0 11 Town ❑ 05 Mental Hygiene 0 12 County Telephone ,( ) Fax ( ) Facilities Corp 0 13 Other Non-N Y State E Mail 0 06 OTHER N.Y.STATE UNIT (Describe) 3 SEND REPLY TO 0 check if new or change) 4.SERVICE REQUIRED.Check appropriate box and provide project Name and complete address: information ❑ New Schedule of Wages and Supplements. APPROXIMATE BID DATE ❑ Additional Occupation and/or Redetermination Telephone:( ) Fax: ( ) PRC NUMBER ISSUED PREVIOUSLY FOR OFFICE USE ONLY PROJECT ; E-Mail: B. PROJECT PARTICULARS - 15 Project Title 6 Location of Project Location on Site Description of Work Route No/Street Address Village or City Contract Identification Number Town Note: For NYS units,the OSC Contract No. - County 7.Nature of Project-Check One. 8 OCCUPATION FOR PROJECT ❑ 1. New Building ❑ 2.Addition to Existing Structure 0 Construction(Building, Heavy 0 ,Guards,Watchmen Highway/Sewer/Water) o Janitors, Porters,Cleaners, ❑ 3 Heavy and Highway Construction(New and Repair) 0 Tunnel Elevator Operators” ❑ 4. New Sewer or Waterline 0 Residential 0 Moving furniture and ❑ 5.Other New Construction(Explain) - ❑ Landscape Maintenance equipment ❑ 6. Other Reconstruction, Maintenance, Repair or Alteration ❑ Elevator-maintenance 0 Trash and refuse removal ❑ 7. Demolition El 8. Building Service Contract 0 Exterminators,Fumigators 0 Window cleaners ❑ Fire Safety Director, NYC Only 0 Other(Describe) 9. Has this project been reviewed for compliance with the Wicks Law involving separate bidding? YES 0 NO 0 10 Name and Title of Requester • I Signature PW-39(04 11) SEE PAGE TWO FOR LAWS RELATING TO PUBLIC WORK CONTRACTS 3 NEk� NEW YORK STATE DEPARTMENT OF LABOR Z. Col 91, Bureau of Public Work - Debarment List o 1: j:4 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE 9 � :; „„ ate 44 �' AWARDED ANY PUBLIC WORK CONTRACT Under Article 8 and Article 9 of the NYS Labor Law, a contractor, sub-contractor and/or its successor shall be debarred and ineligible to submit a bid on or be awarded any public work or public building service contract/sub-contract with the state, any municipal corporation or public body for a period of five (5) years from thedate of debarment when: • Two (2)final determinations have been rendered within any consecutive six-year (6) period determining that such contractor, sub-contractor and/or its successor has WILLFULLY failed to pay, the prevailing wage and/or supplements • One (1)final determination involves falsification of payroll records or the kickback of wages and/or supplements NOTE: The agency issuing the determination and providing the information, is denoted under the heading 'Fiscal Officer'. DOL = NYS Dept. of Labor; NYC = New York City Comptroller's Office; AG = NYS Attorney General's Office; DA = County District Attorney's Office. A list of those barredfrom bidding, or being awarded, any public work contract or subcontract with the State, under section 141-b of the Workers' Compensation Law, may be obtained at the following link, on the NYS DOL Website: https://dbr.labor.state.ny.us/EDList/searchPacie.do' NYSDOL Bureau of Public Work Debarment List 05/18/2015 Article 8 -- -AGENCY_ _ ,Pisa/Officer '- -FEIN '_- t ,EMPLOYER NAME:r,:_ .EMPLOYER I `ADDRESS_ --_- -` DEBARMENT„'DEBARMENT . , - - , ,, _ .DBA NAME - -L;:"`-- _-. •START DATE' -END DATE-- DOL DOL 4618 FOSTER AVE LLC C/O KAHAN&KAHAN 02/05/2013 02/05/2018 225 BROADWAY-SUITE 715NEW YORK NY 10007 DOL DOL 0711 A ULIANO&SON LTD 22 GRIFFEN COURT 10/26/2010 10/26/2015 MILLER PLACE NY 11746 DOL DOL A ULIANO CONSTRUCTION 22 GRIFFEN COURT 10/26/2010 10/26/2015 MILLER PLACE NY 11746 DOL DOL 0996 A-1 CONSTRUCTION& 1973 81ST ST-SUITE A-5 01/08/2015 01/08/2020 RENOVATION INC BROOKLYN NY 11214 DOL NYC 4486 ABBEY PAINTING CORP 21107 28TH AVENUE 07/02/2012 07/02/2017 BAYSIDE NY 11360 DOL DOL 9095 ABDO TILE CO 6179 EAST MOLLOY ROAD 06/25/2010 07/02/2017 EAST SYRACUSE NY 13057 DOL DOL 9095 ABDO TILE COMPANY 6179 EAST MOLLOY ROAD 06/25/2010 07/02/2017 EAST SYRACUSE NY 13057 DOL DOL 8488 ABELCRAFT OF NEW YORK 640 ASHFORD AVENUE 08/27/2013 08/27/2018 CORP ARDSLEY NY 10502 DOL DOL 1219 ABSOLUTE GENERAL 1229 AVENUE U 01/28/2013 01/28/2018 CONTRACTING INC BROOKLYN NY 11229 DOL DOL 4539 ACCOMPLISHED WALL 112 OSCAWANA HEIGHTS 08/27/2013 08/27/2018 SYSTEMS INC ROAD PUTNAM VALLEY NY 10542 DOL DOL 8018 ACCURATE MECHANICAL LLC 9547 BUSTLETON AVENUE 02/05/2014 02/05/2019 PHILADELPHIA PA 19115 DOL DOL ACCURATE MECHANICAL OF 9547 BUSTLETON AVENUE 02/05/2014 02/05/2019 PHILADELPHIA LLC PHILADELPHIA PA 19115 DOL DOL ADAM A CEMERYS 2718 CURRY ROAD 07/08/2010 07/08/2015 SCHENECTADY NY 12303 DOL DOL 7584 ADAM'S FLOOR COVERING 2718 CURRY ROAD 07/08/2010 02/15/2017 LLC SCHENECTADY NY 12303 DOL DOL ADESUWA UWUIGBE P 0 BOX 21-1022 05/16/2012 05/16/2017 BROOKLYN NY 11221 DOL NYC ADRIANA SELA C/O COLONIAL 247 48TH STREET 02/05/2014 02/05/2019 ROOFING BROOKLYN NY 11220 COMPANY INC DOL DOL 6367 ADVANCED METALS 387 RIVERSIDE DRIVE 10/01/2012 10/01/2017 JOHNSON CITY NY 13790 DOL DOL AFFORDABLE PAINTING PLUS 367 GREEVES ROAD 10/01/2010 10/01/2015 NEW HAMPTON NY 10958 DOL DOL ""'2538 AGG MASONRY INC 160 72ND ST-SUITE 721 03/19/2013 03/19/2018 BROOKLYN NY 11209 DOL DOL ALBERT CASEY 43-28 54TH STREET 07/01/2011 07/01/2016 WOODSIDE NY 11377 DOL DOL ALEJANDRO MATOS C/O SEVEN STAR ELECTRICAL 06/27/2011 06/27/2016 23-24 STEINWAY STREETASTORIA NY 11105 DOL DOL ALISHER KARIMOV C/O AGG MASONRY INC 03/19/2013 03/19/2018 7105 3RD AVENUEBROOKLYN NY 11209 DOL DOL 8740 ALLSTATE ENVIRONMENTAL C/O JOSE MONTAS 03/18/2011 03/19/2020 CORP 27 BUTLER PLACEYONKERS NY 10710 DOL DOL ""'8534 ALPHA INTERIORS INC 513 ACORN STREET/SUITE C 05/27/2010 05/27/2015 DEER PARK NY 11729 DOL DOL 4274 AMERICAN STEEL 693 PAINTER STREET 02/20/2013 02/20/2018 MECHANICAL INC MEDIA PA 19063 - DOL NYC ANDERSON LOPEZ 670 SOUTHERN BLVD 06/14/2011 06/14/2016 BRONX NY 10455 DOL DOL ANDREW DIPAUL C/O CONSOLIDATED 12/11/2012 12/11/2017 INDUSTRI 2051 ROUTE 44/55MODENA NY 12548 DOL NYC ANDRZEJ WROBEL 24 CONGRESS LANE 05/01/2013 05/01/2018 SOUTH RIVER NJ 08882 DOL DOL 7004 ANNEX CONTRACTING LTD 3005 WYNSUM AVENUE 08/18/2014 08/18/2019 _ MERRICK NY 11566 DOL DOL 7004 ANNEX GENERAL 3005 WYNSUM AVENUE 08/18/2014 08/18/2019 CONTRACTING INC MERRICK NY 11566 DOL DA ANTHONY CARDINALE 58-48 59TH STREET 05/16/2012 05/16/2017 MASPETH NY 11378 DOL DOL ANTHONY ULIANO 22 GRIFFEN COURT 10/26/2010 10/26/2015 MILLER PLACE NY 11746 DOL DOL 3020 APCO CONTRACTING CORP 24 SOUTH MARYLAND 09/24/2012 09/24/2017 AVENUE PORT WASHINGTON NY 11050 Page 1 of 13 NYSDOL Bureau of Public Work Debarment List 05/18/2015 Article 8 - DOL DOL 3219 APOLLO CONSTRUCTION APOLLO 157 TIBBETTS ROAD 03/12/2014 03/12/2019 SERVICES CORP PAINTING CO YONKERS NY 10705 DOL DOL APOLLO PAINTING CO 157 TIBBETTS ROAD 03/12/2014 03/12/2019 YONKERS NY 10705 DOL DOL 3295 APOLLO PAINTING CORP 3 ALAN B SHEPART PLACE 03/12/2014 03/12/2019 YONKERS NY 10705 DOL AG 0194 APPLIED CONSTRUCTION INC 46 RUGBY ROAD 11/20/2013 11/20/2018 WESTBURY NY 11590 DOL NYC 8403 AQUA JET PAINTING CORP 10 VIKING DRIVE 04/16/2014 04/16/2019 WEST ISLIP NY 11795 DOL DOL 3953 ASCAPE LANDSCAPE& 634 ROUTE 303 07/26/2012 11/19/2018 CONSTRUCTION CORP BLAUVELT NY 10913 DOL NYC AUDLEY O'BRIEN 1273 NORTH AVENUE/#1 CP 04/07/2015 04/07/2020 NEW ROCHELLE NY 10804 DOL DOL AVIS R HILL 3510 HICKORY WALK LANE 01/22/2015 01/22/2020 ELLEN WOOD GA 32094 DOL DOL *****2534 B&B CONCRETE 55 OLD TURNPIKE ROAD 02/04/2011 02/04/2016 CONTRACTORS INC SUITE 612NANUET NY 10954 DOL DOL BARBARA CASSIDY 7 BLENIS PLACE 04/02/2015 04/02/2020 VALHALLA NY 10595 DOL DOL 2294 BEDELL CONTRACTING CORP 2 TINA LANE 01/06/2012 01/06/2017 HOPEWELL JUNCTION NY 12533 DOL DOL *****6999 BEST ROOFING OF NEW 30 MIDLAND AVENUE 11/05/2010 11/05/2015 JERSEY LLC WALLINGTON NJ 07057 DOL DOL BEVERLY F WILLIAMS 1238 PRESIDENT STREET 11/18/2013 11/18/2018 BROOKLYN NY 11225 DOL DOL BIAGIO CANTISANI 200 FERRIS AVENUE , 12/04/2009 05/04/2017 WHITE PLAINS NY 10603 DOL NYC 8377 BOSPHORUS CONSTRUCTION 3817 KINGS HIGHWAY-STE 1D 06/30/2010 06/30/2015 CORPORATION BROOKLYN NY 11234 DOL NYC 6555 BROOKLYN WELDING CORP 1273 NORTH AVENUE/#1 CP 04/07/2015 04/07/2020 NEW ROCHELLE NY 10804 DOL DOL 6156 C&J LANDSCAPING& 520 PINE HILL ROAD 06/23/2014 06/23/2019 MAINTENANCE INC CHESTER NY 10940 DOL DOL CANTISANI&ASSOCIATES 442 FERRIS AVENUE 12/04/2009 05/04/2017 LTD WHITE PLAINS NY 10603 DOL DOL CANTISANI HOLDING LLC 220 FERRIS AVENUE 05/04/2012 05/04/2017 WHITE PLAINS NY 10603 DOL DOL 1143 CARMODY BUILDING CORP 442 ARMONK ROAD 05/04/2012 05/04/2017 MOUNT KISCO NY 10549 DOL DOL 3368 CARMODY CONCRETE CORP 442 ARMONK ROAD 12/04/2009 05/04/2017 MOUNT KISCO NY 10549 DOL DOL CARMODY CONTRACTING 220 FERRIS AVENUE 05/04/2012 05/04/2017 CORP WHITE PLAINS NY 10603 DOL DOL 6215 CARMODY CONTRACTING INC 220 FERRIS AVENUE 05/04/2012 05/04/2017 WHITE PLAINS NY 10603 DOL DOL CARMODY ENTERPRISES LTD 220 FERRIS AVENUE 12/04/2009 05/04/2017 WHITE PLAINS NY 10603 DOL DOL *****3812 CARMODY INC 442 ARMONK ROAD 12/04/2009 05/04/2017 MOUNT KISCO NY 10549 DOL DOL *****3812 CARMODY INDUSTRIES INC 442 FERRIS AVENUE 05/04/2012 05/04/2017 WHITE PLAINS NY 10603 DOL DOL CARMODY MAINTENANCE • 105 KISCO AVENUE 05/04/2012 05/04/2017 CORP MOUNT KISCO NY 10549 DOL DOL 0324 CARMODY MASONRY CORP 442 ARMONK ROAD 12/04/2009 05/04/2017 MOUNT KISKO NY 10549 DOL DOL *****3812 CARMODY"2"INC 220 FERRIS AVENUE 12/04/2009 05/04/2017 WHITE PLAINS NY 10603 DOL NYC *****9172 CASSIDY EXCAVATING INC 14 RAILROAD AVENUE 05/15/2014 04/02/2020 VALHALLA NY 10595 DOL DOL 1683 CATONE CONSTRUCTION 294 ALPINE ROAD 03/09/2012 03/09/2017 COMPANY INC ROCHESTER NY 14423 DOL DOL CATONE ENTERPRISES INC 225 DAKOTA STREET 03/09/2012 03/09/2017 ROCHESTER NY 14423 DOL DOL 6745 CATSKILL FENCE 5445 ROUTE 32 08/22/2014 08/22/2019 INSTALLATIONS INC CATSKILL NY 12414 DOL DOL 8530 CAZ CONTRACTING CORP 37-11 35TH AVENUE 08/26/2013 08/26/2018 LONG ISLAND CITY NY 11101 DOL DOL 7924 CBI CONTRACTING 2081 JACKSON AVENUE 06/03/2010 06/03/2015 INCORPORATED COPIAGUE NY 11726 DOL DOL *****5556 CERTIFIED INSTALLERS INC 113 N MAPLE AVENUE 02/21/2013 02/21/2018 GREENSBURG PA 15601 _ DOL NYC CHARLES CASSIDY JR 14 RAILROAD AVENUE 05/15/2014 04/02/2020 VALHALLA NY 10595 Page 2 of 13 - NYSDOL Bureau of Public Work Debarment List 05/18/2015 Article 8 DOL DOL CHARLES OKRASKI 67 WARD ROAD 01/21/2011 01/21/2016 SALT POINT NY 12578 DOL DOL CHARLES RIBAUDO 513 ACORN ST-SUITE C 05/27/2010 05/27/2015 DEER PARK NY 11729 DOL DOL ""'1416 CHEROMINO CONTROL 61 WILLET ST-SUITE 14 12/03/2009 02/23/2017 GROUP LLC PASSAIC NJ 07055 DOL DOL CHRIS SAVOURY 44 THIELLS-MT IVY ROAD 10/14/2011 10/14/2016 POMONA NY 10970 DOL DOL CHRIST R PAPAS C/O TRAC CONSTRUCTION 02/03/2011 02/03/2016 INC 9091 ERIE ROADANGOLA NY 14006 DOL DOL CHRISTOF PREZBYL 2 TINA LANE 01/06/2012 01/06/2017 HOPEWELL JUNCTION NY 12533 DOL DOL 3360 CITY LIMITS GROUP INC 2279 HOLLERS AVENUE 01/07/2014 06/23/2019 BRONX NY 10475 DOL NYC 1768 COFIRE PAVING 120-3028TH AVENUE 01/14/2011 01/14/2016 CORPORATION FLUSHING NY 11354 DOL NYC 2905 COLONIAL ROOFING 247 48TH STREET 02/05/2014 02/05/2019 COMPANY INC BROOKLYN NY 11220 _ DOL NYC 3182 COLORTECH INC 5990 58TH AVENUE 11/18/2013 11/18/2018 MASPETH NY 11378 DOL DOL 8342 CONKLIN PORTFOLIO LLC 60 COLONIAL ROAD 02/15/2011 02/15/2016 STILLWATER NY 12170 DOL DOL 2703 CONKLIN'S TECH- 5 PARKER AVENUE 03/25/2014 03/25/2019 MECHANICAL INC POUGHKEEPSIE NY 12601 DOL DOL 4175 CONSOLIDATED INDUSTRIAL 2051 ROUTE 44/55 12/11/2012 01/28/2018 SERVICES INC MODENA NY 12548 DOL DOL CONSTANTINOS ZERVAS 37-11 35TH AVENUE 08/26/2013 08/26/2018 LONG ISLAND CITY NY 11101 DOL DOL 5740 CORTLAND GLASS COMPANY 336 TOMPKINS STREET 10/21/2010 07/15/2016 INC CORTLAND NY 13045 DOL NYC ""'4468 CRAFT CONTRACTING 3256 BRUNER AVENUE 07/29/2014 07/29/2019 GROUP INC BRONX NY 10469 DOL NYC 8507 CRAFT FENCE INC 3256 BRUNER AVENUE 07/29/2014 07/29/2019 BRONX NY 10469 DOL DOL 0810 D&G PAINTING& 53 LITTLE COLLABAR ROAD 04/19/2012 04/19/2017 DECORATING INC MONTGOMERY NY 12549 DOL DOL DANIEL CELLUCCI ELECTRIC 17 SALISBURY STREET 06/02/2010 06/02/2015 GRAFTON MA 01519 _ DOL DOL 7129 DANIEL T CELLUCCI DANIEL 17 SALISBURY STREET 06/02/2010 06/02/2015 CELLUCCI GRAFTON MA 01519 ELECTRIC DOL NYC DAWN AVILA AKA DAWN 1ST FLOOR STORE FRONT 06/24/2014 06/24/2019 BECHTOLD 88-10 LITTLE NECK PARKWAYFLORAL PARK NY 11001 DOL NYC DAWN BECHTOLD AKA DAWN 1ST FLOOR STORE FRONT 06/24/2014 06/24/2019 AVILA 88-10 LITTLE NECK PARKWAYFLORAL PARK NY 11001 DOL DOL DEAN ROBBINS III 212 OXFORD WAY 12/11/2012 09/16/2018 SCHENECTADY NY 12309 DOL NYC 3865 DECOMA BUILDING 134 EVERGREEN PL/STE 101 12/30/2013 12/30/2018 CORPORATION EAST ORANGE NJ 07018 DOL DOL 1446 DELTA CONTRACTING 437 SUNRISE HIGHWAY 08/12/2013 08/12/2018 PAINTING AND DECORATING WEST BABYLON NY 11707 INC DOL DOL 3538 DELTA CONTRACTING 75 MCCULLOCH DRIVE 10/19/2010 08/12/2018 PAINTING AND DESIGN INC DIX HILLS NY 11746 DOL DOL DEMETRIOS KOUTSOURAS 530 BEECH STREET 07/02/2012 07/02/2017 NEW HYDE PARK NY 11040 DOL DOL 9868 DESANTIS ENTERPRISES 161 OSWEGO RIVER ROAD 09/24/2013 11/18/2018 PHOENIX NY 13135 DOL NYC 8234 DEWATERS PLUMBING AND 30 COLUMBUS CIRCLE 08/21/2012 08/21/2017 HEATING LLC EASTCHESTER NY 10709 DOL DOL 9252 DI BERNARDO TILE AND 15 WALKER WAY 03/21/2014 03/21/2019 MARBLE CO INC ALBANY NY 12205 DOL DOL DIANE DEAVER 731 WARWICK TURNPIKE 06/25/2012 12/11/2017 HEWITT NJ 07421 DOL DOL DORIS SKODA C/O APCO CONTRACTING 09/24/2012 09/24/2017 CORP 24 SOUTH MARYLAND AVENUEPORT WASHINGTON NY 11050 DOL DOL DRAGOLJUB RADOJEVIC 61 WILLET ST-SUITE 14 12/03/2009 07/09/2015 PASSAIC NJ 07055 Page 3 of 13 NYSDOL Bureau of Public Work Debarment List 05/18/2015 Article 8 -- DOL DOL 6982 DUFOUR GROUP INC DUFOUR 353 WEST 56TH STREET #7M 06/10/2014 06/10/2019 i MASONRY NEW YORK NY 10019 DOL DOL DUFOUR MASONRY 353 WEST 56TH ST#7M 06/10/2014 06/10/2019 NEW YORK NY 10019 DOL DOL DUFOUR MASONRY& 353 WEST 56TH STREET#7M 06/10/2014 06/10/2019 RESTORATION INC NEW YORK NY 10019 DOL DOL 5840 DYNA CONTRACTING INC 363 88TH STREET 11/18/2013 11/18/2018 BROOKLYN NY 11209 DOL NYC 6176 E N E L ELECTRICAL CORP 1107 MCDONALD AVENUE 07/30/2010 07/30/2015 BROOKLYN NY 11230 DOL DOL EARL GALBREATH 640 ASHFORD AVENUE 08/27/2013 08/27/2018 ARDSLEY NY 10502 DOL DOL *****1496 EAST COAST DRYWALL INC 1238 PRESIDENT STREET 11/18/2013 11/18/2018 BROOKLYN NY 11225 DOL DOL 8011 ECOA CLEANING P O BOX 21-1022 05/16/2012 05/16/2017 CONTRACTORS INC BROOKLYN NY 11221 DOL NYC *****8074 ECONOMY IRON WORKS INC 670 SOUTHERN BLVD 06/14/2011 06/14/2016 BRONX NY 10455 DOL DOL EDWARD L GAUTFIIER C/O IMPERIAL MASONRY 10/03/2012 10/03/2017 REST 141 ARGONNE DRIVEKENMORE NY 14217 DOL NYC EDWARD MENKEN C/O AQUA JET PAINTING 04/16/2014 04/16/2019 10 VIKING DRIVEWEST ISLIP NY 11795 DOL NYC 0900 EF PRO CONTRACTING INC 147 BROOME AVENUE 03/03/2014 03/03/2019 ATLANTIC BEACH NY 11509 DOL NYC EFSTRATIOS BERNARDIS 23-73 48TH STREET 04/24/2014 04/24/2019 LONG ISLAND CITY NY 11103 DOL NYC 6260 EL TREBOL SPECIAL 95-26 76TH STREET 10/12/2011 10/12/2016 CLEANING INC OZONE PARK NY 11416 DOL DOL ELIZABETH RAMADANI C/O RAMADA CONSTRUCTION 01/07/2014 01/07/2019 80 SAVO LOOPSTATEN ISLAND NY 10309 DOL DOL ELLEN DESANTIS DESANTIS 161 OSWEGO RIVER ROAD 09/24/2013 11/18/2018 ENTERPRISES PHOENIX NY 13135 DOL DOL *****0780 EMES HEATING&PLUMBING 5 EMES LANE 01/20/2002 01/20/3002 CONTR MONSEY NY 10952 - DOL AG EMILIO FRANZA 90 JUNIUS STREET 01/23/2014 01/23/2019 BROOKLYN NY 11212 DOL DOL EMPIRE CONCRETE 101 SULLYS TRAIUSUITE 20 11/18/2013 01/07/2019 SERVICES LLC PITTSFORD NY 14534 DOL DOL 0511 EMPIRE CONCRETE SYSTEMS 101 SULLYS TRAIU SUITE 2 11/18/2013 01/07/2019 LLC PITTSFORD NY 14534 DOL DOL 2353 EMPIRE CONSTRUCTORS LLC 101 SULLYS TRAIUSUITE 20 11/18/2013 01/07/2019 PITTSFORD NY 14534 DOL DOL EMPIRE PRECAST LLC 101 SULLYS TRAIUSUITE 20 11/18/2013 01/07/2019 PITTSFORD NY 14534 DOL DOL 6101 ENHANCED DATA COM INC 75 SHERBROOK ROAD 07/01/2010 07/01/2015 NORTH BABYLON NY 11704 DOL DOL ERIKA BARNETT 253 BEACH BREEZE LANE 02/05/2013 02/05/2018 UNIT BARVERNE NY 11692 DOL DOL ESTEVES&FRAGA 986 MADISON AVENUE 01/03/2013 01/03/2018 CONSTRUCTION CO INC PATERSON NJ 07501 DOL DOL ESTEVES&FRAGA INC 986 MADISON AVENUE 01/03/2013 01/03/2018 PATERSON NJ 07501 DOL DOL EVELIO ELLEDIAS 114 PEARL STREET 08/15/2012 08/15/2017 PORT CHESTER NY 10573 DOL NYC EVERTON CARLESS 134 EVERGREEN PUSTE 101 12/30/2013 12/30/2018 EAST ORANGE NJ 07018 DOL DOL F KALAFATIS 2279 HOLLERS AVENUE 01/07/2014 06/23/2019 BRONX NY 10475 DOL DOL FANTASTIC PAINTING 493 LANSING ROAD 11/18/2013 11/18/2018 FULTONVILLE NY 12072 DOL DOL 5867 FJM-FERRO INC 6820 14TH AVENUE 10/27/2011 10/27/2016 BROOKLYN NY 11219 DOL DOL 1311 FLOZ-ON PAINTING& 12 DUNDERBERG ROAD 10/16/2013 10/16/2018 DECORATING INC TOMKINS NY 10986 DOL DOL *****8961 FLOZ-ON PAINTING INC 12 DUNDERBERG ROAD 10/16/2013 10/16/2018 , TOMKINS NY 10986 DOL DOL FMS 4 LEGHORN COURT 11/28/2012 11/28/2017 NEW YORK NY 11746 DOL DOL 8067 FORTH SPORT FLOORS INC P 0 BOX 74 02/28/2012 10/01/2017 EAST GREENBUSH NY 12061 DOL DOL FRAN MICELI 2279 HOLLERS AVENUE 01/07/2014 06/23/2019 BRONX NY 10475 Page 4 of 13 NYSDOL Bureau of Public Work Debarment List 05/18/2015 Article 8 DOL DOL FRANCES KALAFATIS 2279 HOLLERS AVENUE 01/07/2014 06/23/2019 BRONX NY 10475 DOL DOL FRANCES KALAFATIS-MICELI 2279 HOLLERS AVENUE 01/07/2014 06/23/2019 BRONX NY 10475 DOL NYC FRANKACOCELLA 68 GAYLORD ROAD 02/10/2011 02/10/2016 SCARSDALE NY 10583 DOL DOL FRANK J MERCANDO 134 MURRAY AVENUE 12/11/2009 02/03/2019 YONKERS NY 10704 DOL DOL FRANK MICELI JR C/O FRANK 19 CLIFF STREET 10/16/2013 10/16/2018 MICELI JR NEW ROCHELLE NY 10801 CONTRACTIN G INC DOL DOL 1321 FRANK MICELI JR 19 CLIFF STREET 10/16/2013 10/16/2018 CONTRACTING INC NEW ROCHELLE NY 10801 DOL DOL FRANK ORTIZ 75 SHERBROOK ROAD 07/01/2010 07/01/2015 NORTH BABYLON NY 11704 DOL DOL FRED ABDO ABDO TILE 6179 EAST MOLLOY ROAD 06/25/2010 07/02/2017 COMPANY EAST SYRACUSE NY 13057 AKA ABDO TILE CO DOL DOL *****2724 FRESH START PAINTING 157 TIBBETS ROAD 03/12/2014 03/12/2019 CORP YONKERS NY 10705 DOL DOL G FUCCI CONSTRUCTION 3 ALAN B SHEPARD PLACE 03/12/2014 03/12/2019 SERVICES YONKERS NY 10705 DOL DOL 6767 G FUCCI PAINTING INC C/O SPIEGEL&UTRERA 03/12/2014 03/12/2019 1 MAIDEN LANE-5TH FLNEW YORK NY 10038 DOL DOL 4546 GAF PAINTING LLC 157 TIBBETS ROAD 03/12/2014 03/12/2019 _ YONKERS NY 10705 DOL DOL GARDEN STATE PAINTING 157 TIBBETTS ROAD 03/12/2014 03/12/2019 YONKERS NY 10705 DOL DOL GARY MCDOWELL GM 76 PLEASANT STREET 06/11/2013 06/11/2018 CONSTRUCT! WELLSVILLE NY 14895 ON&LAWN CARE SERVICE DOL NYC GELSOMINA TASSONE 25 CLIFF STREET 06/15/2010 06/15/2015 NEW ROCHELLE NY 10801 DOL DOL GEORGE A PATTI III P 0 BOX 772 08/13/2010 08/13/2015 JAMESTOWN NY 14701 DOL DOL GEORGE DI BERNARDO C/O DI BERNARDO TILE 03/21/2014 03/21/2019 15 WALKER WAYALBANY NY 12205 DOL NYC GEORGE LUCEY 150 KINGS STREET 01/19/1998 01/19/2998 BROOKLYN NY 11231 DOL DOL GERALD A POLLOCK 336 TOMPKINS STREET 06/29/2010 07/15/2016 CORTLAND NY 13045 DOL DOL GERALD F POLUCH JR 2085 BRIGHTON HENRIETTA 11/04/2010 11/04/2015 TOWN LINE ROADROCHESTER NY 14623 DOL DOL *****1075 GLOBAL TANK P 0 BOX 1238 11/28/2012 11/28/2017 CONSTRUCTION LLC SALINA OK 74365 DOL DOL 0878 GM CONSTRUCTION&LAWN 76 PLEASANT STREET 06/11/2013 06/11/2018 CARE SERVICE WELLSVILLE NY 14895 DOL DOL *****0090 GOLDS FLOORING 25 HAMILTON ROAD 10/16/2013 10/16/2018 INSTALLATIONS INC MONTICELLO NY 12701 DOL DOL 4013 GR GRATES CONSTRUCTION 63 IRONWOOD ROAD 06/14/2010 06/14/2015 CORPORATION UTICA NY 13520 DOL DOL GRATES MERCHANT NANNA 63 IRONWOOD ROAD 06/14/2010 06/15/2015 INC UTICA NY 13520 DOL DOL GREGG G GRATES 63 IRONWOOD ROAD 06/14/2010 06/14/2015 UTICA NY 13520 DOL DOL GREGORY A FUCCI C/O PAF PAINTING SERVICES 03/12/2014 03/12/2019 157 TIBBETTS ROADYONKERS NY 10705 DOL DOL GREGORY FUCCI JR C/O APOLLO CONSTRUCTION 03/12/2014 03/12/2019 157 TIBBETTS ROADYONKERS NY 10705 DOL DOL GRETCHEN SULLIVAN P 0 BOX 130 11/10/2011 11/10/2016 CRETE IL 60417 DOL DOL 7735 GRYF CONSTRUCTION INC 394 SPOTSWOOD-ENGLISH 08/08/2011 08/08/2016 RD MONROE NJ 08831 DOL DOL 9456 GUILLO CONTRACTING CORP P 0 BOX 229 07/08/2013 07/08/2018 CALVERTON NY 11933 DOL DOL GUS PAPASTEFANOU C/O D&G PAINTING&DECO 04/19/2012 04/19/2017 53 LITTLE COLLABAR ROADMONTGOMERY NY 12549 Page 5 of 13 NYSDOL Bureau of Public Work Debarment List 05/18/2015 Article 8 DOL NYC 0346 H N H CONTRACTORS CORP 4558 BROADWAY#6 08/04/2014 08/04/2019 NEW YORK NY 10040 DOL DOL H H RAUH CONSTRUCTION, 2930 RT 394 01/14/2011 01/14/2016 LLC ASHVILLE NY 14710 DOL DOL 2499 H H RAUH CONTRACTING 2930 RT 394 01/14/2011 01/14/2016 CO,LLC ASHVILLE NY 14710 DOL DOL H H RAUH PAVING,INC 7 WEST-1ST ST 01/14/2011 01/14/2016 LAKEWOOD NY 14750 DOL DOL HALSSAM FOSTOK 5 HANSEN PLACE 09/18/2013 09/18/2018 WAYNE NJ 07470 DOL NYC HAMEEDUL HASAN 240 HOME STREET 08/04/2014 08/04/2019 TEANECK NJ 07666 DOL AG 9918 HARA ELECTRIC CORP 2461 47TH STREET 09/26/2013 09/26/2018 ASTORIA NY 11103 DOL DOL *****5405 HARD LINE CONTRACTING 89 EDISON AVENUE 10/28/2011 10/28/2016 INC MOUNT VERNON NY 10550 DOL AG HARVINDER SINGH PAUL 90 JUNIUS STREET 01/23/2014 01/23/2019 BROOKLYN NY 11212 DOL DOL HI-TECH CONTRACTING CORP 114 PEARL STREET 08/15/2012 08/15/2017 PORT CHESTER NY 10573 DOL DOL 4331 HIDDEN VALLEY EXCAVATING 225 SEYMOUR STREET 02/08/2011 02/08/2016 INC FREDONIA NY 14063 DOL DOL 6370 HILLIANO CONSTRUCTION& 354 MAGNOLIA STREET 01/22/2015 01/22/2020 ELECTRICAL INC ROCHESTER NY 14611 DOL DOL *****8426 IMPERIAL MASONRY 141 ARGONNE DRIVE 10/03/2012 10/03/2017 RESTORATION INC KENMORE NY 14217 DOL DA *****1958 IRON HORSE ONE INC 10 ROSWELL AVENUE 09/30/2010 09/30/2015 OCEANSIDE NY 11572 DOL DOL ISABEL FRAGA C/O THREE FRIENDS CONSTR 01/03/2013 01/03/2018 986 MADISON AVENUEPATERSON NJ 07501 DOL DOL 7598 J M RICH LLC P O BOX 268 09/16/2013 03/21/2019 STILLWATER NY 12170 DOL DOL 3478 J N P CONSTRUCTION CORP 50 LOUIS COURT 03/21/2014 03/21/2019 P 0 BOX 1907SOUTH HACKENSACK NY 07606 _ DOL DOL J N RICH LLC P O BOX 268 09/16/2013 03/21/2019 STILLWATER NY 12170 DOL DOL *****9368 J TECH CONSTRUCTION PO BOX 64782 09/24/2012 09/24/2017 ROCHESTER NY 14624 DOL DOL J THE HANDYMAN 09/24/2012 09/24/2017 DOL DOL 4910 J V MAGIC TOUCH 94-25 57TH AVENUE,APT 5G 01/12/2015 01/12/2020 CORPORATION ELMHURST NY 11373 DOL DOL JACQUELINE HOWE C/O FLOZ-ON PAINTING INC 10/16/2013 10/16/2018 12 DUNDERBERG ROADTOMKINS NY 10986 - DOL DOL 8627 JAG I LLC 635 LUZERNE ROAD 09/16/2013 09/16/2018 QUEENSBURY NY 12804 DOL DOL 2868 JAG INDUSTRIES INC 175 BROAD ST-SUITE 320 09/16/2013 09/16/2018 GLENS FALLS NY 12801 DOL DOL JAMES BOYCE C/O EMPIRE CONCRETE SYST 11/18/2013 01/07/2019 101 SULLYS TRAIUSUITE 20PITTSFORD NY 14534 DOL DOL JAMES SICKAU 3090 SHIRLEY ROAD 04/19/2011 12/30/2016 NORTH COLLINS NY 14111 DOL DOL JAMES WALSH 89 EDISON AVENUE 10/28/2011 10/28/2016 MOUNT VERNON NY 10550 DOL DOL JASON M RICH P O BOX 268 09/16/2013 03/21/2019 STILLWATER NY 12170 DOL DOL JAY PRESUTTI C/O CONSOLIDATED 01/28/2013 01/28/2018 INDUSTRI 2051 ROUTE 44/55MODENA NY 12548 DOL DOL JEFF P BRADLEY 520 PINE HILL ROAD 06/23/2014 06/23/2019 CHESTER NY 10940 DOL DOL JEFFREY A NANNA 502 WOODBURNE DRIVE 06/14/2010 06/14/2015 UTICA NY 13502 DOL NYC JEFFREY CASSIDY 14 RAILROAD AVENUE 05/15/2014 04/02/2020 VALHALLA NY 10595 DOL DOL JERALD HOWE C/O FLOZ-ON PAINTING INC 10/16/2013 10/16/2018 12 DUNDERBERG ROADTOMKINS NY 10986 DOL DOL JEROME LACITIGNOLA C/O CATSKILL FENCE INSTAL 08/22/2014 08/22/2019 5445 ROUTE 32 CATSKILL NY 12414 DOL NYC JERRY DEWATERS 30 COLUMBUS CIRCLE 08/21/2012 08/21/2017 EASTCHESTER NY 10709 Page 6 of 13 NYSDOL Bureau of Public Work Debarment List 05/18/2015 Article 8 DOL DOL JOHN CATONE C/O CATONE CONSTRUCTION 03/09/2012 03/09/2017 294 ALPINE ROADROCHESTER NY 14612 DOL DOL JOHN DESCUL 437 SUNRISE HIGHWAYA 08/12/2013 08/12/2018 WEST BABYLON NY 11704 DOL NYC JOHN DITURI 1107 MCDONALD AVENUE 07/30/2010 07/30/2015 BROOKLYN NY 11230 DOL NYC JOHN FICARELLI 120-30 28TH AVENUE 01/14/2011 01/14/2016 FLUSHING NY 11354 _ DOL DOL JOHN H LEE JOHN LEE 67 WILER ROAD 01/28/2013 01/28/2018 QUALITY HILTON NY 14468 PAVING DOL DOL *****1749 JOHN LEE QUALITY PAVING 67 WILER ROAD 01/28/2013 01/28/2018 HILTON NY 14468 DOL DOL 2701 JOHN SMYKLA AFFORDABLE 367 GREEVES ROAD 10/01/2010 10/01/2015 PAINTING NEW HAMPTON NY 10958 PLUS DOL DOL 9368 JORGE I DELEON J TECH PO BOX 64782 09/24/2012 09/24/2017 CONSTRUCTI ROCHESTER NY 14624 ON DOL DOL JORGE OUVINA 344 SOUNDVIEW LANE 11/22/2011 11/22/2016 COLLEGE POINT NY 11356 DOL DOL JORGE VILLALOBOS 94-25 57TH AVENUE-APT 5 01/12/2015 01/12/2020 ELMHURST NY 11373 DOL DOL JOSE MONTAS 27 BUTLER PLACE 03/18/2011 03/19/2020 YONKERS NY 10710 DOL DOL JOSEPH CASUCCI 6820 14TH AVENUE 10/27/2011 10/27/2016 BROOKLYN NY 1'1219 DOL DOL JOSEPH MARTONE 112 OSCAWANA HEIGHTS 08/27/2013 08/27/2018 ROAD PUTNAM VALLEY NY 10542 DOL DOL JOSHUA DEBOWSKY 9547 BUSTLETON AVENUE 02/05/2014 02/05/2019 PHILADELPHIA PA 19115 DOL DOL JOYA MUSCOLINO 10 ST CHARLES STREET 09/03/2013 09/03/2018 THORNWOOD NY 10594 DOL DOL JUANA MARTINEZ C/O LEAD CONSTRUCTION 03/19/2015 03/19/2020 27 BUTLER PLACEYONKERS NY 10710 DOL DOL 4340 JUBCO SITE DEVELOPMENT 462 LAKEVIEW AVENUE 12/16/2013 12/16/2018 LLC VALHALLA NY 10595 DOL DOL JULIUS AND GITA BEHREND 5 EMES LANE 11/20/2002 11/20/3002 MONSEY NY 10952 DOL NYC KAMIL OZTURK 3715 KINGS HWY-STE 1D 06/30/2010 06/30/2015 BROOKLYN NY 11234 DOL DOL KAREN HARTMAN C/O GUILLO CONTRACTING 07/08/2013 07/08/2018 P O BOX 229CALVERTON NY 11933 DOL NYC KATHLEEN SELA C/O COLONIAL 247 48TH STREET 02/05/2014 02/05/2019 ROOFING BROOKLYN NY 11220 • COMPANY INC DOL DOL KEITH SCHEPIS C/O KJS HAULING AND HOME 04/15/2013 04/15/2018 95 MAPLE AVENUENEW CITY NY 10956 DOL DOL KEN DEAVER 731 WARWICK TURNPIKE 06/25/2012 12/11/2017 HEWITT NJ 07421 DOL DOL KEVIN BABCOCK JR P O BOX 46 08/22/2014 08/22/2019 THOMPSON RIDGE NY 10985 DOL DOL KEVIN M BABCOCK P O BOX 46 08/22/2014 08/22/2019 THOMPSON RIDGE NY 10985 DOL DOL **"'5941 KINGSVIEW ENTERPRISES 7 W FIRST STREET 01/14/2011 01/14/2016 INC P O BOX 2LAKEWOOD NY 14750 DOL DOL `*"`2463 KJS HAULING AND HOME 95 MAPLE AVENUE 04/15/2013 04/15/2018 IMPROVEMENT INC NEW CITY NY 10956 DOL AG KOSTAS"GUS" 2461 47TH STREET 09/26/2013 09/26/2018 ANDRIKOPOULOS ASTORIA NY 11103 DOL DOL KRZYSZTOF PRXYBYL 2 TINA LANE 01/06/2012 01/06/2017 HOPEWELL JUNCTION NY 12533 DOL DOL 6033 KUSNIR CONSTRUCTION 2677 ANAWALK ROAD 08/03/2012 08/03/2017 KATONAH NY 10536 DOL DOL *****0526 LAGUARDIA CONSTRUCTION 47-4048TH STREET 07/01/2011 07/01/2016 CORP WOODSIDE NY 11377 DOL NYC 8816 LAKE CONSTRUCTION AND 150 KINGS STREET 08/19/1998 08/19/2998 DEVELOPMENT BROOKLYN NY 11231 CORPORATION DOL DOL LARRY DOMINGUEZ 114 PEARL STREET 08/15/2012 08/15/2017 PORT CHESTER NY 10573 Page 7 of 13 NYSDOL Bureau of Public Work Debarment List 05/18/2015 Article 8 DOL IDOL LAURA A GAUTHIER C/O IMPERIAL MASONRY 10/03/2012 10/03/2017 REST 141 ARGONNE DRIVEKENMORE NY 14217 DOL DOL LAURI MARTONE 112 OSCAWANA HEIGHTS 08/27/2013 08/27/2018 ROAD PUTNAM VALLEY NY 10542 DOL DOL LAVERN GLAVE C/O RAW POWER ELECTRIC 09/15/2014 09/15/2019 3 PARK CIRCLEMIDDLETOWN NY 10940 DOL DOL LAWRENCE J RUGGLES P 0 BOX 371 05/12/2014 05/12/2019 ROUND LAKE NY 12151 DOL DOL *****1364 LEAD CONSTRUCTION 3 ALAN B SHEPARD PLACE 03/19/2015 03/19/2020 SERVICES INC YONKERS NY 10705 DOL DOL *****0597 LEED INDUSTRIES CORP HI-TECH 114 PEART STREET 08/15/2012 08/15/2017 CONTRACTIN PORT CHESTER NY 10573 G CORP DOL AG LEONID FRIDMAN APT 5 01/23/2013 01/23/2019 200 BRIGHTON,15TH STBROOKLYN NY 11235 DOL DOL LINDSEY R GRILL 143 FILLMORE AVENUE 01/08/2015 01/08/2020 BUFFALO NY 14210 DOL DOL *****8453 LINPHILL ELECTRICAL 523 SOUTH 10TH AVENUE 01/07/2011 04/15/2018 CONTRACTORS INC MOUNT VERNON NY 10553 DOL DOL LINVAL BROWN 523 SOUTH 10TH AVENUE 01/07/2011 04/15/2018 MOUNT VERNON NY 10553 DOL NYC 2850 M A 2 FLAGS CONTRACTING 25-18 100TH STREET 08/21/2013 08/21/2018 CORP EAST ELMHURST NY 11369 DOL NYC 6317 M S QUALITY CONSTRUCTION 27 MAPLEWOOD AVENUE 02/04/2015 02/04/2020 LLC COLONIA NJ 07067 DOL NYC MACIEJ SONTOWSKI 27 MAPLEWOOD AVENUE 02/04/2015 02/04/2020 COLON IA NJ 07067 DOL NYC 3141 MACKEY REED ELECTRIC INC 1ST FLOOR STORE FRONT 06/24/2014 06/24/2019 88-10 LITTLE NECK PARKWAYFLORAL PARK NY 11001 DOL DOL MANUEL ESTEVES 55 OLD TURNPIKE ROAD 02/04/2011 02/04/2016 SUITE 612NANUET NY 10954 DOL NYC MANUEL P TOBIO 150 KINGS STREET 08/19/1998 08/19/2998 BROOKLYN NY 14444 DOL NYC MANUEL TOBIO 150 KINGS STREET 08/19/1998 08/19/2998 BROOKLYN NY 11231 IDOL IDOL MAR CONTRACTING CORP 620 COMMERCE STREET 09/24/2012 09/24/2017 THORNWOOD NY 10594 DOL DOL MARGARET FORTH P O BOX 74 02/28/2012 10/01/2017 EAST GREENBUSH NY 12061 DOL DOL MARIA ESTEVES AKA MARIA C/O THREE FRIENDS CONSTR 01/03/2013 01/03/2018 MARTINS 986 MADISON AVENUEPATERSON NJ 07501 DOL DOL MARIA MARTINS AKA MARIA CIO THREE FRIENDS CONSTR 01/03/2013 01/03/2018 ESTEVES 986 MADISON AVENUEPATERSON NJ 07501 DOL DOL MARIO LUIS 31 DURANT AVENUE 07/02/2012 07/02/2017 BETHEL CT 06801 IDOL DOL MARIO R ECHEVERRIA JR 588 MEACHAM AVE-SUITE 103 08/24/2010 08/24/2015 ELMONT NY 11003 DOL DOL *****5533 MARQUISE CONSTRUCTION& 10 ST CHARLES STREET 09/03/2013 09/03/2018 DEVELOPMENT CORP THORNWOOD NY 10594 DOL DOL 8810 MARQUISE CONSTRUCTION 20 BOSWELL ROAD 09/03/2013 09/03/2018 ASSOCIATES INC PUTNAM VALLEY NY 10579 DOL DOL *****1134 MARQUISE CONSTRUCTION 10 ST CHARLES STREET 09/03/2013 09/03/2018 CORP THORNWOOD NY 10594 DOL NYC *****4314 MASCON RESTORATION INC 129-06 18TH AVENUE 02/09/2012 02/09/2017 COLLEGE POINT NY 11356 DOL NYC *****4314 MASCON RESTORATION LLC 129-06 18TH AVENUE 02/09/2012 02/09/2017 COLLEGE POINT NY 11356 DOL DOL *****0845 MASONRY CONSTRUCTION 442 ARMONK ROAD 12/04/2009 05/04/2017 INC MOUNT KISCO NY 10549 DOL IDOL 3333 MASONRY INDUSTRIES INC 442 ARMONK ROAD 12/04/2009 05/04/2017 MOUNT KISKO NY 10549 DOL DOL 9857 MBL CONTRACTING 2620 ST RAYMOND AVENUE 08/30/2011 08/30/2016 CORPORATION BRONX NY 10461 DOL DOL 9028 MCINTOSH INTERIORS LLC 8531 AVENUE B 02/05/2013 02/05/2018 BROOKLYN NY 11236 DOL IDOL 5936 MCSI ADVANCED AV 2085 BRIGHTON HENRIETTA 11/04/2010 11/04/2015 SOLUTIONS LLC TOWN LINE ROADROCHESTER NY 14623 Page 8 of 13 NYSDOL Bureau of Public Work Debarment List 05/18/2015 Article 8 DOL DOL 4259 MERCANDO CONTRACTING 134 MURRAY AVENUE 12/11/2009 02/03/2019 CO INC YONKERS NY 10704 DOL DOL 0327 MERCANDO INDUSTRIES LLC 134 MURRAY AVENUE 12/11/2009 02/03/2019 YONKERS NY 10704 DOL NYC 5330 METRO DUCT SYSTEMS INC 12-19 ASTORIA BOULEVARD 04/16/2014 06/24/2019 _ LONG ISLAND CITY NY 11102 DOL DOL 3368 MICEK CONSTRUCTION CO 20 CROSS STREET 12/02/2014 12/02/2019 INC FALCONER NY 14733 DOL DOL 9198 MICHAEL CZECHOWICZ OCTAGON CO 37-11 35TH AVENUE-2ND FL 01/08/2013 01/08/2018 LONG ISLAND CITY NY 11101 DOL DOL MICHAEL F LEARY JR 06/19/2013 06/19/2018 3813 SNOWDEN HILL ROADNEW HARTFORD NY 13413 DOL DOL MICHAEL F LEARY JR METAL 3813 SNOWDEN HILL ROAD 06/19/2013 06/19/2018 STUD&DRYWALL NEW HARTFORD NY 13413 DOL DOL MICHAEL KTISTAKIS 363 88TH STREET 11/18/2013 11/18/2018 BROOKLYN NY 11209 DOL DOL *****6033 MICHAEL KUSNIR KUSNIR 2677 ANAWALK ROAD 08/03/2012 08/03/2017 CONSTRUCTI KATONAH NY 10536 ON DOL DOL MICHAEL MARGOLIN 4 LEGHORN COURT 11/28/2012 11/28/2017 NEW YORK NY 11746 DOL DOL MICHELLE L BARBER 635 LUZERNE ROAD 09/16/2013 09/16/2018 QUEENSBURY NY 12804 DOL DOL 2635 MIDLAND CONSTRUCTION OF 13216 CALUMET AVENUE 11/10/2011 11/10/2016 CEDAR LAKE INC CEDAR LAKE IL 46303 DOL NYC MIGUEL ACOSTA 25-18 100TH STREET 08/21/2013 08/21/2018 EAST ELMHURST NY 11369 DOL NYC MILANCE HADZIC 22 CALIFORNIA AVE-STE 1 03/11/2015 03/11/2020 PATERSON NJ 07503 DOL DOL *****5517 MILLENNIUM PAINTING INC 67 WARD ROAD 01/21/2011 01/21/2016 SALT POINT NY 12578 DOL AG MOHAMMAD RIAZ 46 RUGBY ROAD 11/20/2013 11/20/2018 WESTBURY NY 11590 DOL DA MOHAMMED SALEEM 768 LYDIG AVENUE 08/18/2009 05/25/2015 BRONX NY 10462 DOL NYC 2690 MONDOL CONSTRUCTION INC 11-27 30TH DRIVE 05/25/2011 05/25/2016 LONG ISLAND CITY NY 11102 DOL DOL MORTON LEVITIN 3506 BAYFIELD BOULEVARD 08/30/2011 08/30/2016 OCEANSIDE NY 11572 - DOL DOL 2737 MOUNTAIN'S AIR INC 2471 OCEAN AVENUE-STE 7A 09/24/2012 09/24/2017 BROOKLYN NY 11229 DOL NYC MUHAMMAD ZULFIQAR 129-06 18TH AVENUE 02/09/2012 02/09/2017 COLLEGE POINT NY 11356 DOL DOL 2357 MUNICIPAL MILLING&MIX-IN- 9091 ERIE ROAD 02/03/2011 02/03/2016 PLACE ANGOLA NY 14006 DOL DOL MURRAY FORTH P 0 BOX 74 02/28/2012 10/01/2017 EAST GREENBUSH NY 12061 DOL DA *****9642 MUTUAL OF AMERICAL 768 LYDIG AVENUE 08/18/2009 05/25/2015 GENERAL CONSTRUCTION& BRONX NY 10462 MANAGEMENT CORP DOL DOL MUZAFFAR HUSSAIN C/O ABSOLUTE GENERAL ' 01/28/2013 01/28/2018 CONT 1129 AVENUE UBROOKLYN NY 11229 DOL NYC 1284 NEW AMERICAN 22 CALIFORNIA AVE-STE 1 03/11/2015 03/11/2020 RESTORATION INC PATERSON NJ 07503 DOL DA 6988 NEW YORK INSULATION INC 58-48 59TH STREET 05/16/2012 05/16/2017 MASPETH NY 11378 DOL DOL NICHOLAS DEGREGORY JR NJ 1698 ROUTE 9 05/23/2013 05/23/2018 DEGREGORY GLENS FALLS NY 12801 &COMPANY DOL NYC NICHOLAS PROVENZANO 147 BROOME AVENUE 03/03/2014 03/03/2019 ATLANTIC BEACH NY 11509 DOL NYC NICHOLAS PROVENZANO 147 BROOME AVENUE 03/03/2014 03/03/2019 ATLANTIC BEACH NY 11509 DOL DOL NICOLE SPELLMAN 2081 JACKSON AVENUE 06/03/2010 06/03/2015 COPIAGUE NY 11726 DOL IDOL NIKOLAS PSAREAS 656 N WELLWOOD AVE/STE C 09/01/2011 09/01/2016 LINDENHURST NY 11757 DOL DOL 5279 NJ DEGREGORY&COMPANY 1698 ROUTE 9 05/23/2013 05/23/2018 GLENS FALLS NY 12801 DOL DOL NJ DEGREGORY&SONS 1698 ROUTE 9 05/23/2013 05/23/2018 CONSTRUCTION GLENS FALLS NY 12801 DOL DOL 9198 OCTAGON CO 37-11 35TH AVENUE-2ND FL 01/08/2013 01/08/2018 LONG ISLAND CITY NY 11101 Page 9 of 13 NYSDOL Bureau of Public Work Debarment List 05/18/2015 Article 8 DOL DOL OKBY ELSAYED 1541 EAST 56TH STREET 05/04/2012 05/04/2017 BROOKLYN NY 11234 DOL NYC OLIVER HOLGUIN 95-26 76TH STREET 10/12/2011 10/12/2016 OZONE PARK NY 11416 DOL NYC 8337 OPTIMUM CONSTRUCTION 23-73 48TH STREET 04/24/2014 04/24/2019 INC LONG ISLAND CITY NY 11103 DOL NYC ORSON ARROYO C/O METRO DUCT SYSTEMS 04/16/2014 06/24/2019 12-19 ASTORIA BOULEVARDLONG ISLAND CITY NY 11102 DOL DOL 4546 PAF PAINTING CORP 161 TIBBETTS ROAD 03/12/2014 03/12/2019 YONKERS NY 10705 DOL DOL *****5242 PAF PAINTING SERVICES INC GARDEN 157 TIBBETTS ROAD 03/12/2014 03/12/2019 STATE YONKERS NY 10103 PAINTING DOL DOL PAF PAINTING SERVICES OF C/O SPIEGEL&UTRERA 03/12/2014 03/12/2019 WESTCHESTER INC 1 MAIDEN LANE-5TH FLNEW YORK NY 10038 DOL DOL 8802 PATS HEATING AND AIR P O BOX 371 05/12/2014 05/12/2019 CONDITIONING LTD ROUND LAKE NY 12151 DOL DOL PATRICIA M RUGGLES P O BOX 371 05/12/2014 05/12/2019 ROUND LAKE NY 12151 DOL DOL PAUL VERNA C/O AMERICAN STEEL 02/20/2013 02/20/2018 MECHA 693 PAINTER STREETMEDIA PA 19063 DOL DOL 9569 PERFORM CONCRETE INC 31 DURANT AVENUE 07/02/2012 07/02/2017 BETHEL CT 06801 DOL NYC PETER LUSTIG 30 COLUMBUS CIRCLE 08/21/2012 08/21/2017 EASTCHESTER NY 10709 DOL NYC PETER TRITARIS 5990 58TH AVENUE 11/18/2013 11/18/2018 MASPETH NY 11378 DOL DOL *****7914 PRECISION SITE 89 EDISON AVENUE 10/28/2011 10/28/2016 DEVELOPMENT INC MOUNT VERNON NY 10550 DOL DOL *****2989 PROFESSIONAL ESTIMATING 157 TIBBETS ROAD 03/12/2014 03/12/2019 &BUSINESS CORP YONKERS NY 10705 DOL DOL *****6895 PROLINE CONCRETE OF WNY 3090 SHIRLEY ROAD 04/19/2011 12/30/2016 INC NORTH COLLINS NY 14111 DOL DOL *****0015 RAMADA CONSTRUCTION 80 SAVO LOOP 01/07/2014 01/07/2019 CORP STATEN ISLAND NY 10309 DOL DOL RAMON BONILLA 938 E 232ND STREET#2 05/25/2010 05/25/2015 BRONX NY 10466 DOL DOL RANA A KAHN 1973 81ST ST-SUITE A-5 01/08/2015 01/08/2020 BROOKLYN NY 11214 DOL DOL 2633 RAW POWER ELECTRIC CORP 3 PARK PLACE 09/16/2013 09/15/2019 MIDDLETOWN NY 10940 DOL NYC RAYMOND PEARSON P 0 BOX 957 03/12/2014 03/12/2019 PORT JEFFERSON STA NY 11776 DOL DOL REBECCA THORNE 113 N MAPLE AVENUE 02/21/2013 02/21/2018 GREENSBURG PA 15601 DOL DOL REGINALD WARREN C/O RAW POWER ELECTRIC 09/15/2014 09/15/2019 3 PARK CIRCLEMIDDLETOWN NY 10940 DOL DOL REVOLUTIONARY FLOORS P 0 BOX 268 09/16/2013 03/21/2019 LLC STILLWATER NY 12170 DOL DOL RHINO CONCRETE LLC 101 SULLYS TRAIL/SUITE 20 11/18/2013 01/07/2019 PITTSFORD NY 14534 DOL DOL RICHARD WILSON C/O DUFOUR GROUP INC 06/10/2014 06/10/2019 353 WEST 56TH STREET #7MNEW YORK NY 10019 DOL DOL ROBBYE BISSESAR 89-51 SPRINGFIELD BLVD 01/11/2003 01/11/3003 QUEENS VILLAGE NY 11427 DOL DOL 1855 ROBERT D BISHOP JR ROBERT D P O BOX 112 07/15/2014 07/15/2019 BISHOP JR MORRISSONVILLE NY 12962 DOL DOL ROBERT D BISHOP JR P O BOX 112 07/15/2014 07/15/2019 MORRISONVILLE NY 12962 DOL NYC ROBERT FICARELLI 120-30 28TH AVENUE 01/14/2011 01/14/2016 FLUSHING NY 11354 DOL NYC ROBERT GUIDO 3256 BRUNER AVENUE 07/29/2014 07/29/2019 BRONX NY 10469 DOL DOL ROBERT L EVANS 128A NORTH STAMFORD 05/23/2013 05/23/2018 ROAD STAMFORD CT 06903 DOL DOL ROCCO ESPOSITO C/O ROCMAR CONTRACTING 09/24/2012 09/24/2017 CO 620 COMMERCE STREETTHORNWOOD NY 10594 Page 10 of 13 NYSDOL Bureau of Public Work Debarment List 05/18/2015 Article 8 DOL DOL ROCMAR CONSTRUCTION 620 COMMERCE STREET 09/24/2012 09/24/2017 CORP THORNWOOD NY 10594 DOL DOL 7083 ROCMAR CONTRACTING 620 COMMERCE STREET 09/24/2012 09/24/2017 CORP THORNWOOD NY 10594 DOL DOL 9025 ROJO MECHANICAL LLC 938 E 232ND STREET#2 05/25/2010 05/25/2015 BRONX NY 10466 DOL DOL ROMEO WARREN CIO RAW POWER ELECTR 09/16/2013 09/15/2019 CORP 3 PARK PLACEMIDDLETOWN NY 10940 DOL DOL ROSEANNE CANTISANI 11 TATAMUCK ROAD 05/04/2012 05/04/2017 POUND RIDGE NY 10576 DOL NYC ROSS J HOLLAND 120-30 28TH AVENUE 01/14/2011 01/14/2016 FLUSHING NY 11354 DOL DOL ROSS J MUSCOLINO 10 ST CHARLES STREET 09/03/2013 09/03/2018 THORNWOOD NY 10594 DOL DOL S&M CONTRACTING LLC 30 MIDLAND AVENUE 11/05/2010 11/05/2015 WALLINGTON NJ 07057 DOL DOL S&S ELECTRIC 235 BROADWAY 06/19/2013 06/19/2018 SCHENECTADY NY 12306 DOL NYC SAEED HASAN 4558 BROADWAY#6 08/04/2014 08/04/2019 NEW YORK NY 10040 DOL DOL ""'4923 SCHENLEY CONSTRUCTION 731 WARWICK TURNPIKE 06/25/2012 12/11/2017 INC HEWITT NJ 07421 DOL DOL SCOTT LEONARD GLOBAL TANK P 0 BOX 1238 11/28/2012 11/28/2017 CONSTRUCTI SALINA OK 74365 ON LLC DOL DOL SEAKCO CONSTRUCTION 128A NORTH STAMFORD 05/23/2013 05/23/2018 COMPANY LLC ROAD STAMFORD CT 06903 DOL DOL 9030 SEAKCO NEW YORK LLC SEAKCO 128A NORTH STAMFORD 05/23/2013 05/23/2018 CONSTRUCTI ROAD ON COMPANY STAMFORD CT 06903 DOL DOL SEAN BURBAGE C/O SEAN 445 ROOSA GAP ROAD 04/14/2014 04/14/2019 BURBAGE BLOOMINGBURG NY 12721 CORP _ DOL DOL 6586 SEAN BURBAGE CORP 445 ROOSA GAP ROAD 04/14/2014 04/14/2019 BLOOMINGBURG NY 12721 DOL DOL 3540 SEVEN STAR ELECTRICAL 23-24 STEINWAY STREET 06/27/2011 06/27/2016 CONTRACTING CORP ASTORIA NY 11105 DOL DOL SEVEN STAR ELECTRICAL INC C/O THEONI ATHANASIADIS 06/27/2011 06/27/2016 1023 COMMACK ROADDIX HILLS NY 11746 - DOL NYC SHAFIQUL ISLAM 11-27 30TH DRIVE 05/25/2011 05/25/2016 LONG ISLAND CITY NY 11102 DOL NYC SHAHZAD ALAM 21107 28TH AVE 07/02/2012 07/02/2017 BAYSIDE NY 11360 DOL DOL 8469 SIGNATURE PAVING AND P 0 BOX 772 08/13/2010 08/13/2015 SEALCOATING JAMESTOWN NY 14701 DOL DOL 8469 SIGNATURE SEALCOATING 345 LIVINGSTON AVENUE 04/04/2007 08/13/2015 AND STRIPING SERVICE P 0 BOX 772JAMESTOWN NY 14702 DOL DOL 6904 SIGNING STAR LIMITED 5 HANSEN PLACE 09/18/2013 09/18/2018 LIABILITY COMPANY WAYNE NJ 07470 DOL DOL 0667 SNEEM CONSTRUCTION INC 43-22 42ND STREET 07/01/2011 07/01/2016 SUNNYSIDE NY 11104 DOL DOL SPASOJE DOBRIC 61 WILLET STREET-SUITE 07/09/2010 02/23/2017 PASSAIC NJ 07055 DOL NYC 4934 SPHINX CONTRACTING CORP 240 HOME STREET 08/04/2014 08/04/2019 TEANECK NJ 07666 DOL DOL SPORTSCRAFTERS INC 113 N MAPLE AVENUE 02/21/2013 02/21/2018 GREENSBURG PA 15601 DOL DOL 3539 SPOTLESS CONTRACTING IMPACT 44 THIELLS-MT IVY ROAD 10/14/2011 10/14/2016 INDUSTRIAL POMONA NY 10970 SERVICES INC DOL DOL 3496 STAR INTERNATIONAL INC 89-51 SPRINGFIELD BLVD 08/11/2003 08/11/3003 QUEENS VILLAGE NY 11427 DOL DOL STEFANIE MCKENNA 30 MIDLAND AVENUE 11/05/2010 11/05/2015 WALLINGTON NJ 07057 DOL DOL STEPHEN BIANCHI 462 LAKEVIEW AVENUE 12/16/2013 12/16/2018 VALHALLA NY 10595 DOL DOL STEPHEON SHELDON FANTASTIC 493 LANSING ROAD 11/18/2013 11/18/2018 PAINTING FULTONVILLE NY 12072 DOL DOL STEVEN CONKLIN 60 COLONIAL ROAD 02/15/2011 02/15/2016 STILLWATER NY 12170 DOL DOL STEVEN SAGGESE 3005 WYNSUM AVENUE 08/18/2014 08/18/2019 MERRICK NY 11566 Page 11 of 13 NYSDOL Bureau of Public Work Debarment List 05/18/2015 Article 8 DOL DOL STUART CHAITIN 634 ROUTE 303 07/26/2012 11/19/2018 BLAUVET NY 10913 DOL DOL 3210 SUPER SWEEP FMS 4 LEGHORN COURT 11/28/2012 11/28/2017 NEW YORK NY 11746 DOL DOL SUZANNE G GOLD C/O GOLDS 25 HAMILTON ROAD 10/16/2013 10/16/2018 FLOORING MONTICELLO NY 12701 INSTALLATION S INC DOL DOL *****9676 T D CONTRACTORS CORP T D 113 N MAPLE AVENUE 02/21/2013 02/21/2018 CONTRACTOR GREENSBURG PA 15601 S INC DOL DOL T D CONTRACTORS INC 113 N MAPLE AVENUE 02/21/2013 02/21/2018 GREENSBURG PA 15601 _ DOL DOL TAMMY LACITIGNOLA CIO CATSKILL FENCE INSTAL 08/22/2014 08/22/2019 5445 ROUTE 32CATSKILL NY 12414 DOL DOL TECH-MECHANICAL FAB DC 5 PARKER AVENUE 03/25/2014 03/25/2019 INC POUGHKEEPSIE NY 12601 DOL DOL *****0887 THE BRINSON PAINTING 72 TAUNTON PLACE 04/14/2015 04/14/2020 CORPORATION . BUFFALO NY 14216 DOL DOL 4293 THE J OUVINA GROUP LLC 344 SOUNDVIEW LANE 11/22/2011 11/22/2016 COLLEGE POINT NY 11356 DOL DOL THE THORNE GROUP INC 113 N MAPLE AVENUE 02/21/2013 02/21/2018 GREENSBURG PA 15601 DOL DOL 2070 THE UNIVERSAL GROUP OF 212 OXFORD WAY 12/11/2012 09/16/2018 NEW YORK INC SCHENECTADY NY 12309 DOL DOL 9243 THE WELCOME MAT P O BOX 268 09/16/2013 03/21/2019 PROPERTY MANAGEMENT STILLWATER NY 12170 LLC _ DOL DOL THEONI ATHANASIADIS C/O SEVEN STAR ELECTRICAL 06/27/2011 06/27/2016 23-24 STEINWAY STREETASTORIA NY 11105 DOL DOL THOMAS DESANTIS DESANTIS 161 OSWEGO RIVER ROAD 09/24/2013 11/18/2018 ENTERPRISES PHOENIX NY 13135 DOL NYC THOMAS SCARINCI 130-43 92ND AVENUE 11/27/2013 11/27/2018 RICHMOND HILLS NY 11418 DOL DOL THOMAS TERRANOVA 13 NEW ROAD/SUITE 1 11/15/2010 11/15/2015 NEWBURGH NY 12550 DOL DOL 2734 THREE FRIENDS 986 MADISON AVENUE 01/03/2013 01/03/2018 CONSTRUCTION CORP PATERSON NJ 07501 DOL NYC *****6253 THUNDER BROTHERS CORP 24 CONGRESS LANE 05/01/2013 05/01/2018 SOUTH RIVER NJ 08882 DOL DOL TIMOTHY F BARBER 635 LUZERNE ROAD 09/16/2013 09/16/2018 QUEENSBURY NY 12804 DOL NYC TIMOTHY O'SULLIVAN C/O SNEEM CONSTRUCTION 07/01/2011 07/01/2016 4322 42ND STREETSUNNYSIDE NY 11104 DOL NYC 1523 TM MECHANICAL CORP 130-43 92ND AVENUE 11/27/2013 11/27/2018 RICHMOND HILLS NY 11418 DOL DOL 0600 TOMSON ALLOYS RECYCLING 143 FILLMORE AVENUE 01/08/2015 01/08/2020 INC BUFFALO NY 14210 DOL DOL 8176 TOURO CONTRACTING CORP 1541 EAST 56TH STREET 05/04/2012 05/04/2017 BROOKLYN NY 11234 DOL DOL 2357 TRAC CONSTRUCTION INC MUNICIPAL 9091 ERIE ROAD 02/03/2011 02/03/2016 MILLING&MIX ANGOLA NY 14006 -IN-PLACE DOL DOL 6914 TRI-COUNTY RESTORATIONS 13 SUMMERSET DRIVE 08/22/2014 08/22/2019 &CONSTRUCTION INC WALLKILL NY 12589 DOL DOL TRI-COUNTY RESTORATIONS 392 ROCK CUT ROAD 08/22/2014 08/22/2019 INC WALDEN NY 12586 DOL DOL *****5213 TRIAD PAINTING CO INC 656 N WELLWOOD AVE/STE C 09/01/2011 09/01/2016 LINDENHURST NY 11757 DOL DOL TROY D CLARKE ADVANCED 387 RIVERSIDE DRIVE 10/01/2012 10/01/2017 METALS JOHNSON CITY NY 13790 DOL DOL 4294 TWT CONSTRUCTION 13 NEW ROAD/SUITE 1 11/15/2010 11/15/2015 COMPANY INC NEWBURGH NY 12550 DOL DOL ULIANO AND SONS INC 22 GRIFFEN COURT 10/26/2010 10/26/2015 MILLER PLACE NY 11746 DOL AG 6490 UNIVERSAL STEEL 90 JUNIUS STREET 01/23/2014 01/23/2019 FABRICATORS INC BROOKLYN NY 11212 DOL NYC 7174 V&R CONTRACTING P O BOX 957 03/12/2014 03/12/2019 PORT JEFFERSON STA NY 11776 DOL DOL *****0854 VANESSA CONSTRUCTION 588 MEACHAM AVE/STE 103 08/24/2010 08/24/2015 INC ELMONT NY 11003 DOL NYC VEAP SELA C/O COLONIAL 247 48TH STREET 02/05/2014 02/05/2019 ROOFING BROOKLYN NY 11220 COMPANY INC • Page 12 of 13 NYSDOL Bureau of Public Work Debarment List 05/18/2015 Article 8 DOL DOL 3270 VEZANDIO CONTRACTING 530 BEECH STREET 07/02/2012 07/02/2017 CORP NEW HYDE PARK NY 11040 DOL NYC VICK CONSTRUCTION 21 DAREWOOD LANE 12/31/2013 12/31/2018 VALLEY STREAM NY 11581 DOL NYC VICKRAM MANGRU VICK 21 DAREWOOD LANE 12/31/2013 12/31/2018 CONSTRUCT! VALLEY STREAM NY 11581 ON DOL NYC VINCENT PIZZITOLA P O BOX 957 03/12/2014 03/12/2019 PORT JEFFERSON STA NY 11776 DOL DOL WESLEY J STAROBA 206 TALLY HO COURT 06/19/2013 06/19/2018 SCHENECTADY NY 12303 DOL DOL 0078 WESLEY J STAROBA INC S&S 235 BROADWAY 06/19/2013 06/19/2018 ELECTRIC SCHENECTADY NY 12306 DOL DOL 7617 WHITE PLAINS CARPENTRY P O BOX 309 12/04/2009 05/04/2017 CORP WHITE PLAINS NY 10603 DOL DOL WILLIAM CONKLIN 5 PARKER AVENUE 03/25/2014 03/25/2019 POUGHKEEPSIE NY 12601 DOL DOL WILLIAM MAZZELLA 134 MURRAY AVENUE 02/03/2014 02/03/2019 YONKERS NY 10704 DOL DOL WILLIAM SCRIVENS 30 MIDLAND AVENUE 11/05/2010 11/05/2015 WALLINGTON NJ 07057 DOL DOL WILLIAM THORNE 113 N MAPLE AVENUE 02/21/2013 02/21/2018 GREENSBURG PA 15601 DOL DOL WILLIE BRINSON 72 TAUNTON PLACE 04/14/2015 04/14/2020 BUFFALO NY 14216 DOL NYC 5498 XAVIER CONTRACTING LLC 68 GAYLORD ROAD 02/10/2011 02/10/2016 SCARSDALE NY 10583 DOL DOL YURIY IVANIN C/O MOUNTAIN'S AIR INC 09/24/2012 09/24/2017 2471 OCEAN AVENUE-STE 7ABROOKLYN NY 11229 Page 13 of 13 SPECIAL NOTE NEW YORK STATE DEPARTMENT OF LABOR PREVAILING WAGE RATES Wage rate amendments and supplements are available on the NYSDOL web site at: W W W.LABOR.STATE.NY.US All changes or clarification of labor classifications and applicability of prevailing wage rates shall be obtained in writing from the Office of the Director,NYSDOL Bureau of Public Work. The NYSDOL prevailing wage rate schedule for this contract has been determined and is available on the internet. The prevailing wage rate schedule is accessed by visiting the NYSDOL web site,navigating to the appropriate web page,and entering the Prevailing Rate Case No. (PRC#).The PRC#is provided on the following page on NYSDOL Form PW-200. PRIME CONTRACTOR'S CERTIFICATION NEW YORK STATE LABOR LAW,SECTION 220-a 1. That I am an officer of and am duly authorized to make this affidavit on behalf of the prime contractor on public contract No. 2. That I fully comprehend the terms and provisions of Section 220-a of the Labor Law. 3. That,except as herein stated,there are no amounts due and owing to or on behalf of laborers employed on the project by the contractor. (Set forth any unpaid wages and supplements,if none,so state). NAME AMOUNT 4. That the contractor hereby files every verified statement required to be obtained by the contractor from the subcontractors. 5. That, upon information and belief, except as stated herein, all laborers (exclusive of executive or supervisory employees)employed on the project have been paid the prevailing wages and supplements for their services through ,the last,day worked on the project by their subcontractor. (Set forth any unpaid wages and supplements,if none,so state and utilize clause 5A(below). NAME AMOUNT (5A) That the contractor has no knowledge of amounts owing to or on behalf of any laborers of its subcontractors. Page 1 of 2 PRIME CONTRACTOR'S CERTIFICATION NEW YORK STATE LABOR LAW,SECTION 220-a (continued) 6. In the event it is determined by the Commissioner of Labor that the wages or supplements or both of any such subcontractors have not been paid or provided pursuant to the appropriate schedule of wages and supplements,then the contractor shall be responsible for payment of such wages and supplements pursuant to the provision of Section 223 of the Labor Law. SIGNATURE PRINT NAME TITLE ACKNOWLEDGMENT: STATE OF SS: COUNTY OF • On the day of in the year 20_, before me,the undersigned, a Notary Public in and for said State,personally appeared ,personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s)whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s)on the instrument,the individual(s), or the person upon behalf of which the individual(s)acted,executed the instrument. Notary Public If this affidavit is verified by an oath administered by a notary public in a foreign country other than Canada,it must be accompanied by a certificate authenticating the authority of the notary who administers the oath. (See CPLR Section 2309(c);Real Property Law,Section 311,312). Page 2 of 2 SUBCONTRACTOR'S CERTIFICATION NEW YORK STATE LABOR LAW,SECTION 220-a 1. That I am an officer of a subcontractor on public contract No. and I am duly authorized to make this affidavit on behalf of the firm. 2. That I make this affidavit in order to comply with the provisions of Section 220-a of the Labor Law. 3. That on we received from , the prime contractor, a copy of the initial/revised schedule of wages and supplements Prevailing Rate Case Number(PRC) specified in the public improvement contract. 4. That I have reviewed such schedule(s), and agree to pay the applicable prevailing wages and to pay or provide the supplements specified therein. SIGNATURE PRINT NAME TITLE • ACKNOWLEDGMENT: STATE OF SS: COUNTY OF On the day of in the year 20_, before me, the undersigned, a Notary Public in and for said State,personally appeared ,personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s)whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s)on the instrument,the mdividual(s), or the person upon behalf of which the individual(s)acted,executed the instrument. Notary Public If this affidavit is verified by an oath administered by a notary public in a foreign country other than Canada,it must be accompanied by a certificate authenticating the authority of the notary who administers the oath. (See CPLR Section 2309(c);Real Property Law,Section 311,312). 200-08 Special Provisions to Section 80. Additions after the end of the first paragraph of Section 80-01 Subletting of contract. All Subcontractors shall be approved by the Owner prior to being utilized on 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. In the first sentence of Section 80-02 Notice to proceed,after"The notice to proceed", INSERT the following,"will be issued by the Owner". In the second sentence of Section 80-02 Notice to proceed,DELETE,"Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Engineer in the written notice to proceed,but in any event,the". DELETE the first sentence of Section 80-03 Execution and progress, and INSERT the following,"Unless otherwise specified,the Contractor shall submit his/her coordinated construction schedule showing all work activities for the Engineer's approval at least 10 days prior to the start of work.". - Additions after the end of the first paragraph of Section 80-03 Execution and progress. The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method(CPM), Program Evaluation and Review Technique(PERT), or other format, or as otherwise specified in the contract. As a minimum,it shall provide information on the sequence of work activities, milestone dates,and activity duration. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly 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. In the second sentence of the second paragraph of Section 80-03 Execution and progress, • after"notify the Engineer at least",DELETE,"24 hours",and INSERT the following, "3 days". In the first sentence of the third paragraph of Section 80-03 Execution and progress, after "shall not commence any actual construction",INSERT the following,"activities". Additions to the end of the first paragraph of Section 80-04.1 Operational safety on airport during construction. 2014 GP 200-76 The Safety Plan Compliance Document(SPCD)can be found in Appendix 3 of the CSPP. Additions to the end of the fourth paragraph of Section 80-04.1 Operational safety on airport during construction. If the requested changes are acceptable to all the aforementioned parties,the Engineer will request a modification to the CSPP from the FAA. The Contractor shall plan on a minimum of 90 days for this process to be completed.No deviation to the original CSPP shall be made without FAA approval. In Section 80-07 Determination and extension of contract time,DELETE a. (1) in its entirety and INSERT the following (1) No time shall be charged for days on which the Contractor is unable to proceed with work on the items under construction at the time with the normal work force employed on such items.Such days on which the Contractor chooses to engage in work which require the presence of an inspector will be charged against contract time. 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 which have been ordered by the Owner for reasons not the fault of the Contractor, shall not be charged against the contract time. In Section 80-07 Determination and extension of contract time, DELETE a. (2) in its entirety and INSERT the following (2) The Engineer will begin charges against the contract time on the date stated in the notice to proceed. Additions after the second sentence of the first paragraph of 80-11 Work area,storage area and sequence of operations. During the work of this Contract,the Owner will make such arrangements to coordinate aircraft movements and Airport operations as necessary to conform to the construction procedures outlined in the Construction Safety and Phasing Plan, and as shown on the Contract Drawings. The Contractor shall give adequate notice to the Engineer, so as to afford time to coordinate construction with the Owner. In the fourth sentence of the first paragraph of Section 80-11 Work area,storage area and sequence of operations,after"material stockpiles shall be stored",INSERT,"at locations determined during construction such that they do not interfere with",and after"an active runway",INSERT,"or taxiway". 200-09 Special Provisions to Section 90. Additions after the end of the first paragraph of Section 90-05 Payment for extra work. 1. Agreed Price/Time and Materials Work. All agreed price and time and materials work shall be approved by the Owner and the FAA prior to proceeding with the work. The 2014 GP 200-77 Engineer and Contractor shall be responsible for tracking the number of employees, number of hours and classification of each employee,numbers of hours that equipment is utilized and materials utilized for the extra work that is paid utilizing time and materials work. a. 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. b. Comparison of Record. The Contractor and the Engineer shall compare records of the cost of agreed price/time and materials work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their duly authorized representatives. c. Statement.No payment will be made for work performed on a agreed price/time and materials basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such agreed price/time and materials work detailed as follows: (1) Name, classification, date, daily hours,total hours,rate and extension for each laborer and foreman. (2) Designation, dates, daily hours,total hours,rental rate, and extension for each unit of machinery and equipment. (a) Contractor Owned Equipment Trucks and Plant.- Contractor shall be reimbursed for its ownership costs and for its operating costs for self-owned equipment at the rates listed in the Rental Rate Blue Book published by Dataquest,Inc. applied in the following manner as modified by the"Rate Adjustment Table": (i) Ownership Costs-- It is mutually understood that the rates for ownership costs reimburse the Contractor for all non-operating costs of owning the equipment,truck or plant including depreciation on the original purchase,insurance, applicable taxes, interest on investment, storage, overhead,repairs,moving the equipment onto and away from the project or work site, and profit. Reimbursement will be made for the hours of actual use as described below. (ii) Less than 8 hours of actual use, the product of the actual number of hours used or fraction thereof multiplied by the hourly rate, or the daily rate,whichever is less. (iii) Between 8 hours and 40 hours of actual use,the product of the actual number of hours used divided by 8 multiplied by the daily rate, or the weekly rate,whichever is less. (iv) Between 40 and 176 hours of actual use, the product of the actual number of hours used divided by 40 multiplied by the weekly rate, or the monthly rate,whichever is less. 2014 GP 200-78 (v) Over 176 hours of actual use,the product of the actual number of hours used divided by 176 multiplied by the monthly rate. (vi) Operating Costs--The rate for operating costs includes fuel, lubricants, other operating expendables, and preventative and field maintenance. Operating cost does not include the operator's wages. The Contractor shall be reimbursed the product of the number of hours of actual use multiplied by the Estimated Operating Cost/Hour. (vii) The rates used shall be those in effect at the time the agreed price/time and materials work is done as reflected in the then current publication of the Rental Rate Blue Book. When agreed price/time and materials type analysis are used to establish agreed prices in accordance with paragraph A above, the rates used shall be those in effect when the agreed price is developed by the Contractor. (viii) In the event that a rate is not established in the Rental Rate Blue Book for a particular piece of equipment,truck or plant, the Engineer shall establish rates for ownership costs and operating costs for that piece of equipment, truck or plant that is consistent with its cost and expected life. (ix) The geographic Regional Adjustment Factor shown in the map at the beginning of each section of the Rental Rate Blue Book shall not be applied to the equipment rates subsequently listed in each section, and shall not be used as a basis for payment. (b) Rented Equipment, Trucks and Plant— (i) In the event that the Contractor does not own a specific type of equipment and must obtain it by rental, it shall be paid the actual rental rate for the equipment for the time that the equipment is used to accomplish the work or is required by the Engineer to be present,not to exceed the adjusted rental rate in the Rental Rate Blue Book,plus the reasonable cost of moving the equipment onto and away from the project site. (ii) The Contractor shall also be reimbursed for the operating cost of the equipment unless reflected in the rental price. Such operating cost shall be determined in the same manner as specified for Contractor Owned Equipment above. (iii) In the event that area practice dictates the rental of equipment with an operator or fully fueled and maintained equipment, truck or plants, paymenit will be made on the basis of an invoice for the rental of the equipment with an operator, fully fueled and/or maintained equipment, trucks or plants including all costs incidental to its use, including costs of moving to and from the site, provided the rated is substantiated by area practice. (c) Maximum Amount Payable--The maximum amount of reimbursement for the ownership costs of Contractor owned or the rental cost of rented 2014 GP 200-79 equipment,trucks or plant is limited to the original purchase price of the equipment,truck or plant for any agreed price/time and materials work as listed in the Green Guide for Construction Equipment published by the Dataquest, Inc. In the specific event when the ownership or rental reimbursement is limited by the original purchase price, the Contractor shall, nevertheless, be reimbursed for the operating Cost/Hour for each hour of actual use. (3) Quantities of materials, prices, and extensions. (4) Transportation of materials. (5) Overhead and Profit. 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 d above, or on such other basis as may be approved by the Owner. Subcontractor profit and overhead shall be paid as outlined in this section,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 overhead and profit, only one level or tier of subcontractors will be allowed. Overhead shall be defined to include, but not be limited to: - premium on bonds; - premium on insurance required by workman's compensation insurance, public liability and property damage insurance, unemployment insurance, social security tax, and 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. Overhead and profit 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. Overhead and profit shall not be paid on the premium portion of overtime. - Total Cost of Materials as defined in c and d above. Additions to the end of the first paragraph of Section 90-06 Partial payments. No partial payments will be made for work items lacking approved submittals, or lacking acceptable manufacturer's material certifications. 2014 GP 200-80 Additions to the end of the second paragraph of Section 90-06 Partial payments. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the Airport Sponsor. This clause applies to both DBE and non-DBE subcontractors. Contractors shall include in their subcontracts language providing that Contractors and subcontractors will use appropriate alternative dispute resolution mechanisms to resolve payment disputes. The Contractor will not be reimbursed for work performed by subcontractors unless and until the Contractor ensures that the subcontractors are promptly paid for the work they have performed. Additions to the end of Section 90-08 Payment of withheld funds. e. Deposits in escrow shall be maintained for a period of time described in the subsection titled GUARANTY of this section, or the Contractor shall furnish a bond as described in the subsection titled SECURITY FOR GUARANTEE of this section. 90-12 Lien law. If, at any time before or within thirty(30) days after the work of this Contract has been completed and accepted by the Owner, 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's funds applicable to this 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. 90-13 Security for construction warranty. 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 the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section,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 one(1) year, or until the bond above described is filed. For Contractors who have elected to set up an escrow account,they may elect to maintain the escrow account for a period of one(1)year from the date of final acceptance of the work in lieu of providing a bond for security of guarantee as described above. 200-10 Special Provisions to Section 100. (Section Not Used) 2014 GP 200-81 200-11 Special Provisions to Section 105. No supplemental information for this section 200-12 Special Provisions to Section 110. (Section Not Used) END OF SECTION 200 2014 GP 200-82 Item L-108 Underground Power Cable for Airports DESCRIPTION 108-1.1 This item shall consist of furnishing and installing power cables that are direct buried and furnishing and/or installing power cables within conduit or duct banks per these specifications at the locations shown on the plans. It includes excavation and backfill of trench for direct-buried cables only. Also included are the installation of counterpoise wires, ground wires, ground rods and connections, cable splicing, cable marking, cable testing,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 duct banks or conduit,trenching and backfilling for duct banks or conduit, or furnishing or installation of cable for FAA owned/operated facilities. Requirements and payment for trenching and backfilling for the installation of underground conduit and duct banks is in Item L-110,Airport Underground Electrical Duct Banks and Conduits. EQUIPMENT AND MATERIALS 108-2.1 General. a. Airport lighting equipment and materials covered by advisory circulars (AC) shall be approved under the Airport Lighting Equipment Certification Program per AC 150/5345-53, current version. b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification,when requested by the Engineer. c. Manufacturer's certifications shall not relieve the Contractor of the responsibility to provide materials per these specifications. Materials supplied and/or installed that do not comply with these specifications shall be removed(when directed by the Engineer) and replaced with materials that comply with these specifications at the Contractor's cost. d.All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear,precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete any non-pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment to which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible for delays in the project that may accrue directly or indirectly from late submissions or resubmissions of submittals. e. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. The Engineer reserves the right to reject any and all equipment, materials, or procedures that do not meet the system design and the standards and codes, specified in this document. f. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for at least twelve(12)months from the date of final acceptance by the Owner,unless otherwise indicated.The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. The Contractor shall be responsible to maintain a minimum insulation resistance of 50 megohms minima, (1000 V megger)per AC 150/5340-26B, Maintenance Airport Visual aid Facilities,paragraph 5.1.3.1,with isolation 2014 TS L-108-1 transformers connected in new circuits and new segments of existing circuits through the end of the contract warranty period. 108-2.2 Cable. Underground cable for airfield lighting facilities (runway and taxiway lights and signs) shall conform to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits latest edition. Conductors for use on 6.6 ampere primary airfield lighting series circuits shall be single conductor, seven strand,#8 American wire gauge AWG), L-824 Type C, 5,000 volts,nonshielded, with cross-linked polyethylene insulation. Conductors for use on 20 ampere primary airfield lighting series circuits shall be single conductor, seven strand, #6 AWG,L-824 Type C, 5,000 volts,nonshielded,with cross-linked polyethylene insulation. L-824 conductors for use on the L-830 secondary of airfield lighting series circuits shall be sized in accordance with the manufacturer's recommendations. All other conductors shall comply with FAA and National Electric Code(NEC)requirements. Conductor sizes noted above shall not apply to leads furnished by manufacturers on airfield lighting transformers and fixtures. Wire for electrical circuits up to 600 volts shall comply with Specification L-824 and/or Federal Specification J-C-30 and shall be type THWN-2, 75°C. Conductors for parallel (voltage) circuits shall be sized and installed in accordance with NFPA-70,National Electrical Code. Unless noted otherwise, all 600-volt and less non-airfield lighting conductor sizes are based on a 75°C, THWN-2, 600 volt insulation, copper conductors,not more than three single insulated conductors, in raceway, in free air. The conduit/duct sizes are based on the use of THWN-2, 600 volt insulated conductors. The Contractor shall make the necessary increase in conduit/duct sizes for other types of wire insulation. In no case shall the conduit/duct size be reduced. The minimum power circuit wire size shall be#12 AWG. Conductor sizes may have been adjusted due to voltage drop or other engineering considerations. Equipment provided by the Contractor shall be capable of accepting the quantity and sizes of conductors shown in the Contract Documents. All conductors,pigtails, cable step-down adapters, cable step-up adapters,terminal blocks and splicing materials necessary to complete the cable termination/splice shall be considered incidental to the respective pay items provided. If control cable is required, 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 herein or shown on the plans. Cable type, size,number of conductors, strand and service voltage shall be as specified in the Contract Document. 108-2.3 Bare copper wire(counterpoise,bare copper wire ground and ground rods). a. Counterpoise wire. Wire for counterpoise for airfield lighting systems shall be No. 6 AWG bare solid copper wire per ASTM B3. See AC 150/5340-30 for additional details about counterpoise and ground wire types and installation. b. Equipment safety ground wire. Equipment safety ground wire shall be No. 6 AWG bare stranded copper wire conforming to the requirements of ASTM B8. c. Ground wire for voltage powered circuits. For voltage powered circuits,the equipment ground conductor shall be of the size,type and insulation value shown on the plans. The insulation shall be green color. 2014 TS L-108-2 d. Ground rods. Ground rods shall becopper-clad steel. The ground rods shall be of the length and diameter specified on the plans,but in no case be less than 8 feet(2.4 m)long and 5/8 inch (16 mm) in diameter. 108-2.4 Cable connections. In-line connections or splices of underground primary cables shall be of the type called for on the plans, or shall be one of the types listed below.No separate payment will be made for cable connections. a. The cast splice.A cast splice, employing a plastic mold and using epoxy resin equivalent to that manufactured by 3MTM Company, "Scotchcast" Kit No. 82-B, or as manufactured by Hysol® Corporation, "Hyseal Epoxy Splice"Kit No. E1135, or an approved equivalent,used for potting the splice is acceptable. b. The field-attached plug-in splice. Figure 3 of AC 150/5345-26, Specification for L-823 Plug and Receptacle, Cable Connectors, employing connector kits, is acceptable for field attachment to single conductor cable. It shall be the Contractor's responsibility to determine the outside diameter of the cable to be spliced and to furnish appropriately sized connector kits and/or adapters and heat shrink tubing with integral sealant. c. The factory-molded plug-in splice. Specification for L-823 Connectors,Factory-Molded to Individual Conductors, is acceptable. d. The heat-shrink splice.Heat shrinkable tubing shall be heavy-wall, self-sealing tubing rated for the voltage of the wire being spliced and suitable for direct-buried installations. The tubing shall be factory coated with a thermoplastic adhesive-sealant that will adhere to the insulation of the wire being spliced forming a moisture- and dirt-proof seal. Additionally, heat shrinkable tubing for multi-conductor cables, shielded cables, and armored cables shall be factory kits that are designed for the application. Heat shrinkable tubing and tubing kits shall be manufactured by Tyco Electronics/Raychem Corporation, Energy Division, or approved equivalent. In all the above cases, connections of cable conductors shall be made using crimp connectors using a crimping tool designed to make a complete crimp before the tool can be removed. All L-823/L-824 splices and terminations shall be made per the manufacturer's recommendations and listings. All connections of counterpoise, grounding conductors and ground rods shall be made by the exothermic process or approved equivalent,except that a light base ground clamp connector shall be used for attachment to the light base. See AC 150/5340-30 for additional information about methods of attaching a ground to a galvanized light base. All exothermic connections shall be made per the manufacturer's recommendations and listings. 108-2.5 Splicer qualifications. Every airfield lighting cable splicer shall be qualified in making airport cable splices and terminations on cables rated at or above 5,000 volts AC. The Contractor shall submit to the Engineer proof of the qualifications of each proposed cable splicer for the airport cable type and voltage level to be worked on. Cable splicing/terminating personnel shall have a minimum of three(3) years continuous experience in terminating/splicing medium voltage cable. 2014 TS L-108-3 108-2.6 Concrete. Concrete shall be in accordance with either: New York State Depattment of Transportation Standard Specifications, latest issue, plus all revisions and addenda pertaining thereto, Section 555-2. Unless otherwise shown on the Contract Drawings,the concrete shall be Class A, with a maximum permissible slump of 3-1/2 inches. Cement shall be Portland Cement Type I or Type II. or Connecticut Department of Transportation Standard Specifications, latest issue, plus all revisions and addenda pertaining thereto, Section M-03. Unless otherwise shown on the Contract Drawings, the concrete shall be Class F,with a maximum permissible slump of 3-1/2 inches. Cement shall be Portland Cement Type I or Type II. 108-2.7 Flowable backfill. Not Used 108-2.8 Cable identification tags. Cable identification tags shall be made from a non-corrosive material with the circuit identification stamped or engraved onto the tag. The tags shall be of the type as detailed on the plans. 108-2.9 Tape.Plastic tapes shall meet the requirements of ASTM D 1000, such as ScotchTM Electrical Tapes—ScotchTM 88 (1-1/2 inch(38 mm)wide) as manufactured by the Minnesota Mining and Manufacturing Company, or approved equivalent. Rubber or synthetic rubber tape shall meet the requirements of ASTM D 4388, such as ScotchTM 130C®linerless rubber splicing tape (2-inch(50 mm) wide), as manufactured by the Minnesota Mining and Manufacturing Company(3MTM), or an approved equivalent. 108-2.10 Heat shrink tubing. Heat shrinkable tubing shall be heavy-wall, self-sealing tubing rated for the voltage of the wire being spliced and suitable for direct-buried installations. The tubing shall be factory coated with a thermoplastic adhesive-sealant that will adhere to the insulation of the wire being spliced forming a moisture-and dirt-proof seal. Heat shrinkable tubing for multi-conductor cables, shielded cables, and armored cables shall be factory kits designed for the application. Heat shrinkable tubing and tubing kits shall be manufactured by Tyco Electronics/Raychem Corporation, Energy Division, or approved equivalent. 108-2.11 Existing circuits. Whenever the scope of work requires connection to an existing circuit,the circuit's insulation resistance shall be tested, in the presence of the Engineer. The test shall be performed per this item and prior to any activity that will affect the respective circuit. The Contractor shall record the results on forms acceptable to the Engineer. When the work affecting the circuit is complete, the circuit's insulation resistance shall be checked again, in the presence of the Engineer. The Contractor shall record the results on forms acceptable to the Engineer. The second reading shall be equal to or greater than the first reading or the Contractor shall make the necessary repairs to the circuit to bring the second reading above the first reading. All repair costs including a complete replacement of the L-823 connectors,L-830 transformers and L-824 cable, if necessary, shall be borne by the Contractor. All test results shall be submitted in the Operation and Maintenance(O&M)Manual. 108-2.12 Detectable warning tape.Plastic, detectable, American Wood Preservers Association(AWPA) Red(electrical power lines, cables, conduit and lighting cable) with continuous legend magnetic tape shall be polyethylene film with a metalized foil core and shall be 3-6 inches (75-150 mm)wide. Detectable tape is incidental to the respective bid item. The legend shall read"CAUTION: BURIED ELECTRIC LINE BELOW", or similar language which includes the words "CAUTION" and"ELECTRIC". 2014 TS L-108-4 108-2.13 Bedding.Bedding shall meet the requirements of ASTM C 33, fine aggregate for concrete. Gradation shall be in accordance with the table below: Percentage By Weight Sieve Designations Passing Sieves 3/8 Inch 100 No. 4 95-100 No. 8 80-100 No. 16 50-85 No. 30 25-60 No.,50 5-30 No. 100 0-10 CONSTRUCTION METHODS 108-3.1 General.The Contractor shall install the specified cable at the approximate locations indicated on the plans.Unless otherwise shown on the plans, all cable required to cross under pavements expected to carry aircraft loads shall be installed in concrete encased duct banks. Wherever possible, cable shall be run without splices, from connection to connection. Cable connections between lights will be permitted only at the light locations for connecting the underground cable to the primary leads of the individual isolation 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 on the plans. In addition to connectors being installed at individual isolation transformers, L-823 cable connectors for maintenance and test points shall be installed no more than 1,000 feet apart,unless otherwise shown on the plans. Cable circuit identification markers shall be installed on both sides of the L-823 connectors installed or at least once in each access point where L-823 connectors are not installed. Provide not less than 3 feet(1 m)of cable slack on each side of all connections, isolation transformers, light units, and at points where cable is connected to field equipment. Where provisions must be made for testing or for future above grade connections,provide enough slack to allow the cable to be extended at least one foot(30 cm)vertically above the top of the access structure. This requirement also applies where primary cable passes through empty light bases,junction boxes, and access structures to allow for future connections, or as designated by the Engineer. Primary airfield lighting cables installed shall have cable circuit identification markers attached on both sides of each L-823 connector and on each airport lighting cable entering or leaving cable access points, such as manholes,hand holes,pull boxes,junction boxes, etc.Markers shall be of sufficient length for imprinting the cable circuit identification legend on one line,using letters not less than 1/4 inch(6 mm) in size. The cable circuit identification shall match the circuits noted on the construction plans. Each cable installed in electrical'manholes and pull boxes shall be routed at least one complete loop around the interior wall of the structure prior to exiting. 108-3.2 Installation in duct banks or conduits. This item includes the installation of the cable in duct banks or conduit per the following paragraphs.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 per the 2014 TS L-108-5 latest version of the National Electric Code, or the code of the local agency or authority having jurisdiction. The Contractor shall make no connections or splices of any kind in cables installed in conduits or duct banks. Unless otherwise designated in the plans, where ducts are in tiers, use the lowest ducts to receive the cable first, with spare ducts left in the upper levels. Check duct routes prior to construction to obtain assurance that the conduits and ducts are open, available and that any potential interference is avoided. Duct banks or conduits shall be installed as a separate item per Item L-110, Airport Underground Electrical Duct Banks and Conduit. The Contractor shall run a mandrel through duct banks or conduit prior to installation of cable to ensure that the duct bank or conduit is open, continuous and clear of debris. The mandrel size shall be compatible with the conduit size. An iron-shod mandrel,not more than 1/4-inch smaller than the bore of the conduit shall be pulled or pushed through each conduit. The mandrel shall have a leather or rubber gasket slightly larger than the conduit hole. The Contractor shall swab out all conduits/ducts and clean light bases,manholes, etc., interiors immediately prior to pulling cable. Once cleaned and swabbed, the light bases and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, light bases, manholes, etc., is incidental to the pay item of the item being cleaned. All access points of entry left open, after initial cleaning, for any reason shall be re-cleaned at the Contractor's expense. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the Engineer of any blockage in the existing ducts. The cable shall be installed in a manner that prevents harmful stretching of the conductor, damage to the insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture-seal tape providing moisture-tight mechanical protection with minimum bulk, or alternately, heat shrinkable tubing 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 conduit, all cable shall be pulled in the conduit at the same time. The pulling of a cable through duct banks or conduits may be accomplished by hand winch or power winch with the use of cable grips or pulling eyes. Maximum pulling tensions shall not exceed the cable manufacturer's recommendations. A non-hardening cable-pulling lubricant recommended for the type of cable being installed shall be used where required. The Contractor shall submit the recommended pulling tension values to the Engineer prior to any cable installation. Cable pull tensions shall be recorded by the Contractor and reviewed by the Engineer. Cables exceeding the maximum allowable pulling tension values shall be removed and replaced by the Contractor at the Contractor's expense. The manufacturer's minimum bend radius or NEC requirements (whichever is more restrictive)shall apply. Cable installation,handling and storage shall be per manufacturer's recommendations. During cold weather,particular attention shall be paid to the manufacturer's minimum installation temperature. Cable shall not be installed when the temperature is at or below the manufacturer's minimum installation temperature. At the Contractor's option,the Contractor may submit a plan, for review by the Engineer, for heated storage of the cable and maintenance of an acceptable cable temperature during installation when temperatures are below the manufacturer's minimum cable installation temperature. Cable shall not be dragged across base can or manhole edges,pavement or earth. When cable must be coiled, lay cable out on a canvas tarp or use other appropriate means to prevent abrasion to the cable jacket. 108-3.3 Installation of direct-buried cable in trenches. Unless otherwise specified, the Contractor shall 2014 TS L-108-6 not use a cable plow for installing the cable. Cable shall be unreeled uniformly 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. Slack cable sufficient to provide strain relief shall be placed in the trench in a series of S curves. Sharp bends or kinks in the cable shall not be permitted. o Where cables must cross over each other,a minimum of 3 inches (75 mm)vertical displacement shall be provided with the topmost cable depth at or below the minimum required depth below finished grade. a. Trenching. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored.Trenches for cables may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of surface is disturbed. 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 shall be placed at a minimum depth of 18 inches(0.5 m)below finished grade per NEC Table 300.5, except as follows: (1)When off the airport or crossing under a roadway or driveway,the minimum depth shall be 36 inches(91 cm)unless otherwise specified. (2)Minimum cable depth when crossing under a railroad track, shall be 42 inches (1 m)unless otherwise specified. (3) Low voltage cables shall be placed a minimum of 12 inches from high voltage cables. Dewatering necessary for cable installation, is incidental to its respective pay items as part of Item L-108. The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the L-108 Item. The Contractor shall excavate all cable trenches to a width not less than 6 inches (150 mm). Unless otherwise specified on the plans, all cables of similar voltage insulation values in the same location and running in the same general direction shall be installed in the same trench. When rock is encountered,the rock shall be removed to a depth of at least 3 inches (75 mm)below the required cable depth and it shall be replaced with bedding. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. Duct bank or conduit markers temporarily removed for trench excavations shall be replaced as required. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Where existing active cables cross proposed installations, the Contractor shall ensure that these cables are adequately protected. Where crossings are unavoidable, no splices will be allowed in the existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows: (1) Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred. (2) Trenching, etc.,in cable areas shall then proceed, with approval of the Engineer,with care taken to minimize possible damage or disruption of existing cable, including careful backfilling in area of cable. In the event of damage to existing utilities or cables,the Engineer and airport authorities are to be 2014 TS L-108-7 notified immediately. The Contractor shall repair all damage, as directed by the Engineer, immediately and at the Contractor's expense. b. Backfilling. After the cable has been installed,the trench shall be backfilled. The first layer of backfill above the cables in the trench shall be 3 inches(75 mm)deep, loose measurement of bedding, and shall not be compacted. The second layer shall be 5 inches(125 mm) deep, loose measurement of bedding. The counterpoise wire, if required, shall be placed at this time. The remaining layers of backfill shall not exceed 8 inches (20 cm), loose measurement, of suitable on-site material and shall not contain stone or aggregate larger than 4 inches(100 mm)maximum diameter. 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 material shall be moistened or aerated as required. If the cable is to be installed in locations or areas where other compaction requirements are specified (under pavements, embankments, etc.)the compaction requirements per Item P-152 for that area shall be followed. _ Trenches 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 turf is to be established over the trench,the backfilling shall be stopped at an appropriate depth consistent with the type of turfing operation to be accommodated. A proper allowance for settlement shall also be provided. Any excess excavated material shall be removed and disposed of per the plans and specifications. Prior to placing topsoil, underground electrical warning(caution)tape shall be installed in the trench above all direct-buried cable,unless otherwise shown. Contractor shall submit a sample of the proposed warning tape for acceptance by the Engineer. One warning tape shall be installed for every 3 cables, or increment thereof, installed in a common trench. c.Restoration. Following restoration of all trenching near airport movement surfaces, the Contractor shall visually inspect the area for foreign object debris (FOD)and remove any that is found. 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 on airport property or as ordered by the Engineer. All areas disturbed by the Contractor's operations shall be restored to its original condition at no cost to the Owner. The restoration shall be performed in accordance with the details as shown on the plans. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. Where cables are installed in trenches restoration shall be considered necessary and incidental to the work of this item and the costs shall be included in the associated pay items of work involved. Where cables are installed within the general grading limits,restoration of the area will not be necessary as payment for establishment of turf will be included in the various pay items of work involved. 108-3.4 Cable markers for direct-buried cable. The location of direct buried circuits shall be marked by a concrete slab marker, 2 feet(60 cm) square and 4-6 inch(10- 15 cm)thick, extending approximately one inch (25 mm) above the surface. Each cable run from a line of lights and signs to the equipment vault shall be marked at approximately every 200 feet(61 m) along the cable run, with an additional marker at each change of direction of cable run.All other direct-buried cable shall be marked if'the same manner. Cable markers shall be installed directly above the cable.The Contractor shall impress the word 2014 TS L-108-8 "CABLE" and directional arrows on each cable marking slab. The letters shall be approximately 4 inches (100 mm)high and 3 inches(75 mm)wide, with width of stroke 1/2 inch(12 mm) and 1/4 inch(6 mm) deep. At the location of each underground cable connection, except at lighting units, or isolation transformers, or power a concrete marker slab must mark adapters placed above the connection. The Contractor shall impress the word"SPLICE"on each slab.The Contractor also shall impress additional circuit identification symbols on each slab as directed by the Engineer.All cable markers and splice markers shall be painted international orange.Paint shall be specifically manufactured for uncured exterior concrete. After placement, all cable or splice markers shall be given one coat of high-visibility aviation orange paint as approved by the Engineer.Furnishing and installation of cable markers is incidental to the respective cable pay item. 108-3.5 Splicing. Connections of the type shown on the plans shall be made by experienced personnel regularly engaged in this type of work and shall be made as follows: 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 per the manufacturer's instructions and to the satisfaction of the Engineer. b. Field-attached plug-in splices. These shall be assembled per the 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 1-1/2 inches(38 mm) on each side of the joint. c. 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 1-1/2 inches(38 mm) on each side of the joint. d.Heat-shrink splices. A taped splice shall be made in the following manner: Heat shrinkable tubing shall be installed following manufacturer's instructions. Direct flame heating shall not be permitted unless recommended by the manufacturer. Cable surfaces within the limits of the heat-shrink application shall be clean and free of contaminates prior to application. Surfaces of equipment or conductors being terminated or connected shall be prepared in accordance with industry standard practice and manufacturer's recommendations. All surfaces to be connected shall be thoroughly cleaned to remove all dirt,grease, oxides,nonconductive films, or other foreign material. Paints and other nonconductive coatings shall be removed to expose base metal. Clean all surfaces at least 1/4 inch(6.4 mm)beyond all sides of the larger bonded area on all mating surfaces. Use a joint compound suitable for the materials used in the connection. Repair painted/coated surface to original condition after completing the connection. 108-3.6 Bare counterpoise wire installation for lightning protection and grounding. If shown on the plans or included in the job specifications,bare solid copper counterpoise wire shall be installed for lightning protection of the underground cables, duct banks and conduits. The following method of lightning protection for the airfield lighting circuit has been selected: Isolation—used in areas where lightning strikes are not common. The counterpoise is not bonded to edge light fixtures, in-pavement fixtures are boned to the counterpoise. Counterpoise size is selected by 2014 TS L-108-9 the Engineer. For edge light fixtures installed in turf(stabilized soils)and for raceways or cables adjacent to the full strength pavement edge,the counterpoise conductor shall be installed halfway between the pavement edge and the light base, mounting stake,raceway, or cable.Payment will be made for each counterpoise wire installed in a counterpoise trench shown on the plans and shall include excavation,backfill, counterpoise wire,restoration,ground rods, exothermic connections and detectable warning tape. The counterpoise conductor shall be installed 8 inches(203 mm)minimum below grade. Each light base or mounting stake shall be provided with a grounding electrode. When a metallic light base is used,the grounding electrode shall be bonded to the metallic light base or mounting stake with a No. 6 AWG bare, annealed or soft drawn, solid copper conductor. When a nonmetallic light base is used,the grounding electrode shall be bonded to the metallic light fixture or metallic base plate with a No. 6 AWG bare, annealed or soft drawn, solid copper conductor. For raceways installed under pavement; for raceways and cables not installed adjacent to the full strength pavement edge; for fixtures installed in full strength pavement and shoulder pavement and for optional method of edge lights installed in turf(stabilized soils); and for raceways or cables which are not adjacent to the full strength pavement edge, the counterpoise conductor shall be centered over the raceway or cable to be protected as described below. The counterpoise conductor shall be installed no less than 8 inches (203 mm) above the raceway or cable to be protected, except as permitted below. The minimum counterpoise conductor height above the raceway or cable to be protected shall be permitted to be adjusted subject to coordination with the airfield lighting and pavement designs. Where raceway is installed by the directional bore,jack and bore, or other drilling method,the counterpoise conductor shall be permitted to be installed concurrently with the directional bore,jack and bore, or other drilling method raceway, external to the raceway or sleeve. The counterpoise conductor height above the protected raceway(s)or cable(s) shall be calculated to ensure that the raceway or cable is within a 45-degree area of protection. The counterpoise conductor shall be bonded to each metallic light base, mounting stake, and metallic airfield lighting component. All metallic airfield lighting components in the field circuit on the output side of the constant current regulator(CCR) or other power source shall be bonded to the airfield lighting counterpoise system. The counterpoise wire shall also be exothermically welded to ground rods installed as shown-on the plans but not more than 500 feet(150 m) apart around the entire circuit. The counterpoise system shall be continuous and terminate at the transformer vault or at the power source. It shall be securely attached to the vault or equipment external ground ring or other made electrode-grounding system. Counterpoise connections shall be exothermic unless otherwise shown on the plans. A separate equipment(safety)ground system shall be provided in addition to the counterpoise wire using one of the following methods: 2014 TS L-108-10 a. A ground rod installed at and securely attached to each light fixture base, mounting stake, and to all metal surfaces at junction/access structures via an equipment safety ground wire. At access structures, the safety ground shall be connected to all metal surfaces within the structure and attached to a ground rod. Ground wires and ground rods for equipment safety ground systems shall be considered necessary and incidental to the work of this contract and the costs shall be included in the associated pay items of work involved. b.For parallel voltage systems,install a green insulated equipment ground conductor internal to the conduit system and securely attached it to each light fixture base internal grounding lug and to all metal surfaces at junction/access structures. At junction/access structures,the ground conductor shall be connected to all metal surfaces within the structure. Dedicated ground rods shall be installed and exothermically welded to the counterpoise wires at each end of a duct bank crossing under pavement. Where an existing airfield lighting system is being extended or modified,the new counterpoise conductors shall be interconnected to existing counterpoise conductors at each intersection of the new and existing airfield lighting counterpoise systems. 108-3.7 Counterpoise installation above multiple conduits and duct banks. Counterpoise wires shall be installed above multiple conduits/duct banks for airfield lighting cables,with the intent being to provide a complete area of protection over the airfield lighting cables. When multiple conduits and/or duct banks for airfield cable are installed in the same trench,the number and location of counterpoise wires above the conduits shall be adequate to provide a complete cone of protection measured 22-1/2 degrees each side of vertical. Where duct banks pass under pavement to be constructed in the project,the counterpoise shall be placed above the duct bank. Reference details on the construction plans. When multiple conduits or airfield cable are installed in the same trench,the number and location of counterpoise wires above the conduits or wires shall be adequate to provide a complete cone of protection measured 22-1/2 degrees each side of vertical. One counterpoise wire shall be installed for every 3 cables, or increment thereof, installed in a common trench. One counterpoise wire shall be installed for every 2 conduits, or increment thereof,installed in a common trench. The Contractor may choose to install cables and/or conduits in multiple trenches however, additional counterpoise wire will be required to protect the cables and/or conduits. The cost of installing additional counterpoise wire shall be borne by the Contractor. 108-3.8 Counterpoise installation at existing duct banks. When airfield lighting cables are indicated on the plans to be routed through existing duct banks,the new counterpoise wiring shall be terminated at ground rods at each end of the existing duct bank where the cables being protected enter and exit the duct bank. The new counterpoise conductor shall be bonded to the existing counterpoise system. 108-3.9 Exothermic bonding.Bonding of counterpoise wire shall be by the exothermic welding process. Only personnel experienced in and regularly engaged in this type of work shall make these connections. Contractor shall demonstrate to the satisfaction of the Engineer,the welding kits,materials and procedures to be used for welded connections prior to any installations in the field. The installations shall comply with the manufacturer's recommendations and the following: a. All slag shall be removed from welds. 2014 TS L-108-11 b. Using an exothermic weld to bond the counterpoise to a lug on a galvanized light base is not recommended unless the base has been specially modified. Consult the manufacturer's installation directions for proper methods of bonding copper wire to the light base. See also AC 150/5340-30 for galvanized light base exception. 108-3.10 Testing.The Contractor shall furnish all necessary equipment and appliances for testing the airport electrical systems and underground cable circuits before and after installation in accordance with Maintenance of Airport Lighting subsection of the Work Area, Storage Area, and Sequence of Operations section of the General Provisions. The Contractor shall perform all tests in the presence of the Engineer. The Contractor shall demonstrate the electrical characteristics to the satisfaction of the Engineer. All costs for testing are incidental to the respective item being tested.For phased projects, the tests must be completed by phase. METHOD OF MEASUREMENT 108-4.1 Cable or counterpoise wire installed in cable trench, duct bank trench or conduit trench shall be measured by the number of linear feet installed and grounding connectors,ready for operation, and accepted as satisfactory. Separate measurement shall be made for each cable or counterpoise wire installed in trench, duct bank or conduit. The measurement for this item shall not include additional quantities required for slack. 108-4.3 Counterpoise wire and trench shall be measured by the number of linear feet of counterpoise wire installed in a trench located halfway between the pavement edge and the light base, mounting stake, raceway, or cable,ready for operation, and accepted as satisfactory. The measurement for this item shall not include additional quantities required for slack. BASIS OF PAYMENT 108-5.1 Payment will be made at the contract unit price for trenching, cable,bare counterpoise wire installed in cable trench(direct-buried), over duct bank, in conduit trench,through existing conduit and for counterpoise wire and trench located halfway between the pavement edge and the light base, mounting stake,raceway, or cable, in place by the Contractor and accepted by the Engineer. 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, including ground rods and ground connectors and trench marking tape,necessary to complete this item. Payment will be made under: Item L-108-5.1 - No. 8 AWG, 600V, 1/C Airfield Lighting Cable—per linear foot Item L-108-5.1 - No. 8 AWG, 5KV, 1/C Airfield Lighting Cable—per linear foot Item L-108-5.1 - No. 6 AWG Counterpoise Wire—per linear foot Item L-108-5.1 No. 6 AWG Counterpoise Wire and Trench—per linear foot SUBMITTALS AND CERTIFICATIONS 2014 TS L-108-12 108-6.1 The following "Shop and Setting Drawings", "Working Drawings", Catalogue Data" and "Certifications" shall be submitted for review: - Catalogue data for each size and type of cable. - Catalogue data for counterpoise wire. - Catalogue data for ground wire. - Catalogue data for ground rods. - Catalogue data for cable connections. - Concrete mix design. - Controlled low strength material in accordance with tern P-153, if used. - Catalogue data for ID tags. - Catalogue data for electrical tape. - Catalogue data for heat-shrink tubing. - Submittal for gradation of bedding. - Catalogue data showing that detectable warning tape meets the requirements specified. MATERIAL REQUIREMENTS AC 150/5340-26 Maintenance of Airport Visual Aid Facilities AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors AC 150/5345-53 Airport Lighting Equipment Certification Program Commercial Item Description A-A-59544 Cable and Wire, Electrical (Power,Fixed Installation) Commercial Item Description A-A-55809 Insulation Tape,Electrical,Pressure-Sensitive Adhesive,Plastic ASTM B3 Standard Specification for Soft or Annealed Copper Wire ASTM B8 Standard Specification for Concentric-Lay-Stranded Copper Conductors,Hard, Medium-Hard, or Soft ASTM B33 ° Standard Specification for Tin-Coated Soft or Annealed Copper Wire for Electrical Purposes ASTM D4388 Standard Specification for Nonmetallic Semi-Conducting and Electrically Insulating Rubber Tapes FED SPEC J-C-30 Cable and Wire, Electrical (Power,Fixed Installation) MIL-I-24391 Insulation Tape, Electrical, Plastic, Pressure Sensitive REFERENCE DOCUMENTS 2014 TS L-108-13 i NFPA-70 National Electrical Code(NEC) NFPA-780 Standard for the Installation of Lightning Protection Systems MIL-S-23586F Performance Specification: Sealing Compound(with Accelerator), Silicone Rubber, Electrical ANSI/IEEE STD 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System END OF ITEM L-108 2014 TS L-108-14 Item L-110 Airport Underground Electrical Duct Banks and Conduits DESCRIPTION 110-1.1 This item shall consist of underground electrical conduits and duct banks (single or multiple conduits encased in concrete or buried in sand) installed per this specification at the locations and per the dimensions,designs, and details shown on the plans.This item shall include furnishing and installing of all underground electrical duct banks and individual and multiple underground conduits. It shall also include all excavation, trenching, sheeting,bracing, dewatering, backfilling,removal of any paved or turfed areas; concrete encasement,mandrelling,pulling lines, duct markers, plugging of conduits, and the testing of the installation as a completed system ready for installation of cables per the plans and specifications.This item shall also include furnishing and installing conduits and all incidentals for providing positive drainage of the system. Verification of existing ducts is incidental to the pay items provided in this specification. This item also includes removal of existing conduit and duct banks. This item also includes restoration of paved or turf surfaces which are not otherwise disturbed as a result of the proposed work of this contact. EQUIPMENT AND MATERIALS 110-2.1 General. a. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when requested by the Engineer. b. Manufacturer's certifications shall not relieve the Contractor of the responsibility to provide materials per these specifications and acceptable to the Engineer.Materials supplied and/or installed that do not comply with these specifications shall be removed,when directed by the Engineer and replaced with materials,that comply with these specifications, at the Contractor's cost. c. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear,precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete non-pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles(highlighting is not acceptable).The Contractor is solely responsible for delays in project that accrue directly or indirectly from late submissions or resubmissions of submittals. d. The data submitted shall be sufficient, in the opinion of the Engineer,to determine compliance with the plans and specifications. The Engineer reserves the right to reject any and all equipment, materials or procedures that do not meet the system design and the standards and codes specified in this document. _ e. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve(12)months from final acceptance by the Owner,unless otherwise indicated.The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. 2014 TS L-110-1 110-2.2 Rigid galvanized steel conduit. Rigid galvanized steel (RGS) conduit and fittings shall be hot dipped galvanized inside and out and conform to the requirements of Underwriters Laboratories Standards 6, 514B, and 1242. All RGS conduits or RGS elbows installed below grade, in concrete, permanently wet locations or other similar environments shall be painted with a 10 mil thick coat of asphaltum sealer or shall have a factory bonded polyvinyl chloride(PVC)cover. Any exposed galvanizing or steel shall be coated with 10 mil of asphaltum sealer. PVC coated rigid galvanized steel conduit shall have a 0.04-inch thick factory applied PVC coating meeting NEMA Standard No. RN 1. Fittings shall have the same coating. When using PVC coated RGS conduit, care shall be exercised not to damage the factory PVC coating. Damaged PVC coating shall be repaired per the manufacturer's written instructions. 110-2.3 Plastic conduit. Plastic conduit and fittings-shall conform to Underwriters Laboratories Standards UL-651 and Article 352 of the current National Electrical Code shall be one of the following, as shown on the plans: a. Type I—Schedule 40 PVC suitable for underground use either direct-buried or encased in concrete. b. Type II—Schedule 40 PVC suitable for either above ground or underground use. c. Type III—Schedule 80 PVC suitable for either above ground or underground use either direct- buried or encased in concrete. d. Type III—HDPE pipe,minimum standard dimensional ratio(SDR) 11, suitable for placement with directional boring under pavement. The type of solvent cement shall be as recommended by the conduit/fitting manufacturer. 110-2.4 Split conduit. Split conduit shall be pre-manufactured for the intended purpose and shall be made of steel or plastic. 110-2.5 Conduit spacers. Conduit spacers shall be prefabricated interlocking units manufactured for the intended purpose. They shall be of double wall construction made of high grade,high density polyethylene complete with interlocking cap and base pads,They shall be designed to accept No. 4 reinforcing bars installed vertically. 110-2.6 Concrete. Concrete shall be in accordance with either: New York State Depaitment of Transportation Standard Specifications, latest issue,plus all revisions and addenda pertaining thereto, Section 555-2.Unless otherwise shown on the Contract Drawings,the concrete shall be Class A,with a maximum permissible slump of 3-1/2 inches. Cement shall be Portland Cement Type I or Type II. or Connecticut Department of Transportation Standard Specifications, latest issue,plus all revisions and addenda pertaining thereto, Section M-03. Unless otherwise shown on the Contract Drawings,the concrete shall be Class F,with a maximum permissible slump of 3-1/2 inches. Cement shall be Portland Cement Type I or Type II. 110-2.7 Controlled low strength material.Not used. 2014 TS L-110-2 110-2.8 Detectable warning tape. Plastic, detectable,American Wood Preservers Association(AWPA) Red(electrical power lines, cables, conduit and lighting cable)with continuous legend magnetic tape shall be polyethylene film with a metallized foil core and shall be 3-6 inches (75-150 mm)wide. Detectable tape is incidental to the respective bid item. The legend shall read"CAUTION: BURIED ELECTRIC LINE BELOW", or similar language which includes the words"CAUTION" and"ELECTRIC". 110-2.9 Flexible conduit.Flexible conduit shall be liquid-tight non-metallic conforming to the requirements of NEC 356 and UL 1660. Fittings shall conform to UL 514B. Where connected to rigid steel or PVC conduit,the flexible conduit shall have the same inside diameter. 110-2.10 Conduit fittings. Conduit fittings shall be from the same manufacturer and of the same material as the conduit. Fittings shall provide for liquid tight connections.The fittings inside diameter shall be the same as the conduit. 110-2.11 Reinforcing steel. Reinforcing steel shall be deformed bars of new billet steel meeting the requirements of ASTM A 615, Grade 60. Reinforcing steel shall be hot dipped galvanized in accordance with ASTM A-123, or epoxy coated. 110-2.12 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 un-pigmented. 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. 110-2.13 Bedding. Bedding shall meet the requirements of ASTM C 33,fine aggregate for concrete. Gradation shall be in accordance with the table below: Percentage By Weight Sieve Designations Passing Sieves 3/8 Inch 100 No. 4 95-100 No. 8 80-100 No. 16 50-85 No. 30 25-60 No. 50 5-30 No. 100 0-10 110-2.14 Backfill. Backfill shall be suitable on-site material obtained from the trench excavation,unless otherwise shown on the Contract Drawings. 110-2.15 Counterpoise wire. Counterpoise wire shall meet the requirements of Item L-108, Underground Cable for Airports. 110-2.16 Ground rods. Ground Rods shall meet the requirements of Item L-108,Underground Cable for Airports. 110-2.17 Concrete grouting material.This material shall have a maximum initial setting time of one hour. Compressive strength shall be a minimum of 2,000 psi after one day and 5,000 psi after 28 days. The material shall be able to withstand 25 cycles of freeze-thaw(10%NaCl)with a maximum loss of 4%. The material may exhibit expansion at no more than 0.40% and shrinkage of no more than 0.05% such that no cracks are produced. The bond strength shall be a minimum of 200 psi after 5 days air cure without the use of a special bonding agent. The material shall exhibit no appreciable heat of hydration. 2014 TS L-110-3 110-2.18 Lining. Lining, if required, shall conform to the requirements of Item D-711, Lining. The cost of lining used for the placement and backfill of concrete encased duct banks shall be included in the cost of the duct bank. 110-2.19 Separation fabric. Separation fabric, if required, shall conform to the requirements of Item D- 710, Separation Fabric. The cost of separation fabric used for the placement of concrete encased duct banks shall be included in the cost of the duct bank. CONSTRUCTION METHODS 110-3.1 General. The Contractor shall install underground duct banks and conduits at the approximate locations indicated on the plans. The Engineer shall indicate specific locations as the work progresses, if required to differ from the plans. Duct banks and conduits shall be of the size,material, and type indicated on the plans or specifications. Where no size is indicated on the plans or in the specifications, conduits shall be not less than 2 inches (50 mm)inside diameter or comply with the National Electrical Code based on cable to be installed, whichever is larger. All duct bank and conduit lines shall be laid so as to grade toward access points and duct or conduit ends for drainage. Unless shown otherwise on the plans, grades shall be at least 3 inches (75 mm)per 100 feet(30 m). On runs where it is not practicable to maintain the grade all one way, the duct bank and conduit lines shall be graded from the center in both directions toward access points or conduit ends,with a drain into the storm drainage system. Pockets or traps where moisture may accumulate shall be avoided.No duct bank or underground conduit shall be less than 18 inches(0.5 m)below finished grade,unless otherwise shown. Where under pavement,the top of the duct bank shall not be less than 18 inches (0.5 m)below the subgrade, unless otherwise shown. All ducts and conduit ends must be capped or plugged prior to backfilling to prevent the infiltration of soil and water. The Contractor shall mandrel each individual conduit whether the conduit is direct-buried or part of a duct bank. An iron-shod mandrel,not more than 1/4 inch(6 mm) smaller than the bore of the conduit shall be pulled or pushed through each conduit.The mandrel shall have a leather or rubber gasket slightly larger than the conduit hole. The Contractor shall swab out all conduits/ducts and clean base can,manhole,pull boxes, etc., interiors IMMEDIATELY prior to pulling cable. Once cleaned and swabbed the light bases,manholes,pull boxes, etc., and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts,base cans, manholes, etc., is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be recleaned at the Contractor's expense. All accessible points shall be kept closed when not installing cable. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the Engineer of any blockage in the existing ducts. For pulling the permanent wiring, each individual conduit,whether the conduit is direct-buried or part of a duct bank, shall be provided with a 1,000 pound test polypropylene pull rope. The ends shall be secured and sufficient length shall be left in access points to prevent it from slipping back into the conduit.Where spare conduits are installed, as indicated on the plans,the open ends shall be plugged with removable tapered plugs, designed for this purpose. All conduits shall be securely fastened in place during construction and shall be plugged to prevent contaminants from entering the conduits. Any conduit section having a defective joint shall not be installed. Ducts shall be supported and spaced apart using approved spacers at intervals not to exceed 5 feet(1.5 m). 2014 TS L-110-4 Unless otherwise shown on the plans, concrete encased duct banks shall be used when crossing under pavements expected to carry aircraft loads, such as runways, taxiways,taxilanes,ramps and aprons. When under paved shoulders and other paved areas, conduit and duct banks shall be encased using flowable fill for protection. All conduits within concrete encasement of the duct banks shall terminate with female ends for ease in current and future use.Install factory plugs in all unused ends. Do not cover the ends or plugs with concrete. 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 to a vertical face with no surface spalling prior to removal of pavement. Trenches for conduits and duct banks may be excavated manually or with mechanical trenching equipment unless in pavement, in which case they shall be excavated with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of graders shall not be used to excavate the trench. Where existing conduits and duct banks are to be removed in the same trench as proposed conduits and duct banks, the Contractor shall consider such removal as an incidental part of construction and include the costs thereof in the various pay items involved. Where existing conduits and duct banks are to be removed outside of proposed trenching limits,they shall be paid for separately. The cost of such removal shall include excavation,conduit and duct bank removal, disposal, and backfill. Restoration shall be as specified below in the section titled"Restoration". Backfill shall be with suitable on-site material unless otherwise shown or specified. Backfill under paved areas shall be as shown on the plans. Conduit and duct banks shall be removed as shown on the plans and as directed by the Engineer. When conduit and duct banks are removed and disconnected from existing structures,the openings in the structure shall be closed watertight with brick and mortar. When conduits and duct banks are to be replaced, any structure modifications required to accept the proposed conduit and duct bank shall be done with all connections grouted watertight. • When rock is encountered,the rock shall be removed to the depths required for the conduit or duct bank and replaced with bedding or lining as shown on the plans. Flowable backfill may alternatively be used The Contractor shall ascertain the type of soil or rock to be excavated before bidding. The cost of excavation,regardless of the type of material encountered, shall be included in the various pay items involved. Underground electrical warning(Caution)tape shall be installed in the trench above all underground duct banks and conduits in unpaved areas. Contractor shall submit a sample of the proposed warning tape for approval by the Engineer. If required,the warning tape shall be at the locations indicated on the plans. Joints in plastic conduit shall be prepared per the manufacturer's recommendations for the particular type of conduit. Plastic conduit shall be prepared by application of a plastic cleaner and brushing a plastic solvent on the outside of the conduit ends and on the inside of the couplings. The conduit fitting shall then be slipped together with a quick one-quarter turn twist to set the joint tightly. Where more than one conduit is placed in a single trench, or in duct banks,joints in the conduit shall be staggered a minimum of 2 feet (60 cm). Changes in direction of runs exceeding 10 degrees, either vertical or horizontal, shall be accomplished using manufactured sweep bends. The Contractor shall do all unclassified excavation to the required depths as shown on the plans. 2014 TS L-110-5 Where rock, hardpan, or other unyielding material is encountered,the Contractor shall remove it for the width and depths shown on the plans. The excavation below grade shall be backfilled with Item D-711 - Lining. 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 suitable on-site material as directed by Engineer for the full trench width. The Engineer shall determine the depth of removal necessary. Excavation for conduits and duct banks that are placed in embankment fill shall not be made until the embankment has been completed to a height above the top of the conduit and duct bank as shown on the plans. All required excavation shall be included in the unit price bid per lineal foot for the conduit or duct bank, 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 conduit or duct bank during backfilling operations. The cost of the bracing, sheeting or shoring and the removal of same shall be considered as a subsidiary obligation of the Contractor and included in the contract price for the pay items of work involved. Unless otherwise specified, excavated materials that are deemed by the Engineer to be unsuitable for use in backfill or embankments shall be removed and disposed of onsite at a location deignated by the Owner or Engineer.. Any excess excavation shall be filled with suitable material approved by the Engineer and compacted to the satisfaction of the Engineer. The Contractor is responsible for removal of water regardless of its source. Measures shall be taken to protect the excavation from surface water runoff as well as for dewatering the excavation from any water which has entered the excavation. The cost of the removal of water shall be considered as a subsidiary obligation of the Contractor and included in the contract price for the pay items of work involved. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Where existing active cables) cross proposed installations,the Contractor shall ensure that these cables are adequately protected. Where crossings are unavoidable,no splices will be allowed in the existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows: a. Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred b. Trenching, etc., in cable areas shall then proceed with approval of the Engineer,with care taken to minimize possible damage or disruption of existing cable,including careful backfilling in area of cable. In the event of damage to existing utilities or cables,the Engineer and airport authorities are to be notified immediately. The Contractor shall repair all damage, as directed by the Engineer, immediately and at the Contractor's expense. 110-3.2 Concrete encased duct banks.Not Used. 2014 TS L-110-6 110-3.3 Conduits without concrete encasement.Trenches for conduit lines shall be wide enough to accommodate at least 8 inches of bedding along the outer edges of the conduits. The trench for 2 or more conduits installed at the same level shall be proportionately wider.Trench bottoms for conduits without concrete encasement shall be made to conform accurately to grade so as to provide uniform support for the conduit along its entire length. Unless otherwise shown on the plans, a layer of bedding, at least 4 inches(100 mm)thick(loose measurement) shall be placed in the bottom of the trench. 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. Unless otherwise shown on plans, conduits shall be installed so that the tops of all conduits within the Airport's secured area where trespassing is prohibited are at least 18 inches(0.5 m)below the finished grade. Conduits outside the Airport's secured area shall be installed so that the tops of the conduits are at least 24 inches(60 cm)below the finished grade per National Electric Code(NEC),Table 300.5. Where two or more individual conduits are installed in the same trench without concrete encasement,they shall be placed not less than 3 inches(75 mm)apart(measured from outside wall to outside wall) in a horizontal direction and lot less than 6 inches(150 mm) apart in a vertical direction. Trenches shall be opened the complete length between normal termination points before conduit is installed so that if any unforeseen obstructions are encountered,proper provisions can be made to avoid them. Conduits shall be installed using conduit spacers.No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 inches(150 mm)to anchor the assembly into the earth while backfilling. For this purpose,the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5-foot(1.5-m)intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the Engineer for review prior to use. Counterpoise wire and ground rods shall be installed in accordance with Item L-108,Underground Cable for Airports. 110-3.4 Markers.The location of each end and of each change of direction of conduits and duct banks shall be marked by a concrete slab marker 2 feet(60 cm) square and 4-6 inches (100 - 150 mm) thick extending approximately one inch(25 mm)above the surface.The markers shall also be located directly above the ends of all conduits or duct banks, except where they terminate in a junction/access structure or building. Each cable or duct run from a line of lights and signs to the equipment vault must be marked at approximately every 200 feet(61 m) along the cable or duct run,with an additional marker at each change of direction of cable or duct run. The Contractor shall impress the word"DUCT" or"CONDUIT" on each marker slab. Impression of letters shall be done in a manner,approved by the Engineer,for a neat,professional appearance. All letters and words must be neatly stenciled. After placement, all markers shall be given one coat of high- visibility orange paint, as approved by the Engineer. The Contractor shall also impress on the slab the number and size of conduits beneath the marker along with all other necessary information as determined 2014 TS L-110-7 by the Engineer. The letters shall be 4 inches (100 mm)high and 3 inches(75 mm)wide with width of __ stroke 1/2 inch(12 mm) and 1/4 inch(6 mm) deep or as large as the available space permits. Furnishing and installation of duct markers is incidental to the respective duct pay item. 110-3.5 Backfilling for conduits.For conduits, 8 inches(200 mm) of bedding shall be placed along the sides of the conduits and 3 inches over the top of the conduits and carefully tamped around and over them with hand tampers. The remaining trench shall then be backfilled with suitable on-site material, unless otherwise shown, and compacted per Item P-152"Excavation and Embankment" except that material used for back fill shall be select material not larger than 4 inches(100 mm)in diameter. Trenches shall not contain pools of water during back filling operations. The trench shall be completely backfilled and tamped; except that,where topsoil or sod is to be placed over the trench,the backfilling shall be stopped at a depth equal to the thickness of the topsoil or sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of per instructions issued by the Engineer. 110-3.6 Backfilling for duct banks. Backfill shall not be placed against any concrete encased ducts until the concrete has been in place for seven days, or until tests made by the laboratory, under supervision of the Engineer, determines that the concrete has reached a compressive strength of 2,000 psi. The remaining trench shall be backfilled with lining and compacted per Item D-711 "Lining", or with suitable on-site material per Item P-152"Excavation and Embankment"except that the material used for backfill shall be select material not larger than 4 inches (100 mm) in diameter. Where duct banks are installed under pavement, one moisture/density test per lift shall be made for each 250 linear feet(76 m) of duct bank or one work period's construction,whichever is less. Trenches shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and compacted. Where topsoil or sod is to be placed over the trench,the backfilling shall be stopped at a depth equal to the thickness of the topsoil or sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of per instructions issued by the Engineer. 110-3.7 Restoration. 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 airport property or as ordered by the Engineer. All areas disturbed by the Contractor's operations shall be restored to its original condition at no cost to the Owner. Restoration of surfaces shall be performed in accordance with the details shown on the plans and shall be considered incidental to this item. Where conduits or duct banks are installed or removed,restoration shall be considered necessary and incidental to the work of this item and the costs shall be included in the associated pay items of work involved. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. Following restoration of all trenching near airport movement surfaces, the Contractor shall thoroughly visually inspect the area for foreign object debris (FOD), and remove any such FOD that is found. This FOD inspection and removal shall be considered incidental to the pay item of which it is a component part. 2014 TS L-110-8 110-4.8 Grouting conduits in pavement. Conduit trenches in pavement to receive concrete grout material shall be thoroughly cleaned to the satisfaction of the Engineer prior to placement of grout material.Trench sides shall be saw cut to a vertical face with no surface spalling. Grout material shall be placed to the depths shown on the Contract Drawings. Grouting conduits in pavement shall be considered necessary and incidental to the work of this item and the costs shall be included in the various pay items involved. METHOD OF MEASUREMENT 110-4.1 Underground conduits and duct banks shall be measured by the linear feet of conduits and duct banks installed, including encasement,locator tape,trenching,backfill with designated material, restoration including topsoiling and hydroseeding with designated material, for drain lines, and for the termination at the structure, all measured in place from the end or inside face of structure to end or inside face of structure, completed, and accepted. Separate measurement shall be made for the various types and sizes. BASIS OF PAYMENT 110-5.1 Payment will be made at the contract unit price per linear foot for each type and size of conduit and duct bank completed and accepted, including trench,backfill with the designated material,restoration including hydroseed and mulch with the designated material, and for the termination at the structure.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 per the provisions and intent of the plans and specifications. Payment will be made under: Item L-110-5.1 2-Inch Dia. PVC Conduit in Turf-per linear foot Item L-110-5.1 2-Inch Dia. PVC Coated RGS Conduit in Turf—per linear foot SUBMITTALS AND CERTIFICATIONS 110-6.1 The following "Shop and Setting Drawings", "Working Drawings", Catalogue Data" and "Certifications" shall be submitted for review: - Detailed, dimensioned,to scale sketch of each duct bank. - Catalogue data for rigid galvanized steel conduit. Catalogue data for PVC coated rigid steel conduit. - Catalogue data for PVC conduit. - Catalogue data for split conduit. - Catalogue data for conduit spacers. - Concrete mix design. - Controlled low strength material in accordance with Item P-153, if used. - Catalogue data for detectable warning tape. - Catalogue data for flexible conduit. - Certification for reinforcing steel. - Material certification and gradation sieve analysis for bedding. - Lining in accordance with Item D-711. - Counterpoise wire in accordance with Item L-108. - Submittal for concrete grouting material meeting the requirements specified. 2014 TS L-110-9 MATERIAL REQUIREMENTS Advisory Circular(AC) 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-53 Airport Lighting Equipment Certification Program ASTM A615 Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand- Cone Method ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort(56,000 ft-lbf/ft3(2,700 kN-m/m3)) ASTM D2167 Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method ASTM D2922 Standard Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods(Shallow Depth) NFPA-70 National Electrical Code(NEC) Underwriters Laboratories Standard 6 Electrical Rigid Metal Conduit- Steel Underwriters Laboratories Standard 514B Conduit,Tubing, and Cable Fittings Underwriters Laboratories Standard 514C Nonmetallic Outlet Boxes,Flush-Device Boxes, and Covers Underwriters Laboratories Standard 1242 Electrical Intermediate Metal Conduit Steel Underwriters Laboratories Standard 651 Schedule 40, 80,Type EB and A Rigid PVC Conduit and Fittings Underwriters Laboratories Standard 651A Type EB and A Rigid PVC Conduit and HDPE Conduit END OF ITEM L-110 -1 1 2014 TS L-110-10 Item L-119 Airport Obstruction Lights DESCRIPTION 119-1.1 This item shall consist of furnishing and installing obstruction lights per these specifications. Included in this item shall be the furnishing and installing of wood poles, steel or iron pipes, or other supports as required in the plans or specifications and in accordance with the requirements in advisory circular(AC) 70/7460-1, Obstruction Marking and Lighting This item shall also include all wire and cable connections,the furnishing and installing of all necessary conduits and fittings, insulators,pole steps,pole cross arms, and the painting of poles and pipes. In addition, it includes the furnishing and installing of all lamps and, if required,the furnishing and installing of insulating transformers,the servicing and testing of the installation and all incidentals necessary to place the lights in operation as completed units to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS 119-2.1 General. a.Airport lighting equipment and materials covered by specifications shall be certified and listed under AC 150/5345-53, Airport Lighting Equipment Certification Program. b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when requested by the Engineer. c. Manufacturer's certifications shall not relieve the Contractor of the responsibility to provide materials per these specifications. Materials supplied and/or installed that do not comply with these specifications shall be removed(when directed by the Engineer) and replaced with materials that comply with these specifications at the Contractor's cost. d. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear,precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete any non-pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment to which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). Contractor is solely responsible for delays in the project that accrue directly or indirectly from late submissions or resubmissions of submittals. e.The data submitted shall be sufficient,in the opinion of the Engineer, to determine compliance with the plans and specifications. The Engineer reserves the right to reject any and all equipment,materials or procedures that do not meet the system design and the standards and codes, specified in this document. f. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for at least twelve(12)months from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. 2014 TS L-119-1 119-2.2 Obstruction lights. The obstruction lighting assembly shall conform to the requirements of AC 150/5345-43, Specification for Obstruction Lighting Equipment", and shall be as specified on the plans. 119-2.3 Isolation transformers. Where required for series circuits,the isolation transformers shall conform to the requirements of AC 150/5345-47, Specification for Series to Series Isolation Transformers for Airport Lighting Systems. 119-2.4 Transformer housing. Transformer housings, if specified, shall be per AC 150/5345-42, Specification for Airport Light Bases, Transformer Housings, Junction Boxes, and Accessories. 119-2.5 Conduit. Conduit shall be in accordance with Item L-110,Airport Underground Electrical Duct Banks and Conduits. 119-2.6 Plastic conduit(for use below grade only).Plastic conduit and fittings shall be in accordance with Item L-110,Airport Underground Electrical Duct Banks and Conduits. 119-2.7 Electrical wire and cable. Wire shall conform to the requirements of Item L-108, Underground Cable for Airports. The wire shall be of the type, size,number of conductors and voltage shown in the Plan or in the proposal. Overhead line wire from pole to pole where specified shall conform to ANSI 8- 35. 119-2.8 Miscellaneous. Paint, poles,pole steps,insulators, and all other miscellaneous materials necessary for the completion of this item shall be new and first-grade commercial products. These products shall be as specified in the plans or specifications. 119-2.9 Junction boxes. Junction boxes shall be of NEMA 3R construction unless otherwise shown. Junction boxes and pull boxes shall be minimum NEC code size. 119-2.10 Power adapter. 670 VA maximum output power, 370 VA from one secondary plug and 300 VA from the other secondary plug; 120/240 volts single phase output; +3%regulation from an input range of 2.7 to 6.7 amps 60 Hz; construction shall be watertight for direct burial. Power adapter shall be as manufactured by ADB-ALNACO Model PA-4 or an approved equal. 119-2.11 Ground rods. Ground rods shall be copper-clad steel,unless otherwise noted. The ground rods shall be of the length and diameter specified on the Contract Drawings, but in no case shall they be less than 8 feet long nor less than 5/8 inch in diameter. 119-2.12 Concrete. Concrete shall be in accordance with either: 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 Contract Drawings,the concrete shall be Class A, with a maximum permissible slump of 3-1/2 inches. Cement shall be Portland Cement Type I or Type II. or Connecticut Department of Transportation Standard Specifications, latest issue, plus all revisions and addenda pertaining thereto, Section M-03. Unless otherwise shown on the Contract Drawings,the concrete shall be Class F, with a maximum permissible slump of 3-1/2 inches. Cement shall be Portland Cement Type I or Type II. 2014 TS L-119-2 119-2.13 Photo control. Photo controls shall conform to FAA requirements of 35 foot-candle turn-on and 58 foot-candle turn-off,per AC 70/7460-1G. • CONSTRUCTION METHODS 119-3.1 Placing the obstruction lights. The Contractor shall furnish and install single-or double- obstruction lights as specified in the proposal and shown in the plans.The obstruction lights shall be mounted as shown on the Contract Drawings, at the approximate locations shown. The exact location shall be as determined in the field, and as directed by the Engineer. Obstruction lights shall be installed in accordance with the manufacturer's instructions. All locations shall be field verified prior to installation.. 119-3.2 Installation on poles. Where obstruction lights are to be mounted on poles, each obstruction light shall be installed with its hub at least as high as the top of the pole. All wiring shall be run in not less than one inch(25 mm)galvanized rigid steel conduit. If specified, pole steps shall be furnished and installed, the lowest step being 5 feet(1.5 m)above ground level. Steps shall be installed alternately on diametrically opposite sides of the pole to give a rise of 18 inches(0.5 m) for each step. Conduit shall be fastened to the pole with galvanized steel pipe straps and shall be secured by galvanized lag screws. Poles shall be painted as shown in the plans and specifications. When obstruction lights are installed on existing telephone or power poles, a large fiber insulating sleeve of adequate diameter and not less than 4 feet(1.2 m)long, shall be installed to extend 6 inches (150 mm) above the conductors on the upper cross arm.In addition,the sleeve shall be at least 18 inches(0.5 m) below the conductors on the lower cross arm.The details of this installation shall be per the plans. 119-3.3 Installation on beacon tower. Where obstruction lights are installed on a beacon tower,two obstruction lights shall be mounted on top of the beacon tower using one inch(25 mm) conduit.The conduit shall screw directly into the obstruction light fixtures and shall support them at a height of not less than 4 inches(100 mm) above the top of the rotating beacon. If obstruction lights are specified at lower levels, the Contractor shall install not less than one inch(25 mm)galvanized rigid steel conduit . with standard conduit fittings for mounting the fixtures. The fixtures shall be mounted in an upright position in all cases. The conduit shall be fastened to the tower members with Wraplock®straps (or equivalent), clamps, or approved fasteners spaced approximately 5 feet(1.5 m) apart.Three coats of international orange paint per Federal Specification 595,Number 12197 shall be applied(one prime, one body, and one finish coat)to all exposed material installed. 119 3.4 Installation on buildings,towers,smokestacks, etc. Where obstruction lights are to be installed on buildings or similar structures,the installation shall be made per the details shown in the plans. The hub of the obstruction light shall be not less than one foot(30 cm) above the highest point of the obstruction except in the case of smokestacks where the uppermost units shall be mounted not less than 5 feet(1.5 m), nor more than 10 feet(3 m)below the top of the stack. Conduit supporting the obstruction light units shall be fastened to wooden structures with galvanized steel pipe straps and shall be secured by 1-1/2 inch(38 mm)No. 10 galvanized wood screws. Conduit shall be fastened to masonry structures by the use of expansion shields, screw anchors, or toggle bolts using No. 10, or larger,galvanized wood or machine screws. Conduit fastened to structural steel shall have the straps held with not less than No. 10 roundhead machine screws in drilled and tapped holes. Fastenings shall be approximately 5 feet(1.5 m) apart. Three coats of paint shall be applied(one prime, one body, and one finish coat)with color per Federal Specification 595,international orange, number 12197 paint to all exposed material installed. 119-3.5 Series isolation transformers. If it is designed for use in a series lighting circuit,the L-810 series obstruction light does not include a film cutout.Therefore, an isolation transformer is required with each series lamp. Double series units of this type require two isolation transformers. The transformer shall be housed in a light base per paragraph 119-2.4 or buried directly in the earth per the details shown in the 2014 TS L-119-3 plans. 119-3.6 Wiring.The Contractor shall furnish all necessary labor and materials. The Contractor shall make complete electrical connections from the underground cable or other source of power per the wiring • diagram furnished with the project plans. If underground cable is required for the power feed and if duct is required under paved areas, the cable and duct shall be installed per and paid for as described in Item L- 108, Underground Power Cable for Airports, and Item L-110, Airport Underground Electrical Duct Banks and Conduit. 119-3.7 Lamps. The Contractor shall furnish and install in each unit one or two lamps that are per the manufacturer's requirements. Provide two lamp sets as spares. 119-3.8 Tests. The installation shall be fully tested by continuous operation for not less than 1/2 hour as a completed unit prior to acceptance. These tests shall include the functioning of each control not less than 10 times. Obstruction lights that are controlled by a constant current regulator shall be tested on all steps. All tests shall be performed in the presence of the Engineer. 119-3.9 Base mounted obstruction lights. Where obstruction lights are to be installed on a concrete encased L-867 light base,the installation shall be in accordance with the details on the Contract Drawings. a. 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. Excavation shall be considered necessary and incidental to the ascoiated item. The Contractor shall do all excavation for airport obstruction light installations to the lines and grades shown on the Contract Drawings or as directed by the Engineer.The excavation shall be of sufficient size to permit the placing of the airport obstruction light. 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. 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. 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. b. 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. c.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 shall be placed evenly and simultaneously on both sides of foundation walls in 6 inch lifts. All structures shall be backfilled to 2014 TS L-119-4 the lines and grades shown on the Contract Drawings, or as required for proper operation of the lighting 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. METHOD OF MEASUREMENT 119-4.1 The quantity of single or double obstruction light assembly to be paid for under this item shall be the number of single-or double-type obstruction lights or obstruction light transformer/disconnect assembled or installed(on existing base or with new base) or replaced and accepted as completed units, in place,ready for operation.No additional measurement shall be made for the removal of existing obstruction lights.No additional measurement shall be made for restoration. BASIS OF PAYMENT 119-5.1 Payment will be made at the contract unit price for each completed single or double obstruction light assembly or obstruction light transformer/disconnect installed, in place by the Contractor, and accepted by the Engineer.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. No additional payment shall be made for the removal of existing obstruction lights.No additional payment shall be made for restoration including topsoiling and hydroseeding. Payment will be made under: Item L-119-5.1 Single Airport Obstruction Light Assembly with New Base, in Place-per each Item L-119-5.1 Double Airport Obstruction Light Assembly on Existing Base, in Place-per each Item L-119-5.1 Obstruction Light Transformer/Disconnect —per each SUBMITTALS AND CERTIFICATIONS. 119-6.1 The following "Shop and Setting Drawings", "Working Drawings", Catalogue Data" and "Certifications" shall be submitted for review: _ - Catalogue data showing that obstruction light meets the requirements specified. . - Certification for the obstruction light specified in accordance with AC 150/5345-53 - Catalogue data showing that junction boxes meet the requirements specified. - Catalogue data showing that photo control meets the,requirements specified. - Catalogue data showing that power adapters meet the requirements specified. - Catalogue data showing that ground rods meet the requirements specified. - Catalogue data showing that transformer/disconnect meets the requirements specified. 2014 TS L-119-5 MATERIAL REQUIREMENTS 1 AC 70/7460-1 Obstruction Marking and Lighting AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-42 Specification for Airport Light Bases,Transformer Housing, Junction Boxes, and Accessories AC 150/5345-43 Specification for Obstruction Lighting Equipment AC 150/5345-47 Specification for Series to Series Isolation Transformers for Airport Lighting Systems AC 150/5345-53 Airport Lighting Equipment Certification Program ANSI/ICEA S-70-547-2007 Standards for Weather-Resistant Polyolefin Covered Connectors Commercial Item Description A-A-59544A Cable and Wire, Electrical(Power, Fixed Installation) FED STD 595 Colors used in Government Procurement NFPA-70 National Electrical Code (NEC) Underwriters Laboratories Standard 6 Electrical Rigid Metal Conduit—Steel Underwriters Laboratories Standard 514B Conduit, Tubing, and Cable Fittings Underwriters Laboratories Standard 514C Nonmetallic Outlet Boxes,Flush-Device Boxes, and Covers Underwriters Laboratories Standard 651 Schedule 40, 80,Type EB and A Rigid PVC Conduit and Fittings Underwriters Laboratories Standard 651A Type EB and A Rigid PVC Conduit and HDPE Conduit Underwriters Laboratories Standard 1242 Electrical Intermediate Metal Conduit—Steel END OF ITEM L-119 2014 TS L-119-6 Item L-125 Airport Lighting Systems DESCRIPTION 125-1.1 This item shall consist of runway edge lighting systems, runway and taxiway guidance signs, and economy approach lighting aids furnished and installed in accordance with this specification,referenced specifications and applicable Advisory Circulars.The lighting systems, signs and approach lighting aids 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. Where indicated on the Contract Drawings, this item shall also include the removal, modification,or relocation of existing lights, signs and approach lighting aids. 125-1.2 Additional details pertaining to a specific systems covered in this specification are contained in the Advisory Circulars 150/5340-30, Design and Installation Details for Airport Visual Aids and 150/5340-18, Standards for Airport Sign Systems. 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 airport lights, signs and approach lighting aids 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 LIGHT BASES.Light bases,if required, shall be either L-867 (non-load bearing)bases or L-868 (load bearing) bases encased in concrete as shown on the Contact Drawings. Light bases shall be Class IA (metallic) and Size B (12 inch dia.), C(15 inch dia.), D(16 inch dia.) or E (24 inch dia.) as shown on the Contract Drawings. The bases shall have gaskets and stainless steel hardware. 125-2.3 WIRE.Wire shall be in accordance with Item L-108, Underground Cable for Airports.The wires shall be of the type, size, number of conductors, and voltage shown in the Contract Drawings or in the proposal. 125-2.4 TAPE.Plastic tape shall meet the requirements of ASTM D 1000, such as Scotch Electrical Tapes—number Scotch 88 (1-1/2" wide) as manufactured by the Minnesota Mining and Manufacturing Company, or approved equivalent. Rubber or synthetic rubber tape shall meet the requirements of ASTM 2014 TS L-125-1 • D 4388, such as Scotch 130C linerless rubber splicing tape(2" wide), as manufactured by the Minnesota Mining and Manufacturing Company, or approved equivalent. 125-2.5 POWER ADAPTER.Power adapters for approach lighting aids shall operate on an input of 2.8 to 6.6 amps, 60 Hz with an output of 120/240 VAC±3 percent over entire input range. Maximum power output shall be 670 VA. Adapter shall be of water tight construction for direct earth burial. 125-2.6 CONCRETE. Concrete shall be in accordance with either: New York State Department of Transportation Standard Specifications,latest issue,plus all revisions and 1 addenda pertaining thereto, Section 555-2. Unless otherwise shown on the Contract Drawings, the concrete shall be Class A, with a maximum permissible slump of 3-1/2 inches. Cement shall be Portland Cement Type I or Type II. or Connecticut Department of Transportation Standard Specifications,latest issue, plus all revisions and addenda pertaining thereto, Section M-03. Unless otherwise shown on the Contract Drawings, the concrete shall be Class F, with a maximum permissible slump of 3-1/2 inches. Cement shall be Portland Cement Type I or Type II. 125-2.7 REINFORCING STEEL. All reinforcing steel shall be deformed bars of new billet steel meeting the requirements of ASTM A 615, Grade 60. 125-2.8 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. ' 125-2.9 CONDUIT. Conduit shall be in accordance with Item L-110, Airport Underground Electrical Duct Banks and Conduits. 125-2.10 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. 125-2.11 LANDSCAPE FABRIC.The landscape fabric shall be non-woven conforming to the physical properties listed below. All property values, except apparent opening size,represent the minimum average roll value in the weaker principal direction. Properties Test Method Requirement Grab Strength @ 50% or greater elongation ASTM D 4632 110 pounds (Min.) OR Grab Strength @ less than 50% elongation ASTM D 4632 180 pounds (Min.) Trapezoid Tear Strength ASTM D 4533 40 pounds (Min.) Puncture Strength ASTM D 6241 222 pounds (Min.) 2014 TS L-125-2 Permittivity ASTM D 4491 0.10 sec-1 (Min.) Apparent Opening Size ASTM D 4751 0.60 mm(No. 30) (max avg. roll value) 125-2.12 CRUSHED STONE. Crushed Stone,if required, shall meet the requirements of Item D-713, Crushed Stone. 125-2.13 BEDDING. Bedding shall meet the requirements of ASTM C 33, fine aggregate for concrete. Gradation shall be in accordance with the table below: Percentage By Weight Sieve Designations Passing Sieves 3/8 Inch 100 No. 4 95-100 No. 8 80-100 No. 16 50-85 No. 30 25-60 No. 50 5-30 No. 100 0-10 125-2.14 IDENTIFICATION TAGS.Identification tags shall be a 2 inch diameter disk of non-corrosive copper based metal with numbers permanently stamped or engraved on the surface. 125-2.15 RETROREFLECTIVE MARKERS.Markers shall L-853 retroreflective markers in accordance with AC 150/5345-39 and the details shown on the plans. 125-2.16 PADLOCK.The Contractor shall furnish and install corrosion resistant padlocks on each outdoor equipment enclosure. Padlocks shall meet the requirements of Master Lock Marine Brass Padlock #48D-Mar, or approved equal, unless otherwise required by the Owner. Contractor shall coordinate with the Owner prior to ordering padlocks.Padlocks shall be keyed the same unless otherwise specified on the contract drawings. Contractor shall provide at least two keys for each padlock unless otherwise specified on the contract drawings. All keys shall be turned over to the Engineer at the completion of the project. CONSTRUCTION METHODS 125-3.1 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 Contract Drawings or directed by the Engineer. Excerpts of Electrical Notes from AC 150/5340-30F are included at the end of this specification. Exposed and buried bolts and connections that must be removed for maintenance shall be coated with an anti-seizing compound to facilitate removal. Prior to disturbing original grade, Contractor shall verify the accuracy of existing elevations by verifying spot elevations at the same locations where original field survey data was obtained in accordance with Item M-150, SURVEY &STAKEOUT. 125-3.2 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. Excavation shall be considered necessary and incidental to the associated items. MI 2014 TS L-125-3 A. The Contractor shall do all excavation for airport lights, signs and navigational system installations to the lines and grades or elevations shown on the Contract Drawings or as directed by the Engineer.The excavation shall be of sufficient size to permit the placing of the airport lights, signs or navigational system. 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. 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 _l 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. 125-3.3 CONCRETE.Concrete handling and placement shall be in accordance with either: New York State Department of Transportation Standard Specifications, latest issue and addenda, Section 555-3, Construction Details or Connecticut Department of Transportation Standard Specifications, latest issue, plus all revisions and addenda pertaining thereto, Section M-03. 125-3.4 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 shall be placed evenly and simultaneously on all sides of structures in 6-inch lifts. All structures shall be backfilled to the lines and grades shown on the Contract Drawings, or as required for proper operation of the airport lights, signs 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. 125-3.5 PLACING LIGHTS,SIGNS AND APPROACH LIGHTING AIDS.The airport lights, signs or approach lighting aids shall be installed at the locations indicated in the Contract Drawings.The final location shall be approved by the engineer. The lights, signs or shall be installed in accordance with the Contract Drawings and the manufacturer's recommendations. Any additional light units not installed and that remain after construction shall be turned over to the Owner. Contractor's surveyor shall be on-site during installation of approach lighting aids to verify elevations, alignment and sighting angles of approach lighting aids prior to energizing the equipment. Any deviations shall be corrected by the Contractor and verified by the surveyor before the equipment is placed into service. Contractor shall attach a light unit identification tag to each light unit, sign, navigational system and other fixture connected to the circuit where indicated on the Contract Drawings. ID tags shall be securely attached with a set screw or non-corrosive wire band. The light unit ID tags shall be sequentially numbered and attached to'the fixtures in the order in which the lights are connected to the circuit. Light 2014 TS L-125-4 unit identification tags shall be considered necessary and incidental to the work of this item and the costs shall be included in the associated pay items of work involved. 1. Contractor shall have experience installing approach lighting aids, or the manufacturer's representative shall be onsite 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. Tolerances for Precision Approach Path Indicators (PAPI) systems shall be as follows: A. The lateral distance between light units shall be+/- 1 foot of the distance specified, as measured from center of light unit to center of light unit. B. The beam centers of all light units must be within 0.08 foot of the elevation specified. C. The front face of each light unit in a bar must be located within 6 inches of a line perpendicular to the runway centerline at the location specified. 125-3.6 REMOVAL OF LIGHTS,SIGNS AND APPROACH LIGHTING AIDS.Unless otherwise noted, where proposed edge lights, threshold lights, obstruction lights or signs are to be installed at the same location as existing fixtures,the Contractor shall consider removal of existing fixtures as an incidental part of construction and include the costs thereof in the various pay items of work involved. Removal of PAPIs and REILs shall be paid for separately.The cost of such removal shall include, removal of fixture and foundation,backfilling, disposal of existing fixture,and restoration. Removal of lights, signs,PAPIs, and REILs shall be from the base of the existing foundation up and existing concrete foundations shall remain undisturbed in place. 125-3.7 RESTORATION.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. Areas disturbed by the Contractor's operation shall be restored to their original condition. Restoration of surfaces shall be performed in accordance with the details of the Contract Drawings. Where airport lights, signs or approach lighting aids are installed, restoration shall be considered necessary and incidental to the work of this item and the costs shall be included in the associated pay items for airport lights, signs or approach lighting aids installed or removed. The Contractor shall be responsible for maintaining all disturbed surfaces and restorations until final acceptance. 125-3.8 INSTALLATION OF CABLES AND CONDUITS. Excavation for trenches, backfilling, furnishing and installation of cables and conduits shall be performed in accordance with Items L-108, • Underground Cable for Airports and L-110, Airport Underground Electrical Duct Banks and Conduits. 125-3.9 INSTALLATION OF RETROREFLECTIVE MARKERS. Retroreflective markers shall be installed in accordance with the details shown on the plans. Contractor shall provide and install a soil anchor for mounting markers in turf areas, or a surface mounted base for mounting to pavements. Surface mounted bases shall be secured to the pavement surface with epoxy in accordance with the manufacturer's recommendation. 125-3.10 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 location designated by the owner. 2014 TS L-125-5 125-3.11 BRIGHTNESS ADJUSTMENTS FOR INTERNALLY LIGHTED GUIDANCE SIGNS. Upon completion of the sign installation, the contractor shall make necessary brightness adjustment for each sign unit. The contractor shall make the required adjustments in accordance with the manufacturer's ,__I printed instructions. 125-3.12 AIMING,FLIGHT CHECK AND NOTIFICATION FOR APPROACH LIGHTING AIDS. Prior to placing any new or relocated approach lighting aids into service(PAPI, REIL) the following steps shall be performed: A. The Engineer will submit data forms to the FAA prior to construction. A flight check will be scheduled after completion of installation. The Engineer or Owner will be responsible for scheduling the flight inspection.The FAA flight inspection office is located in Oklahoma City. The telephone number is: 405-954-5698/5878/7937/5930. B. The Contractor shall verify that the installation and aiming procedures specified by the manufacturer and the FAA have been followed and are correct.The permanent aiming points must be installed as per manufacturer's recommendations. C. The Contractor shall verify that the approach lighting aid is operating properly and notify the Owner in writing that the system is complete and ready for FAA flight inspection. The system should be de-energized until a successful flight inspection has been performed by the FAA. D. The Engineer or Owner will schedule a flight inspection. The average timeframe for flight inspection completion is 4 weeks and there is currently no charge for flight inspections. E. Upon completion of the flight check, the FAA will inform the Owner if the system passes or fails. The Contractor is required to be present during the FAA's flight check. It is the Contractors responsibility to correct any deficiencies found during the flight check. If deficiencies can be corrected immediately and prior to the flight check plane leaving the area, then another attempt may be made at a flight check. Should deficiencies take longer to correct than the time the FAA has allowed for the flight check, a follow-up flight check will be scheduled. In the event a follow- up flight check is required,the procedures described above will be followed upon correction of the deficiencies.The system will not be accepted until it passes a flight check. F. The Contractor shall provide support for the initial FAA flight check required to commission the system. Support shall consist of personnel present at the airport which are capable of adjusting the system per flight check personnel comments, and troubleshooting the system should there be some form of failure during the flight check.Contractor shall also be responsible for providing support for subsequent flight checks required by the FAA to commission the system should it be determined that the reason for failure of the flight check is the fault of the Contractor.There will be no measurement for payment for support for of the initial FAA flight check, nor for subsequent flight checks which are required when the flight check fails due to the fault of the Contractor.The costs associated shall be included in the contract price for each system. In the event the flight check is cancelled due to no fault of the Contractor, a follow-up flight check will be scheduled. Reasons for follow-up flight checks may be due to issues such as last minute FAA scheduling changes,FAA aircraft breakdowns, and adverse weather.The Contractor shall provide support as described above. Flight checks may include more than one system on any given day, and therefore, the costs associated with follow-up flight checks will be measured and paid for separately on a per trip basis regardless of the number of systems included in the flight check. 2014 TS L-125-6 125-3.13 TESTING.The Contractor shall furnish all necessary equipment and appliances for testing the airport electrical systems and underground cable circuits before and after installation. The Contractor shall perform all tests in the presence of the Engineer.The Contractor shall demonstrate the electrical characteristics to the satisfaction of the Engineer. All costs for testing are incidental to the respective item being tested.For phased projects, the tests must be completed by phase and results meeting the specifications below must be maintained by the Contractor throughout the entire project as well as during the ensuing warranty period. Earth resistance testing methods shall be submitted to the Engineer for approval. Earth resistance testing results shall be recorded on an approved form and testing shall be performed in the presence of the Engineer. All such testing shall be at the sole expense of the Contractor. Should the counterpoise or ground grid conductors be damaged or suspected of being damaged by construction activities the Contractor shall test the conductors for continuity with a low resistance ohmmeter. The conductors shall be isolated such that no parallel path exists and tested for continuity. The Engineer shall approve of the test method selected. All such testing shall be at the sole expense of the Contractor. The test equipment for insulation resistance shall be an insulation resistance tester(1,000V megger) with a digital readout. The instrument shall provide a 500 volt test for insulation resistance with a meter range of 0 to 500 megohms. After installation, the Contractor shall test and demonstrate to the satisfaction of the Engineer the following: a. That all affected lighting power and control circuits (existing and new) are continuous and free from short circuits. b. That all affected circuits (existing and new) are free from unspecified grounds. c. That the insulation resistance to ground of all new non-grounded series circuits or cable segments is not less than 50 megohms. d. That the insulation resistance to ground of all non-grounded conductors of new multiple circuits or circuit segments is not less than 50 megohms. e. That all affected circuits (existing and new) are properly connected in accordance with applicable wiring diagrams. f. That all affected circuits (existing and new) 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. g. That the impedance to ground of each ground rod does not exceed 25 ohms prior to establishing connections to other ground electrodes.The fall-of-potential ground impedance test shall be used, as described by ANSI/IEEE Standard 81, to verify this requirement. Two copies of tabulated results of all cable tests performed shall be supplied by the Contractor to the Engineer. Where connecting new cable to existing cable, ground resistance tests shall be performed on the new cable prior to connection to the existing circuit 2014 TS L-125-7 There are no approved "repair"procedures for items that have failed testing other than complete replacement. METHOD OF MEASUREMENT 125-4.1 The quantity of lights, signs, or navigational system to be paid for under this item shall be the number of each removed or relocated and accepted by the Engineer. Measurements for partial payment of approach lighting aids may be made at the discretion of the Engineer as the work progresses based on the approved schedule of values. 125-4.2 The quantity of installation modification or relocation of existing lights, signs or navigational system to be paid for under this item shall be the number of each type installed or modified as completed units in place,ready for operation,including new/relocated step down transformer, enclosure, control bar and construction of a new foundation(where applicable) and appurtenances and reinstalled as completed units, in place,ready for operation, as shown on the Contract Drawings. No additional measurement shall be made for I.D. tags for light units as they shall be considered incidental to each light unit installed in complete. 125-4.3 The quantity of support for follow-up flight checks will be made on a per trip basis and shall include all labor, equipment, tools and incidentals necessary to complete this item to the satisfaction of the Engineer. NOTE: The quantity of support for follow-up flight checks cannot be determined in advance of construction and no promise is given either by expression or implication that the quantity stated in the bid is in close proximity to the quantity, if any, that will be ordered during construction. ' BASIS OF PAYMENT 125-5.1 Payment will be made at the Contract unit price for each navigational system completely removed, modified or relocated and accepted by the Engineer. No additional payment shall be made for the removal of existing guidance signs, guidance sign components or edge lights.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. No additional measurement shall be made for restoration including topsoiling and hydroseeding. 125-5.2 Payment will be made at the Contract unit price for each complete light, sign, sign components junction can, 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. No additional payment shall be made for I.D. tags for light units as the cost shall be included in the price for each light unit installed in complete. No additional payment shall be made for restoration including topsoiling and hydroseeding. Partial payments of the unit price bid for approach lighting aids may be made at the discretion of the Engineer as the work progresses based on the approved schedule of values, however, in no case will the total of payments for approach lighting aids exceed 75% of the value of the total unit price bid until the navigational system has a satisfactory flight check and is completed and accepted by the Engineer. 125-5.3 Payment for support for follow-up FAA flight checks will be made per trip as ordered by the Engineer. This price shall be full compensation for all labor, equipment, travel costs and per-diem necessary to complete this item. 2014 TS L-125-8 Payment will be made under: 1 Item L 125-5.1 Removal of Existing Precision Approach Path Indicator(PAPI) System—per each - Item L 125-5.1 Removal of Existing Runway End Identifier Light(REIL) System—per each Item L 125-5.2 Replacement of Existing R/W Light and with Medium Intensity R/W Light(L- 861(L)) on Existing Base—per each Item L 125-5.2 Replacement of Existing Threshold Light with Medium Intensity Threshold Light(L-861E(L)) on Existing Base—per each Item L 125-5.2 Replacement of Existing Taxiway Guidance Sign Assembly(L-858,4 Characters, Size 2, Style 2, Class 2) on Existing Base -per each Item L 125-5.2 Replacement of Existing Taxiway Guidance Sign Electrical Components—per each Item L 125-5.2 Replacement of Existing Precision Approach Path Indicator(PAPI) System(L- 881 (L), Style A,2 Lamp)—per each Item L 125-5.2 Replacement of Existing Runway End Identifier Light(REIL) System(L-849 (L), Style C)—per each Item L-125-5.2 Re-mounting of Existing Wind Cone Transformer on Existing Base—per each Item L 125-5.2 Electrical Junction Can (Non-Load Bearing)—per each Item L-125-5.3 Contractor Support for Follow-up FAA Flight Check—per trip SUBMITTALS AND CERTIFICATIONS 125-6.1 The following "Shop and Setting Drawings", "Working Drawings", Catalogue Data" and "Certifications" shall be submitted for review: - Evidence of Contractor's experience installing lighting and approach lighting aids. - Catalogue Data for each type of Airport lighting equipment specified, including all components which are used to assemble the equipment. - Certification for each type of Airport lighting equipment specified in accordance with AC 150/5345-53. - Wire in accordance with Item L-108. - Catalogue Data for power adapters meeting the requirements specified. - Concrete Mix Design. - Certification that reinforcing steel meets the requirements specified. - Conduit in accordance with Item L-110. - Catalogue Data for padlocks. - Catalogue data for ID Tags meeting the requirements specified. EXCERPTS FROM AC 150/5340-30H, Appendix 5 2014 TS L-125-9 A5-1.Electrical Notes a. General (1) The electrical installation, at a minimum, must meet the NEC and local regulations. (2) The contractor must ascertain that all lighting system components furnished (including FAA approved equipment) are compatible in all respects with each other and the remainder of the new/existing system. Any non-compatible components furnished by the contractor must be replaced at no additional cost to the airport sponsor with a similar unit that is approved by the engineer and compatible with the remainder of the airport lighting system. (3) In case the contractor elects to furnish and install airport lighting equipment requiring additional wiring, transformers, adapters, mountings,etc.,to those shown on the drawings and/or listed in the specifications, any cost for these items must be incidental to the equipment cost. (4) The contractor-installed equipment(including FAA approved) must not generate any EMI in the existing and/or new communications, weather, air navigation, and ATC equipment. Any equipment generating such interference must be replaced by the contractor at no additional cost with equipment meeting the applicable specifications. (5) When a specific type, style, class, etc.,of FAA approved equipment is specified only that type, style, class, etc., will be acceptable,though equipment of other types, style, class, etc.,may be FAA approved. (6) Any and all instructions from the engineer to the contractor regarding changes in, or deviations from, the plans and specifications must be in writing with copies sent to the airport sponsor and the FAA field office(Airports District Office(ADO)/Airports Field Office (AFO)). The contractor must not accept any verbal instructions from the engineer regarding any changes from the plans and specifications. (7) A minimum of three copies of instruction books must be supplied with each type of equipment. For more sophisticated types of equipment, such as regulators, PAPI, REIL, etc., the instruction book must contain the following: (a) A detailed description of the overall equipment and its individual components. (b) Theory of operation including the function of each component. (c) Installation instructions. (d) Start-up instructions. (e) Preventative maintenance requirements. (f) Chart for troubleshooting. (g) Complete power and control detailed wiring diagram(s), showing each conductor/connection/component-"black" boxes are not acceptable. The diagram or the narrative must show voltages/currents/wave shapes at strategic locations to be used when 2014 TS L-125-10 checking and/or troubleshooting the equipment.When the equipment has several brightness steps, these parameters must be indicated for all the different modes. (h) Parts list will include all major and minor components, such as resistors,diodes,etc. It must include a complete nomenclature of each component and, if applicable, the name of its manufacturer and the catalog number. (i) Safety instructions. b. (Not Applicable) c. Field lighting (1) Unless otherwise stated,all underground field power multiple and series circuit conductors (whether direct earth burial (DEB) or in duct/conduit) must be FAA approved Type L-824. Insulation voltage and size must be as specified. (2) No components of the primary circuit such as cable, connectors and transformers must be brought above ground at edge lights, signs,REIL, etc. (3) There must be no exposed power/control cables between the point where they leave the underground(DEB or L-867 bases) and where they enter the equipment(such as taxiway signs, PAPI, REIL,etc.). Enclosures. These cables must be enclosed in rigid conduit or in flexible water-tight conduit with frangible coupling(s) at the grade or the housing cover, as shown in applicable details. (4) The joints of the L-823 primary connectors must be wrapped with one layer of rubber or synthetic rubber tape and one layer of plastic tape, one half lapped, extending at least 1-1/2 inches (38 mm) on each side of the joint, as shown in Figure 122. (5) The cable entrance into the field attached L-823 connectors must be enclosed by heatshrinkable tubing with continuous internal adhesive as shown in Figure 122. (6) The ID of the primary L-823 field attached connectors must match the cable OD to provide a watertight cable entrance.The entrance must be encapsulated in heat shrinkable tubing with continuous factory applied internal adhesive, as shown in Figure 122. (7) L-823 type 11, two-conductor secondary connector must be class "A" (factory molded). (8) There must be no splices in the secondary cable(s) within the stems of a runway/taxiway edge/threshold lighting fixtures and the wireways leading to taxiway signs and PAPI/REIL equipment. (9) Electrical insulating grease must be applied within the L-823, secondary, two conductor connectors to prevent water entrance. The connectors must not be taped. (10) DEB isolation transformers must be buried at a depth of 10 inches (254 mm) on a line crossing the light and perpendicular to the runway/taxiway centerline at a location 12 inches (305 mm) from the light opposite from the runway/taxiway. (11) DEB primary connectors must be buried at a depth of 10 inches (254 mm)near the isolation transformer. They must be orientated parallel with the runway/taxiway centerline. There must 2014 TS L-125-11 be no bends in the primary cable 6 inches (152 mm), minimum,from the entrance into the field-attached primary connection. (12) A slack of 3 ft. (0.9 m), minimum, must be provided in the primary cable at each transformer/connector termination. At stake-mounted lights, the slack must be loosely coiled immediately below the isolation transformer. (13) Direction of primary cables must be identified by color coding as follows when facing light with back facing pavement: cable to the left is coded red and cable to the right is coded blue, this applies to the stake-mounted lights and base-mounted lights where the base has only one entrance. (14) L-867 bases must be size B,24" (610 mm)deep class 1 unless otherwise noted. (15) Base-mounted frangible couplings must not have weep holes to the outside. Plugged holes are not acceptable. The coupling must have a 1/4" (6 mm) diameter minimum or equivalent opening for drainage from the space around the secondary connector into the L-867 base. (16) The elevation of the frangible coupling groove must not exceed 1-1/2" (38 mm) above the edge of the cover for base-mounted couplings or the top of the stake for stake-mounted couplings. (17) Where the frangible coupling is not an integral part of the light fixture stem or mounting leg, a bead of silicone rubber seal must be applied completely around the light stem or wireway at the frangible coupling to provide a watertight seal. (18) Tops of the stakes supporting light fixtures must be flush with the surrounding grade. (19) Plastic lighting fixture components, such as lamp heads, stems, frangible couplings,base covers,brackets, stakes, are not acceptable.L-867 plastic transformer housings are acceptable. A metal threaded fitting must be set in flange during casting process. Base cover bolts must be fabricated from 18-8 stainless steel. (20) The tolerance for the height of runway/taxiway edge lights must be± 1 inch (25 mm). For stake-mounted lights, the specified lighting fixture height must be measured between the top of the stake and the top of the lens. For base-mounted lights,the specified lighting fixture height must be measured between the top of the base flange and the top of the lens, and includes the base cover, the frangible coupling, the stem,the lamp housing and the lens. (21) The tolerance for the lateral spacing (light lane to runway/taxiway centerline) of runway/taxiway edge lights must be± 1 inch(25.4 mm). This also applies at intersections to lateral spacing between lights of a runway/taxiway and the intersecting runway/taxiway. (22) L-867 bases may be precast. Entrances into L-867 bases must be plugged from the inside with duct seal. (23) Galvanized/painted equipment/component surfaces must not be damaged by drilling, filing, etc. —this includes drain holes in metal transformer housings. (24) Edge light numbering tags must be facing the pavement. (25) Cable/splice/duct markers must be pre-cast concrete of the size shown. Letters/numbers/arrows for the legend to be impressed into the tops of the markers must be pre-assembled and secured 2014 TS L-125-12 in the mold before the concrete is poured. Legends inscribed by hand in wet concrete are not acceptable. (26) All underground cable runs must be identified by cable markers at 200 ft. (61 m)maximum spacing with an additional marker at each change of direction of the cable run. Cable markers must be installed above the cable. (27) Locations of all DEB underground cable splice/connections, except those at isolation transformers, must be identified by splice markers. Splice markers must be placed above the splice/connections. (28) The cable and splice markers must identify the circuits to which the cables belong. For example: RWY 4-22,PAPI-4, PAPI-22. (29) Locations of ends of all underground ducts must be identified by duct markers. (30) The preferred mounting method of runway and taxiway signs is by the use of single row of legs. However, two rows will be acceptable. (31) Reference Figure 126 and Figure 127 for an example of a lighted sign installation. a. Power to the sign must be provided through breakaway cable connectors installed within the frangible point portion of the sign's mounting legs. b. There must be no above ground electrical connection between signs in a sign array. (32) Stencil horizontal and vertical aiming angles on each REIL flash head or equipment enclosure. The numerals must be black and one inch (25 mm) minimum height. (33) Stencil vertical aiming angles on the outside of each PAPI lamp housing. The numerals must be black and one inch(25 mm) minimum height. (34) All power and control cables in man/hand holes must be tagged. Use embossed stainless steel strips or tags attached at both ends of the cable by the use of UV resistant plastic straps. A minimum of two tags must be provided on each cable in a man/hand hole-one at the cable entrance, and one at the cable exit. (35) Apply a corrosion inhibiting, anti-seize compound to all screws, nuts and frangible coupling threads. If coated bolts are used per Engineering Brief#83, do not apply anti-seize compound. (36) There must be no splices between the isolation transformers and the light unit or sign.L-823 connectors are allowed at transformer connections only,unless shown otherwise. (37) DEB splices in home runs must be of the cast type,unless shown otherwise. (38) Where a parallel,constant voltage PAPI system is provided, the "T" splices must be of the cast type. d. Equipment Grounding (1) Ground all non-current-carrying metal parts of electrical equipment by using conductors sized and routed per NEC Handbook, Article 250. 2014 TS L-125-13 (2) All ground connections to ground rods,busses, panels, etc., must be made with pressure type solderless lugs and ground clamps. Soldered or bolt and washer type connections are not acceptable. Clean all metal surfaces before making ground connections. Exothermic welds are I the preferred method of connection to a ground rod (3) Tops of ground rods must be 6 inches (152 mm)below grade. (4) The resistance to ground of the vault grounding system with the commercial power line neutral disconnected must not exceed 10 ohms. (5) The resistance to ground of the counterpoise system,or at isolation locations, such as airport beacon must not exceed 25 ohms. FEDERAL SPECIFICATIONS Number Title WW-C-581 Conduit, Metal Rigid; and Coupling, Elbow; and Nipple, Electrical Conduit: Zinc-coated. FAA SPECIFICATIONS Number Title AC 150/5340-30 Design and Installation Details for Airport Visual Aids. AC 150/5340-18 Taxiway Guidance Sign System. AC 150/5345-53 Airport Lighting Equipment Certification Program. AC 150/5345-42 FAA Specification L-867,Airport Light Bases,Transformer Housing and Junction Boxes. AC 150/5345-44 Specification for Runway and Taxiway Signs. END OF ITEM L-125 2014 TS L-125-14 Item T-905 Topsoiling DESCRIPTION 905-1.1 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 or from approved sources off the site, and placing and spreading the topsoil on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the Engineer. MATERIALS 905-2.1 Topsoil. Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic to plant growth, and it shall be reasonably free from subsoil and stumps,roots,brush, stones , and clay lumps or similar objects. Topsoil shall be screened prior to placement such that there are no stones which are greater than 1 inch in diameter.Brush and other vegetation that will not be incorporated with the soil during handling operations shall be cut and removed. Ordinary sod 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. Heavy sod or other cover,which cannot be incorporated into the topsoil by discing or other means, shall be removed: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 loss on ignition or dry combustion method(ASTM D 2974)There shall be not less than 20%nor more than 80% of the material passing the 200 mesh(0.075 mm)sieve as determined by the wash test in accordance with ASTM C117. Natural topsoil may be amended by the Contractor with approved materials and methods to meet the above specifications. 905-2.2 Inspection and tests.Two weeks prior to commencement of topsoiling operations,the Engineer shall be notified of the source of topsoil to be furnished by the Contractor. The topsoil shall be inspected to determine if the selected soil meets the requirements specified and to determine the depth to which stripping will be permitted. At this time,the Contractor may be required to take representative soil samples from several locations within the area under consideration and,to the proposed stripping depths, for testing purposes as specified in paragraph 905-2.1. CONSTRUCTION METHODS 905-3.1 General.Areas to be topsoiled shall be shown on the plans. If topsoil is available on the site,the location of the stockpiles or areas to be stripped of topsoil and the stripping depths shall be shown on the plans. Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of topsoil, and for the 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. 905-3.2 Preparing the ground surface.Immediately prior to dumping and spreading the 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 (50 mm)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(50 mm) 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, as shown on the plans, 2014 TS T-905-1 L which are too compact to respond to these operations shall receive special scarification. Grades on the area to be topsoiled,which have been established by others as shown on the plans, 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 at the prescribed grades in an even and compacted condition to prevent the formation of low places or pockets where water will stand. 905-3.3 Obtaining topsoil.Prior to the stripping of topsoil from designated areas, any vegetation,briars, 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. 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. Payment for topsoil obtained on-site shall be included in respective L-108 and L-110 items shown on the plans.No additional payment for topsoil shall be made. 905-3.4 Placing topsoil.The topsoil shall be evenly spread on the prepared areas to the uniform depth as shown on the plans 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 (2 inches(50 mm) 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. METHOD OF MEASUREMENT 905-4.1 No measurement will be made for direct payment of topsoiling obtained on-site, as the cost of furnishing and placing topsoil shall be considered as a subsidiary obligation in the completion of the respective L-108 and L-110 items shown on the plans. BASIS OF PAYMENT 905-5.1 No payment will be made separately or directly for topsoil obtained on-site. All on-site topsoiling 2014 TS T-905-2 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 respective L-108 and L-110 items shown on the plans. SUBMITTALS AND CERTIFICATIONS. 905-6.1 The following "Shop and Setting Drawings", "Working Drawings", Catalogue Data" and "Certifications" shall be submitted for review: - Certificate and test results showing that topsoil meets the requirements specified. TESTING MATERIALS ASTM C117 Materials Finer than 75 µm(No. 200) Sieve in Mineral Aggregates by Washing END OF ITEM T-905 2014 TS T-905-3 Item T-906 Hydroseeding DESCRIPTION 1 ' 1 906-1.1 Hydro-seeding and related operations,including liming and fertilizing, shall be performed in all areas outside the limits of the pavement where existing growth has been covered or removed or disturbed by stripping, grading, ditching or other construction operations as shown on the Plans or as directed by the Engineer in accordance with these Specifications. MATERIALS 906-2.1 SEED. 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 6 months of date of delivery. This statement shall include: name and address of laboratory, date of test, lot number for 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(purety 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 shall be fresh, clean, new crop delivered in unopened packages, bearing guaranteed analysis. Seed shall be as follows: Percent Percent Percent By Weight Variety Purity Germination 45 Kentucky Blue Grass 90 80 • 15 Perennial Rye Grass 95 85 20 Tall Fescue 95 80 20 Fine Fescues' 95 80 ' Fine fescues include creeping red fescue, Chewings fescue, hard fescue, and sheep fescue. 906-2.2 LIME. Lime shall be applied at the Contractors discretion if required to create a suitable • seedbed. Lime shall be ground limestone containing not less than 85% of total carbonates, and shall be ground to such fineness that 90%will pass through a No. 20 mesh sieve and 50% will pass through a No. 100 mesh sieve. Dolomitic lime or a high magnesium lime shall contain at least 10% of magnesium oxide. All liming materials shall conform to the requirements of ASTM C 602. I 906-2.3 FERTILIZER.Fertilizer shall be complete and partially organic. Fertilizer shall consist of the following nutrients by weight: 2014 TS T-906-1 Nitrogen 10% Phosphorous 0%1 Potash 4% 1 Fertilizers which contain up to 0.67%phosphorous are allowed 906-2.4 MULCHING.Mulching shall be wood fiber processed so that the fibers will remain in uniform suspension in water under agitation and will blend with grass seed, fertilizer and other additives to form a homogenous slurry. It shall have the characteristics which,upon hydraulic application, shall form a blotter-like ground coating with moisture absorption and percolation properties and the ability to cover and hold grass seed in intimate contact with the soil. Wood fiber shall contain no growth or germination inhibiting factors, and shall be dyed green. Wood fibers shall be supplied in the manufacturer's standard containers weighing not over 100 pounds each, with the name of the material,net weight of contents,the manufacturer's name and the air dry weight of fiber(equivalent to 10%moisture) appearing on each container. Mulching shall have the following properties: 1. Percent Moisture Content: 10% 2. Percent Organic Matter(Wood Fiber): 99.2% 3. Percent Ash Content: 0.8% 4. pH: 4.8 5. Water Holding Capacity: 2.2 lbs. water(min.)/0.22 lbs. fiber CONSTRUCTION METHODS 906-3.1 ADVANCE PREPARATION AND CLEANUP. After grading of areas has been completed and before applying fertilizer and ground limestone, areas to be hydro-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 hydro-seeded shall be considered a satisfactory seedbed 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 hydro-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 hydro—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. 906-3.2 FERTILIZING. Fertilizer in the slurry mix shall be such that 20 pounds of fertilizer shall be applied per 1,000 square feet. 906-3.3 SEEDING MIXTURE.The seed mixture in the slurry mix shall be such that 3 pounds of seed shall be applied per 1,000 square feet. 2014 TS T-906-2 906-3.4 APPLICATION METHOD.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. If required to prepare a suitable seedbed, lime shall be applied separately and prior to the application of any fertilizer or seed and only on seedbeds that have previously been prepared as described above. The Contractor shall be responsible for determining if the addition of lime is required to produce a suitable seedbed.Not more than 220 pounds of lime shall be added to and mixed with each 100 gallons of water. After the applied lime mixture has dried,the lime shall be worked into the top 3 inches of soil, after which the seedbed shall again be properly graded and dressed to a smooth finish. The cost of providing and placing lime shall be considered incidental and shall be included in the cost of hydro-seeding. 906-3.5 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 re-grading 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. It is 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 will not be made for the unaccepted portions of the areas until such time as these requirements have been met. METHOD OF MEASUREMENT 906-4.1 No measurement will be made for direct payment of hydro-seeding as the cost of furnishing and sowing shall be considered a subsidiary obligation in completing the various items involved. BASIS OF PAYMENT 906-5.1 No payment will be made separately or directly for this item on any part of the work unless otherwise listed in the various payment items. All hydro-seeding 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. SUBMITTALS AND CERTIFICATIONS 906-6.1 The following "Shop and Setting Drawings", "Working Drawings", Catalogue Data" and "Certifications" shall be submitted for review: - Catalogue data and certification showing that the seed mixture percent by weight,percent purity and percent germination meet the requirements specified. _ - Catalogue data and certification showing that the guaranteed analysis of fertilizer meets the requirements specified. - Catalogue data and certification showing that mulching meets the requirements specified. 2014 TS T-906-3 MATERIAL REQUIREMENTS ASTM C602 Agricultural Liming Materials Fed. Spec. JJJ-S-181B Agricultural Seeds Fed. Spec. O-F-241D Commercial Mixed Fertilizer END OF ITEM T-906 2014 TS T-906-4 4 1 Item M-100 Maintenance and Protection of Traffic 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. Contractor is responsible for maintenance and repair of these items,regardless of cause of damage, until the project is accepted. The following 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. - Maintenance and repair of existing access roads. - Installation,maintenance,repair and removal of temporary barricades,barricade lights, barricade flags,warning signs and hazard markings. - Installation,maintenance,repair and removal of temporary lights and lighting circuits. Temporary above ground lighting cables shall be delineated with stakes and flagging in turf areas and barricades in paved areas. - Testing and maintenance of existing and new lighting circuitry. - Cleaning and maintenance of all paved areas. - Security requirements. The Owner will be responsible for moving parked aircraft which interfere with the work of this Contract. Contractor shall give the Owner adequate notice of the intended work schedule to allow the Owner time to accommodate the schedule.The Fixed Base Operator(FBO)will be responsible for moving parked aircraft which interfere with the work of this Contract. Contractor shall give the FBO adequate notice of the intended work schedule to allow the FBO time to accommodate the schedule. The Owner will be responsible for issuing notification to patrons of the upcoming work based on the Contractor's schedule. Contractor shall be responsible for moving parked vehicles which interfere with the work of this Contract. Vehicles shall be moved to a location designated by the Owner during construction. Damage to vehicles caused by the Contractor's operations shall be repaired by the Contractor at no expense to the Owner or vehicle owner.The Owner will be responsible for issuing notification to the parking lot vendor of the upcoming work based on the Contractor's schedule. Contractor shall be responsible for moving parked vehicles which interfere with the work of this Contract. Vehicles shall be moved to a location designated by the parking lot vendor during construction. Damage to vehicles caused by the Contractor's operations shall be repaired by the Contractor at no expense to the Owner or vehicle owner. METHOD OF MEASUREMENT 2014 TS M-100-1 100-2.1 Measurement for payment of maintenance and protection of traffic will be made on a lump sum basis. Measurements for partial payment may be made at the discretion of the Engineer as the work progresses based on contract time or percent of work completed. BASIS OF PAYMENT 100-3.1 The lump sum price bid for maintenance and protection of traffic shall include all equipments, materials, labor and incidentals 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. Partial payments of the lump sum price bid may be made for this item at the discretion of the Engineer as the work progresses based on contract time or work completed, less any 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-per lump sum END OF ITEM M-100 2014 TS M-100-2 Item M-150 Project Survey and Stakeout DESCRIPTION 150-1.1 Project survey and stakeout shall be in accordance with this specification. The Contractor shall do all necessary surveying required to construct all elements of the Project. Project survey and stakeout shall be performed by competently qualified personnel acceptable to the Engineer. The survey and stakeout shall be progressed in advance of construction operations such that the layout does not impede the construction schedule. All survey work shall be provided under the direction of a Licensed Surveyor licensed in the State in which the project is located. MATERIALS 150-2.1 All instruments, equipment, stakes and any other material necessary to perform the work satisfactorily shall be provided by the Contractor. It shall be the Contractor's responsibility to maintain these stakes in their proper position and location at all times. Upon request,the Contractor shall make available to the Engineer, a rod,level, and tripod. The rod shall be 15 feet in length with hundredth of a foot graduation. The level shall be self leveling and have documentation demonstrating it has been calibrated within twelve months of the project's commencement. All equipment provided shall be in good working order and maintained by the Contractor throughout the duration of the project. CONSTRUCTION METHODS 150-3.1 GENERAL. Project survey and stakeout shall be in accordance with Section 50-06 "Construction Layout and Stakes" of the General Provisions and this specification. Contractor's surveyor shall be onsite during installation of NAVAIDS to verify elevations, alignment and siting angles. 150-3.2 LAYOUT AND STAKEOUT. The Contractor shall be responsible for trimming trees,brush and other objects from survey lines in advance of all survey work to permit accurate and unimpeded work by his survey crews. The exact position of all work shall be established from control points,baseline points or other points of similar nature which are shown on the Contract Drawings. 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. Stakes shall be clearly and legibly marked based on computations and measurements made by the Contractor. Markings shall include centerline station, offset and cut or fill marks. If markings become faded or blurred,they shall be restored by the Contractor, if requested by the Engineer. Contractor shall locate and place all cut, fill, slope, fine grade or other stakes and points for the proper progress of the work. All control points shall be properly guarded and flagged for easy identification. 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 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 2014 TS M-150-1 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 indicating station and offset. All computations necessary to establish the exact position of the work from control points shall be made by the Contractor. All computations, survey notes and other records necessary to accomplish the work shall be neatly made,and shall be made available to the Engineer upon request. 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 re-establish baseline points, control points, and centerline points at 100 foot stations. The baseline points, control points, and centerline points 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 re-establish baseline points and stationing, as well as any necessary benchmarks as required by the Engineer. Existing property corners,markers, stakes, iron pins, and survey monuments defining property lines which have a high probability of being disturbed 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. METHOD OF MEASUREMENT 150-4.1 Measurement for payment of project survey and stakeout will be made on a lump sum basis. Measurement for partial payments, at the discretion of the Engineer,will be in proportion to the total amount of contract work completed. 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 of the lump sum price bid may be made for this item as the work progresses, at the discretion of the Engineer. Payment will be made under: Item M-150-5.1 Project Survey and Stakeout—per lump sum SUBMITTALS AND CERTIFICATIONS 150-6.1 The following "Shop and Setting Drawings", "Working Drawings", Catalogue Data" and "Certifications" shall be submitted for review: - Catalog data showing the make and model of all surveying instruments to be used on the project. - Verification survey point data ASCII file. - Surveying instrument calibration certification(s)within the previous 12 months of project startup END OF ITEM M-150 2014 TS M-150-2 Item M-200 Mobilization DESCRIPTION 200-1.1 This item shall consist of work and operations,but is not limited to, work and operations necessary for the movement of personnel, equipment,material and supplies to and from the project site for work on the project except as provided in the contract as separate pay items. 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. 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. CONSTRUCTION DETAILS 200-3.1 Posted notices.Prior to commencement of construction activities the Contractor must post the following documents in a prominent and accessible place where they may be easily viewed by all employees of the prime Contractor and by all employees of subcontractors engaged by the prime Contractor: Equal Employment Opportunity(EEO)Poster"Equal Employment Opportunity is the Law" in accordance with the Office of Federal Contract Compliance Programs Executive Order 11246, as amended;Davis Bacon Wage Poster(WH 1321) -DOL "Notice to All Employees"Poster; and Applicable Davis-Bacon Wage Rate Determination. These notices must remain posted until final acceptance of the work by the Owner. 200-3.2 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. METHOD OF MEASUREMENT 200-4.1 Measurement for payment of mobilization will be made on a lump sum basis. Measurements for partial payment may be made at the discretion of the Engineer as the work progresses based on contract time or percent of work completed. 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. Based upon the contract lump sum price for"Mobilization"partial payments will be allowed as follows: 2014 TS M-200-1 a. With first pay request, 25%. b. When 25% or more of the original contract is earned, an additional 25%. • c. When 50% or more of the original contract is earned, an additional 40%. d. After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials as required by 90-11,the final 10%. Payment will be made under: Item M-200-5.1 Mobilization(4%Maximum)-per lump sum END OF ITEM M-200 2014 TS M-200-2 ELIZABETH A. NEVILLE,MMC ��� oG�y Town Hall,53095 Main Road TOWN CLERK ® P.O.Box 1179 Gea Southold,New York 11971 REGISTRAR OF VITAL STATISTICS ; Fax(631)765-6145 MARRIAGE OFFICER *** 000� RECORDS MANAGEMENT OFFICER 41 I 16 .� Telephone(631)765 1800 I"""'��� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER "- OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING 2015 bid for FI Airfield Lighting Bid Opening 9/10/15 2:00 P.M. • Three (3) bids received See Attached for results Hinck Electrical Contractor 75 Orville Drive, Suite 1 Bohemia, NY 11716 Craig Hinck 631/277-7700 Baseline King Corporation 11 Liberty Lane Barneveld, NY 13304 James King 315/896-6106 KoBo Utility Construction Corp 4 Victory Drive PO Box 578 Sandwich, MA 02563 Kevin O'Neil 508/888-2255 3 Elizibeth Field Airport Fishers Island, NY 1 FEMA Project No.6946304 PA ID. No. 103-6946 Airfield Lighting and Signage Repairs Project Bid Date:September 10, 2015 @ 2:00 pm Bid Contractor Base Bid Alternate Bid. 1 Add On. 1 Add On. 2 Add On. 3 Security 1. Hinck Electrical Contractor $923,293.75 $ 923,293.75 $ 60,200.00 $ 46,010.00 $ 36,550.00 5% 2. Baseline King Corporation $395,601 .05 $ 353,001 .05 $ 19,320.00 $ 14,766.00 $ 11,730.00 5% 3. Kobo Utility Construction $413,686.00 $ 397,132.00 $ 21,000.00 $ 16,050.00 $ 12,750.00 5% 4 $ $ $ $ $ 5. $ $ $ $ $ 6. $ $ $ $ $ 7 $ $ $ $ $ 8. $ $ $ $ $ 9. $ $ $ $ $ 10. $ $ $ $ $ 11 $ $ $ $ $ 12. $ $ $ $ $ 13. $ $ $ $ $ 14 $ $ $ $ $ 15. $ $ $ $ $ C&S Project No.211.015.002 Page 1 #12395 STATE OF NEW YORK) ) SS: COUNTY OF SUFFOLK) Karen Kine of Mattituck, in said county, being duly sworn, says that she is - Principal Clerk of THE SUFFOLK TIMES, a weekly newspaper, published at Mattituck, in the Town of Southold, County of Suffolk and State of New York, and that the Notice of which the annexed is a printed copy, has been regularly published in said Newspaper once each week for 1 week(s), successfully commencing on the 27th day of August, 2015. iet,t--,24---- ---c/e/1-e-7 Principal Clerk I Sworn to before me this q--- day of �� � 2015. 0 4 `LEGAL NOTICE ---- NOTICE TO BIDDERS Sealed proposals for the construe- CHRISTINA VOLINSKI tion of the Airfield Lighting and Signage Repairs Contract will be received at the NOTARY PUBLIC-STATE OF NEW YORK Town Clerk's Office, 53095 Route 25, 05050 Southold, New York 11971, until 2:00 Qualified In NO. O1VObSu410County P.M.,local time,September 10,2015,and there,at said office,at said time,publicly My Commission Expires February 28, 2016 - opened and read aloud. This project involves lighting repairs along Runways 12-30 and 7-25 including: replacement of all Runway Medium- intensity edge lighting (base-up) with LED units,replacement of,all 8 Run- way End Identifier Lights(REM)units (base-up),replacement of all 4 Runway aPrecision Approach Path Indicator (PAPI)units (base-up),replacement of Runway 25 and 30 PAPI control units (base-up), replacement of 4 guidance sign assemblies (base up),replacement I of 4 guidance sign electrical components- (internal to sign assembly)and replace- ment of 3 double obstruction lights.In- cluded will be replacement of all airfield r lighting conductors and isolated areas of 1 conduit replacement. ` The Contract Documents(consisting of the-Advertisement,the Proposal,the 1 Contract Form,and the Specifications) and the Contract Drawings may be ob- !tamed only from Box.com. Box.com .- ._ __ .- - . . -- -- .. _ " ' " _ -' ..".. ' ._ !link,log-on and password information i '' can be obtained by contacting Daniel— i Lupone of C&S Engineers,Inc.at dlu- I pone@escos.com where the Contractor's„y name,contact name,address,telephone number, and email address will be re- corded on the plan holders list.There is no additional charge to download the I contract documents and contract draw- n ings.Submitted proposals that were not recorded on the plan holders list shall be considered non-responsive. Bidders may inspect the property 1 upon which the work is to occur.The I property is located at the Elizabeth Field Airport, Fisher's Island, New i York,06390.Bidders must contact Gor- don Murphy, Port Manager, Fishers IIsland Ferry District (Phone: 631-788- , i 7463)at least 24-hours in advance to co- ordinate site access.Any questions re- garding this project may be directed to Daniel Lupone,of C&S Engineers,Inc. Tin Syracuse,NY,of(315),455-2000,Fax (315)455-9667,and email dlupone@cs- cos.com. - . Copies of the above described Con- tract Documents may be examined at no expense at the Town_Clerk's Office, 53095 Route 25, Southold, New York 11971;C&S Engineers,Inc.,499 Col.Ei- "I,>ze'3out idlll'elbW -- 1`ra3ea" Die - the right to reject any and all bids and waive any and all informalities in any bid should it be deemed in the best in- terest of the Town of Southold to do so. All bids must be signed and sealed in t envelopes plainly marked"AIRFIELD LIGHTING AND SIGNAGE RE- - PAIRS AT THE ELIZABETH FIELD AIRPORT"and submitted to the Town Clerk. The bid price shall not include any lil ,tax,federal,state,or local,from which the Town of Southold is exempt. 'I 1 August 11,2015 - ELIZABETH A.NEVILLE f - SOUTHOLD TOWN CLERK L12395-2T 8/27.9/3 IsoONO-�0�. ELIZABETH A.NEVILLE,MMC �����® t, �� �� Town Hall,53095 Main Road TOWN CLERK 1 �� P.O. Box 1179 Boa t.VA Southold,New York 11971 REGISTRAR OF VITAL STATISTICS owFax(631)765-6145 MARRIAGE OFFICER � �toi Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER *� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER ' OFFICE OF T TOWN CLERK TOWN OF SOUTHOLD September 11, 2015 Mr Daniel Lupone C & S Companies 499 Col. Eileen Collins Blvd Syracuse, NY 13212 Dear Mr. Lupone: Enclosed find the original bid results that were received in the Town Clerk's office and opened on September 10, 2015 at 2:00 p.m.. I have included copies of the bid bonds. The originals have been retained by this office. I have also enclosed the extra set of plans we were sent. If there is anything else you require, please feel free to contact me. Sincerely, id\upikYvi y ♦.' Lynda M Rudder Deputy Town Clerk enc C&S Companies CEO 499 Col. Eileen Collins Blvd. Syracuse, NY 13212 : (315) COMPANIES° f: (315) 455-96677 www.cscos.com Transmittal To: Town Clerk's Office RECEIVED 53095 Route 25 Southold,NY 11971 AUG 2 0 2015 Date: August 8,2015 Southold Town Clerk Re: Elizabeth Field Airport Airfield Lighting&Signage Repairs Bid Documents File: 211.015.002 Enclosed for your review please fmd the following: • Two(2)copies of the contract documents(specifications and full-size plans)for the subject project. Please contact me with any questions regarding this. Very truly yours, C&S ENGINEERS, INC. Daniel P.Lupone,I.E. cc: Gordon Murphy,FIFD Thomas J.Horth,P.E., C&S Enc. Rudder, Lynda From: Daniel Lupone <dlupone@cscos.com> Sent: Thursday, September 10, 2015 2:36 PM To: Rudder, Lynda Subject: Bid Update Hey Lynda, Hope all went well during the opening.At your convenience, could you please send me the results?Thank you very much. Daniel P.Lupone ,4 -qAtKAT., Engineer Lt. C&S Companies CoMQAINIE5 dlupone@cscos corn www.cscos.com office:(315)455-2000 direct:(315)703-4295 cell:(315)420-8144 LIB toll-free:(877) CS-SOLVE Office address,city,state,zip CONFIDENTIALITY NOTICE:This e-mail,including any attachment(s)to it,is intended for the exclusive use of the addressee(s)and may contain proprietary,confidential,or privileged information,If you are not the intended recipient,you are hereby notified that any use,disclosure,copying,distribution, or taking of any action in reliance on this information is strictly prohibited.If you have received this e- mail in error,please notify the sender immediately by e-mail and delete the message. 1 Rudder, Lynda From: Cerria Torres <ctorres@timesreview.com> Sent: Friday,August 21, 2015 1:28 PM To: Rudder, Lynda Subject: Re:Airfield Lighting Signage Rep for publication Attachments: image001.png Friday 9/4 by noon. Thanks for asking, Reminds me to send a mass email out!! F_- t TIMES L1 it REVIEW tog MEDIA GROUP Cerria Orientale Torres Display Ad Coordinator 631.354.8011 (D) ctorres@ti mesreview.corn legals@timesreview.com www.timesreview.com From:<Rudder>, Lynda Rudder<lynda.rudder@town.southold.ny.us> Date: Friday,August 21, 2015 1:29 PM To:Times Review<CTORRES@TIMESREVIEW.COM> Subject: RE:Airfield Lighting Signage Rep for publication Yes thank you. What is the deadline for the 9/10 edition? -) From: Cerria Torres [mailto:ctorresfttimesreview.com] 1i Sent: Friday, August 21, 2015 1:25 PM t,a To: Rudder, Lynda } Subject: Re: Airfield Lighting Signage Rep for publication Hi there, It was just brought to my attention that this notice should be published on 9/3/15 as well as 8/27/2015. !;; I have scheduled as such. Thanks!! ‘ ! gj ■ TIMES REVIEW MEDIA GROUP Cerria Orientale Torres Display Ad Coordinator 4"a 631.354.8011 (D) ctorres@timesreview.com h legals@timesreview.com ii www.timesreview.com la J 1 STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold,New York being duly sworn, says that on the 13th day of August , 2015, she affixed a notice of which the annexed printed notice is a true copy, in a proper and substantial manner, in a most public place in the Town of Southold, Suffolk County,New York, to wit: Town Clerk's Bulletin Board, 53095 Main Road, Southold,New York. Bid on Construction of the Airfield Lighting and Signage Repairs Contract ' A Elizabeth A. Neville Southold Town Clerk Sworn before me this IS day of A st , 2015. �m y Public LYNDA M. RUDDER Notary Public,State of New York No.01RU6020932 Qualified in Suffolk County Commission Expires March 8,20_1_1 • N LEGAL NOTICE NOTICE TO BIDDERS Sealed proposals for the construction of the Airfield Lighting and Signage Repairs Contract will be received at the Town Clerk's Office, 53095 Route 25, Southold, New York 11971, until 2:00 P.M., local time, September 10,2015, and there, at said office, at said time, publicly opened and read aloud. This project involves lighting repairs along Runways 12-30 and 7-25 including. replacement of all Runway Medium-intensity edge lighting (base-up) with LED units, replacement of all 8 Runway End Identifier Lights (REIL) units (base-up), replacement of all 4 Runway Precision Approach Path Indicator (PAPI) units (base-up), replacement of Runway 25 and 30 PAPI control units (base-up), replacement of 4 guidance sign assemblies (base up), replacement of 4 guidance sign electrical components (internal to sign assembly) and replacement of 3 double obstruction lights. Included will be replacement of all airfield lighting conductors and isolated areas of conduit replacement. The Contract Documents (consisting of the Advertisement, the Proposal, the Contract Form, and the Specifications)and the Contract Drawings may be obtained only from Box.com. Box.com link, log-on and password information can be obtained by contacting Daniel Lupone of C&S _ Engineers, Inc. at dlupone@cscos.com where the Contractor's name, contact name, address, telephone number, and email address will be recorded on the plan holders list. There is no additional charge to download the contract documents and contract drawings. Submitted proposals that were not recorded on the plan holders list shall be considered non-responsive. Bidders may inspect the property upon which the work is to occur. The property is located at the Elizabeth Field Airport, Fisher's Island, New York, 06390. Bidders must contact Gordon Murphy, Port Manager, Fishers Island Ferry District (Phone: 631-788-7463) at least 24-hours in advance to coordinate site access. Any questions regarding this project may be directed to Daniel Lupone, of C&S Engineers, Inc. in Syracuse,NY, at(315) 455-2000, Fax(315)455-9667, and email dlupone@cscos.com. -- Copies of the above described Contract Documents may be examined at no expense at the Town Clerk's Office, 53095 Route 25, Southold, New York 11971; C&S Engineers, Inc., 499 Col. Eileen Collins Boulevard, Syracuse,New York 13212; and at the Fishers Island Ferry District Office on Fishers Island. Each proposal must be accompanied by a certified check or bid bond in the amount of five percent(5%) of the total maximum proposal 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 Southold Town Board 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. All bids must be signed and sealed in envelopes plainly marked"AIRFIELD LIGHTING AND SIGNAGE REPAIRS AT THE ELIZABETH FIELD 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. August 11, 2015 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON AUGUST 27 AND SEPTEMBER 3, 2015 AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD,NY 11971. Copies to the following : The Suffolk Times Town Board Members Town Attorney Data Construction Dodge Reports Brown's Letters Burrelle's Info Services Town Clerk's Bulletin Board FIFD The Day COs COMPANIES QUANTITIES FOR CANVASS OF BIDS ELIZABETH FIELD AIRPORT(0B8) 211.015.002 FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS 08/18/15 (ALTERNATE BID NO.1) ITEM FAA UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 1 L-108 NO.8 AWG,600V, 1/C AIRFIELD LIGHTING CABLE -25,300 LF $1.25 $31,625.00 2 L-108 NO.8 AWG,5KV,1/C AIRFIELD LIGHTING CABLE 12,500 LF $1.50 $18,750.00 3 L-108 NO.6 AWG COUNTERPOISE WIRE 715 LF $2.50 $1,787.50 4 L-108 NO.6 AWG COUNTERPOISE WIRE AND TRENCH 220; LF $4.00 $880.00 5 L-110 2-INCH DIA.PVC CONDUIT IN TURF 730 LF $12.00 $8,760.00 6 L-110 2-INCH DIA.PVC COATED RGS CONDUIT IN TURF 150 LF $30.00 $4,500.00 7 L-119 SINGLE AIRPORT OBSTRUCTION LIGHT ASSEMBLY WITH NEW BASE - 2, EACH $1,000.00 $2,000.00 8 L-119 DOUBLE AIRPORT OBSTRUCTION LIGHT ASSEMBLY ON EXISTING BASE 2 EACH $800.00 $1,600.00 9 L-119 OBSTRUCTION LIGHT TRANSFORMER/DISCONNECT 1 EACH $1,000.00 $1,000.00 10 L-125 REMOVAL OF EXISTING PRECISION APPROACH PATH INDICATOR(PAPI) SYSTEM 4 EACH $1,500.00 $6,000.00 11 L-125 REMOVAL OF EXISTING RUNWAY END IDENTIFIER LIGHT(REIL) SYSTEM 4 EACH $1,000.00 $4,000.00 12 L-125 REPLACEMENT OF EXISTING R/W EDGE LIGHT WITH MEDIUM INTENSITY R/W LIGHT(L-861)ON EXISTING BASE 39 EACH $600.00 $23,400.00 13 L-125 REPLACEMENT OF EXISTING R/W THRESHOLD LIGHT WITH MEDIUM INTENSITY R/W LIGHT(L-861E)ON EXISTING BASE 24 EACH $600.00 $14,400.00 14 L-125 REPLACEMENT OF EXISTING TAXIWAY GUIDANCE SIGN ASSEMBLY(L- 858,4 CHARACTERS,SIZE 2,STYLE 2,CLASS 2)ON EXISTING BASE 4 EACH $4,700.00 $18,800.00 15 L-125 REPLACEMENT OF EXISTING TAXIWAY GUIDANCE SIGN ELECTRICAL COMPONENTS 4 'EACH $2,000.00 $8,000.00 16 L-125 REPLACEMENT OF EXISTING PRECISION APPROACH PATH INDICATOR (PAPI)SYSTEM(L-881),STYLE A,2 LAMP)ON EXISTING BASE 4 4 EACH $15,000.00 $60,000.00 17 L-125 REPLACEMENT OF EXISTING RUNWAY END IDENTIFIER LIGHT(REIL) SYSTEM(L-849(L),STYLE C)ON EXISTING BASE 4 EACH $12,000.00 $48,000.00 18 L-125 RE-MOUNTING OF EXISTING WIND CONE TRANSFORMER ON EXISTING BASE 1 EACH $250.00 $250.00 19 L-125 ELECTRICAL JUNCTION CAN(NON-LOAD BEARING) 1 EACH $700.00 $700.00 20 L-125 CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 1 TRIP $2,500.00 $2,500.00 21 M-100 MAINTENANCE AND PROTECTION OF TRAFFIC 1 LS $4,000.00 $4,000.00 22 M-150 PROJECT SURVEY AND STAKEOUT 1 LS $4,000.00 $4,000.00 23 M-200 MOBILIZATION 1 LS $11,047.50 $11,047.50 TOTAL CONSTRUCTION COST $276,000.00 cs COMPANIES QUANTITIES FOR CANVASS OF BIDS - ELIZABETH FIELD AIRPORT(0B8) 211.015.002 FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS 08/18/15 (ADD ON.1) ITEM FAA UNIT NO SPEC DESCRIPTION • QUANTITY UNITS PRICE TOTAL 1 L-108 NO.8 AWG,600V, 1/C AIRFIELD LIGHTING CABLE 14,000 LF $1.25 $17,500.00 TOTAL CONSTRUCTION COST $17,500.00 COs COMPANIES® QUANTITIES FOR CANVASS OF BIDS ELIZABETH FIELD AIRPORT(0B8) 211.015.002 FISHERS ISLAND,TOWN OF SOUTHOLD AIRFIELD LIGHTING AND SIGNAGE REPAIRS 08/18/15 (ADD ON.2) ITEM FM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 1 L-108 NO.8 AWG,600V, 1/C AIRFIELD LIGHTING CABLE 10,700 LF $1.25 $13,375.00 TOTAL CONSTRUCTION COST $13,375.00 Southold Town Board - Letter Board Meeting of October 6, 2015 $°"°`4‘ RESOLUTION 2015-840 Item# 5.13 44of f.44- TABLED DOC ID: 11202 A THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2015-840 WAS TABLED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON OCTOBER 6, 2015: WHEREAS two (2)bids were received in response to the Town's bid advertisement of August 20, 2015 for a self-propelled windrow turner for the Cutchogue Compost Facility; and WHEREAS the bid received by Ecoverse Industries is out of compliance with no fewer than seven(7) critical specifications issued by the Town for such equipment, and in addition fails to demonstrate compliance in at least six (6) other critical and/or important specifications as issued by the Town, and further did not include all information required for consideration as a complete response to the Town's solicitation; it is hereby RESOLVED that the Town Board of the Town of Southold hereby rejects the bid of Ecoverse Industries to supply the Solid Waste Management District with a self-propelled windrow turner as it does not meet the Town's specifications for said equipment; and, it is further RESOLVED that the Town Board accepts the bid of Simplicity Engineering, Inc. for such equipment at a cost of$484,000, all in accordance with the Town Attorney. ;.,„• ..2W Qe.47;i6, Elizabeth A. Neville Southold Town Clerk RESULT: TABLED [UNANIMOUS] Next: 10/20/2015 4:30 PM MOVER: Jill Doherty, Councilwoman SECONDER:James Dinizio Jr, Councilman AYES: Robert Ghosio, James Dinizio Jr, Jill Doherty, Scott A. Russell ABSENT: William P. Ruland, Louisa P. Evans Generated October 7, 2015 Page 20 Southold Town Board - Letter Board Meeting of August 11, 2015 g11FfQ(C °� RESOLUTION 2015-730 Item# 5.21 4 ADOPTED DOC ID: 11096 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2015-730 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON AUGUST 11, 2015: RESOLVED that the Town Board of the Town of Southold hereby autorizes and directs the Town Clerk's Office to advertise for proposals for the construction of the Airfield Lighting and Signage Repairs Contract for the Elizabeth Field Airport, Fishers Island,New York. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Louisa P. Evans, Justice SECONDER:Robert Ghosio, Councilman AYES: Ghosio, Dinizio Jr, Ruland, Doherty, Evans, Russell Generated August 12, 2015 Page 28 08/18/2015 12:06 P11 FAX 6317656145 SOUTHOLD TOWN CLERK P.0001 $$$$$$$$$$$$$$$$$$$$$$$$$$$$$$$$$$$$$$$$$$ $$$ Multiple Destinations $$$ $$$$$$$$$$$$$$$$$$$$$$$$$$$$$$$$$$$$$$$$$$ Job No. 0498 Sheets 1 Unsent Sent [$0371 18775588282 MCGRAW HILL [$038] 18005243329 BURELLE'S INFO [$039] 18882329941 DATA CONSTRUCT [$040] 18007685594 DODGE REPORTS [$041] 18009620544 CONSTRUCT INFO Error LEGAL NOTICE NOTICE TO BIDDERS Sealed proposals for the construction of the Airfield Lighting and Signage Repairs Contract will be received at the Town Clerk's Office, 53095 Route 25, Southold,New York 11971,until 2:00 P.M., local time,September 10,2015,and there,at said office,at said time,publicly opened and read aloud. This project involves lighting repairs along Runways 12-30 and 7-25 including: replacement of all Runway Medium-intensity edge lighting (base-up) with LED units, replacement of all 8 Runway End Identifier Lights(REIL)units(base-up), replacement of all 4 Runway Precision Approach Path Indicator (PAPI)units(base-up),replacement of Runway 25 and 30 PAPI control,units(base-up),replacement of 4 guidance sign assemblies (base up), replacement of 4 guidance sign electrical components (internal to sign assembly)and replacement of 3 double obstruction lights. Included will be replacement of all airfield lighting conductors and isolated areas of conduit replacement. The Contract Documents (consisting of the Advertisement, the Proposal, the Contract Form, and the Specifications)and the Contract Drawings may be obtained only from Box.com. Box.com link, log-on and password information can be obtained by contacting Daniel Lupone of C&S Engineers, Inc. at dlupone@escos.com escos.com where the Contractor's name, contact name, address, telephone number,'and email address will be recorded on the plan holders list. There is no additional charge to download the contract documents and contract drawings.Submitted proposals that were not recorded on the plan holders list shall be considered non-responsive. Bidders may inspect the property upon which the work is to occur. The property is located at the Elizabeth Field Airport, Fisher's Island, New York, 06390. Bidders must contact Gordon Murphy, Port Manager, Fishers Island Ferry District(Phone: 631-788-7463)at least 24-hours in advance to coordinate site access. Any questions regarding this project may be directed to Daniel Lupone, of C&S Engineers, Inc.in Syracuse,NY,at(315)455-2000,Fax(315)455-9667,and email dlupone@cscos.com. Copies of the above described Contract Documents may be examined at no expense at the Town Clerk's Office, 53095 Route 25, Southold, New York 11971; C&S Engineers, Inc., 499 Col. Eileen Collins Boulevard,Syracuse,New York 13212;and at the Fishers Island Ferry District Office on Fishers Island. Each proposal must be accompanied by a certified check or bid bond in the amount of five percent(5%) of the total maximum proposal 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 Southold Town Board 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.All bids must be signed and sealed in envelopes plainly marked"AIFIELD LIGHTING AND SIGNAGE REPAIRS AT THE ELIZABETH FIELD AIRPORT"and submitted to the Town Clerk. The hid urine chall not include anv tax federal state nr local from which the Tnwn of Southold is Rudder, Lynda From: Cerria Torres <ctorres@timesreview.com> Sent: Tuesday, August 18, 2015 12:04 PM To: Rudder, Lynda Subject: Re:Airfield Lighting Signage Rep for publication This notice has been scheduled to publish in the Suffolk Times on 8/27/2015. Thank you TIMES REVIEW MEDIA GROUP Cerria Orientale Torres • Display Ad Coordinator 631.354.8011 (D) ctorres@timesreview.com legals@timesreview.com www.timesreview.com From:<Rudder>, Lynda Rudder<lynda.rudder@town.southold.ny.us> Date:Tuesday,August 18, 2015 11:44 AM To:GSMurphy<gmurphy@fiferry.com>, "thorth@cscos.com" <thorth@cscos.com>,Jim Dinizio <iim@iamesdinizio.com>, "Beltz, Phillip" <Phillip.Beltz@town.southold.ny.us>, "Cushman,John" <John.Cushman@town.southold.ny.us>, "Doherty,Jill" <iill.doherty@town.southold.ny.us>, "Duffy, Bill" <billd@southoldtownny.gov>, "Ghosio, Bob" <bob.ghosio@town.southold.ny.us>, "Kiely, Stephen" <stephen.kiely@town.southold.ny.us>, "Krauza, Lynne" <lvnne.krauza@town.southold.ny.us>, Louisa Evans <Ipevans06390@gmail.com>, "Michaelis,Jessica" <iessicam@southoldtownny.gov>, "Reisenberg, Lloyd" <Lloyd.Reisenberg@town.southold.ny.us>, "Russell, Scott" <scottr@southoldtownny.gov>, "Standish, Lauren" <Lauren.Standish@town.southold.ny.us>, "Tomaszewski, Michelle" <michellet@town.sou`thold.ny.us>,Times Review <tdoubrava@timesreview.com>, William Ruland <rulandfarm@yahoo.com> Subject:Airfield Lighting Signage Rep for publication Please publish in the Suffolk Times and the Town website • 1 Rudder, Lynda From: Reisenberg, Lloyd Sent: Tuesday, August 18, 2015 11:55 AM To: Rudder, Lynda Subject: RE:Airfield Lighting Signage Rep for publication Posted Lloyd H. Reisenberg Network and Systems Administrator Town of Southold,New York www.southoldtownrw.gov ll oydr@southoldtownn y.qov 0: 631-765-1891 I M:631-879-1554 F: 631-765-5178 CONFIDENTIALITY NOTICE: This communication with its contents may contain confidential and/or legally privileged information. It is solely for the use of the intended recipient(s). Unauthorized interception, review, use or disclosure is prohibited and may violate applicable laws including the Electronic Communications Privacy Act. If you are not the intended recipient, please contact the sender and destroy all copies of the communication. From: Rudder, Lynda Sent:Tuesday, August 18, 2015 11:44 AM To: GSMurphy; thorth@cscos.com;Jim Dinizio; Beltz, Phillip; Cushman,John; Doherty,Jill;,Duffy, Bill; Ghosio, Bob; Kiely, Stephen; Krauza, Lynne; Louisa Evans; Michaelis,Jessica; Reisenberg, Lloyd; Russell, Scott; Standish, Lauren; Tomaszewski, Michelle;Tracey Doubrava (tdoubrava@timesreview.com); William Ruland Subject:Airfield Lighting Signage Rep for publication Please publish in the Suffolk Times and the Town website 1 Rudder, Lynda From: Tom Horth <thorth@cscos.com> Sent: Tuesday, August 18, 2015 11:15 AM To: Rudder, Lynda Subject: RE: FI Airport Correct, no New London Day. Thomas J. Horth, P.E. Managing Engineer CIS C&S Companies COMPANIES' thorth@cscos.com www.cscos.com office:(315)455-2000 direct:(315)703-4244 ij cell:(315)413-9574 toll-free:(877)CS-SOLVE 499 Col. Eileen Collins Blvd.,Syracuse, NY 13212 CONFIDENTIALITY NOTICE:This e-mail,including any attachment(s)to it,is intended for the exclusive use of the addressee(s)and may contain proprietary,confidential,or privileged information.If you are not the intended recipient,you are hereby notified that any use,disclosure,copying,distribution, or taking of any action in reliance on this information is strictly prohibited.If you have received this e- mail in error,please notify the sender immediately by e-mail and delete the message. From: Rudder, Lynda [mailto:lynda.rudder@town.southold.ny.us] Sent:Tuesday,August 18, 2015 11:14 AM To:Tom Horth<thorth@cscos.com> Subject: RE: Fl Airport Just to confirm no New London Day? From: Tom Horth [mailto:thorth©acscos.com] Sent:Tuesday, August 18, 2015 11:05 AM To: Rudder, Lynda Cc: Daniel Lupone Subject: RE: FI Airport Times have been changed,see attached. We generally recommend 3 consecutive days for advertising, but I believe 2 publications in the Suffolk Times is sufficient. We'll also provide the information to the NYS Contract Reporter. Thank you for your assistance. Thomas J. Horth, P.E. CCoJ��S Managing Engineer COMPANIES' C&S Companies www.cscos.com thorth@cscos.com office:(315)455-2000 1 direct:(315)703-4244 cell: (315)413-9574 toll-free:(877) CS-SOLVE 499 Col. Eileen Collins Blvd.,Syracuse, NY 13212 CONFIDENTIALITY NOTICE:This e-mail,including any attachment(s)to it,is intended for the exclusive use of the addressee(s)and may contain proprietary,confidential,or privileged information If you are not the intended recipient,you are hereby notified that any use,disclosure,copying,distribution, or taking of any action in reliance on this information is strictly prohibited.If you have received this e- mail in error,please notify the sender immediately by e-mail and delete the message. From: Rudder, Lynda [mailto:lynda.rudder@town.southold.ny.us] Sent:Tuesday, August 18, 2015 10:55 AM To:Tom Horth <thorth@cscos.com> Subject: RE: Fl Airport Please change the time to 2:00 pm instead of 1:00 pm. Our official newspaper is the Suffolk Times that comes out on Thursdays. It is past the deadline for this week but I can get it into next week's publication (8/27) and then again in the 9/3 edition but 3 times is not possible as the 3rd date would be the date of the opening. It could also be placed in the New London day which is a daily paper but will probably be quite expensive for 3 days. Please advise. From:Tom Horth [mailto:thorth@acscos.com] Sent: Tuesday, August 18, 2015 10:43 AM To: Rudder, Lynda Cc: Gordon Murphy; Daniel Lupone Subject: RE: FI Airport Thank you Ms. Rudder. I received copies of resolutions from both the Town and FIFD Board of Commissioners, we are now ready to move forward with advertising the project. Attached is the advertisement(2 formats). Beginning this Thursday 8/20, C&S will disseminate the advertisement to Contractors who have previously performed work at the Airport, among others.A bid opening date/time of Thursday,September 10th at 1:00pm has been established, please advise if another time is preferable. We ask that the Town publish the advertisement in their legal publication as soon as possible for a minimum of three days. C&S will oversee the plan holders list and update everyone prior to the bid opening date of September 10th A copy of the bid documents will be sent to the Town this week. Please let me know of any questions. Regards, Tom Thomas J. Horth, P.E. COMPANIES* Managing Engineer www.cscos.com C&S Companies 2 thorth@cscos.com office:(315)455-2000 direct:(315)703-4244 cell:(315)413-9574 toll-free:(877) CS-SOLVE 499 Col. Eileen Collins Blvd.,Syracuse, NY 13212 CONFIDENTIALITY NOTICE:This e-mail,including any attachment(s)to it,is intended for the exclusive use of the addressee(s)and may contain proprietary,confidential,or privileged information.If you are not the intended recipient,you are hereby notified that any use,disclosure,copying,distribution, or taking of any action in reliance on this information is strictly prohibited.If you have received this e- mail in error,please notify the sender immediately by e-mail and delete the message. From: Rudder, Lynda [mailto:lynda.rudder@town.southold.ny.us] Sent: Monday, August 17, 2015 8:12 AM To:Tom Horth <thorth@cscos.com> Subject: FI Airport A resolution was adopted at the 8/11 Town Board meeting. Will you be doing the advertising or will I? Please advise 44 'X Ra Lynda M Rudder Deputy Town Clerk Principal Account Clerk Southold Town Clerk's Office 53095 Main Road, PO Box 1179 Southold,NY 11971 631/765-1800 ext 210 631/765-6145 • 3 {igf /f1 .rte CI' fid! ei qf' S OOP *• CU: , 1 litink 1111 II a. b CONT ill:, A\ CT , II) k 11401 r to.i.,„*,,,,ovl ,.,1,1, L, ,r, ,i,ii IA,'*---- Irtf { % 'i , ' '[ I N,1,,.. _ , ,A,,,:rr__ ..i„, +774 14., % F1) 11,8 THE CONST{ Vti i ,,„I ....AL,' 1 ' —— — — —'V # ID\ UDC TIWOILNNOGFS 10, . ..,...„, ___" , .0,400b) ,_, _ „. „,:v___ I AOIt -- -tv:e_ --__ ,... „...114...i..,.T. , 4(444. iikk r1\h‘ A IF E R , TE1)AERs AND SIR ; NAG 1 , E. 4411-ZA Ito E T FIIELD TowN 10) F Si) Urf 1 I te) ' B ,x,Ew ISLAND, NFiY ID\ FEMA PROJPAECTIDNO.NO.103 694—6304 6946 CONNECTICUT N < i RHODE ISLAND I Y to FISHERS ISLAND 0 0 `.. 1 o ELIZABETH BLOCK ISLAND JUI ,y 2015 FIELD • trl E5 LONG ISLAND SOUND AIRPORT 5 A c'\Vw a) Q ‘S. ) pF NEyr, LONG ISLAND 11/4 j ,�- o4.NSJ- 10 O4, - (4 r it i ,, t 7 . . ATLANTIC OCEAN i'"-1 /' i 41 1 "C N 47.1 dA 0• 0820ti� 0. TT ��FES • S I°\#) o NOT,OCATO SCALEION MAP 0 0 NO ALTERATION MEOED UNDERITTED SECTIHERONN EXCEPT AS PROVIDED 7209 SUBDIVISION ATE PEREDUCATION AW H 0 v T 2 4., CADD FILE NO.2 10050020GIOOl 0r1 0 GI001 �O H M .--i N ill oovri © 1 1 I 2 3 4 BASE BID . ,, c ITEM FM NO SPEC DESCRIPTION QUANTITY UNITS , kr ,,. . 4„,. 4" 1 L-108 NO. 8 AWG, 600V, 1/C AIRFIELD LIGHTING CABLE 25,300 LF CI 11. t: 2 L-108 NO. 8 AWG, 5KV, 1/C AIRFIELD LIGHTING CABLE 12,500 LF a. 3 L-108 NO. 6 AWG COUNTERPOISE WIRE 715 LF CCS P ! ES 4 L-108 NO. 6 AWG COUNTERPOISE WIRE AND TRENCH 220 LF 5 L-110 2-INCH DIA PVC CONDUIT IN TURF 730 LF 6 L-110 2-INCH DIA. PVC COATED RGS CONDUIT IN TURF 1-70 LF C&S Engineers, Inc. 7 L-119 SINGLE AIRPORT OBSTRUCTION LIGHT ASSEMBLY WITH NEW BASE 499 Col. Eileen Collins Blvd. 2 EACH Syracuse, New York 13212 8 L-119 DOUBLE AIRPORT OBSTRUCTION LIGHT ASSEMBLY ON EXISTING Phone: 315-455-2000 BASE 2 EACH Fax: 315-455-9667 9 L-119 OBSTRUCTION LIGHT TRANSFORMER/DISCONNECT 1 EACH www.cscos.com 10 L-125 REMOVAL OF EXISTING PRECISION APPROACH PATH INDICATOR C (PAPI) SYSTEM 4 EACH C 11 L-125 REMOVAL OF EXISTING RUNWAY END IDENTIFIER LIGHT (REIL) ti of NEW SYSTEM 4 EACH ,PR SPS J �00, " y0 n 12 L-125 REPLACEMENT OF EXISTING RAN EDGE LIGHT WITH MEDIUM * ��o * INTENSITY R/W LIGHT (L-861 (L)) ON EXISTING BASE 39 EACH �" ,� "i IAy�� I TING RAN THRESHOLD LIGHT WITH MEDIUM - 2 REPLACEMENT OFEXS =� 13 L1 5 ���' t �' INTENSITY RAN LIGHT (L-861E (L)) ON EXISTING BASE 24 EACH �'~ 14 L-125 REPLACEMENT OF EXISTING TAXIWAY GUIDANCE SIGN ASSEMBLY(L- �� �0 08201� 858, 4 CHARACTERS, SIZE 2, STYLE 2, CLASS 2) ON EXISTING BASE 4 EACH A�OFESSIOlAP'N. 15 L-125 REPLACEMENT OF EXISTING TAXIWAY GUIDANCE SIGN ELECTRICAL _ COMPONENTS 4 EACH PLACEMENT OF EXISTING PRECISION APPROACH PATH SOu,<, 16 L 125 REPLACEMENT � ., 7Q , INDICATOR (PAPI) SYSTEM(L-881 (L), STYLE A 2 LAMP, LED) ON 4 Y' <'` EXISTING BASE 4 EACH �# it ir '.4 ._ 17 L-125 REPLACEMENT OF EXISTING RUNWAY END IDENTIFIER LIGHT (REIL) " {' it!'`° , SYSTEM(L-849 (L), STYLE C) ON EXISTING BASE 4 EACH ''1,,,-44 18 L-125 RE-MOUNTING OF EXISTING WIND CONE TRANSFORMER ON EXISTING BASE 1 EACH _CO 19 L-125 ELECTRICAL JUNCTION CAN (NON-LOAD BEARING) 1 EACH �rzr,: 20 L-125 CONTRACTOR SUPPORT FOR FOLLOW-UP FM FLIGHT CHECK 1 TRIP 21 M-100 MAINTENANCE AND PROTECTION OF TRAFFIC 1 LS 22 M-150 PROJECT SURVEY AND STAKEOUT 1 LS 23 M-200 MOBILIZATION 1 LS (/) CC ALTERNATE BID NO. 1 Q ITEM FM O- NO SPEC DESCRIPTION QUANTITY UNITS 1.11 ~ ft 1 L-108 NO. 8 AWG, 600V, 1/C AIRFIELD LIGHTING CABLE 25,300 LF W C 0 2 L-108 NO. 8 AWG, 5KV, 1/C AIRFIELD LIGHTING CABLE 12,500 LF 00 33 L-108 NO. 6 AWG COUNTERPOISE WIRE 715 LF 4 L-108 NO. 6 AWG COUNTERPOISE WIRE AND TRENCH 220 LF Z a 0 5 L-110 2-INCH DIA PVC CONDUIT IN TURF 730 LF Qz 6 L-110 2-INCH DIA PVC COATED RGS CONDUIT IN TURF 150 LF 0 B 7 L-119 SINGLE AIRPORT OBSTRUCTION LIGHT ASSEMBLY WITH NEW BASE B a J0 0 W . 2 EACH z (/) Z 8 L-119 DOUBLE AIRPORT OBSTRUCTION LIGHT ASSEMBLY ON EXISTING Q V- LL J BASE 2 EACH C0 = 0 re .--I 99 L-119 OBSTRUCTION LIGHT TRANSFORMER/DISCONNECT 1 EACH z 10 L-125 REMOVAL OF EXISTING PRECISION APPROACH PATH INDICATORw Z PAPI SYSTEM 4 EACH = W 11 L-125 REMOVAL OF EXISTING RUNWAY END IDENTIFIER LIGHT (REIL) 0 N e•-% Fw - _ SYSTEM 4 EACH J J 12 L-125 REPLACEMENT OF EXISTING RAN EDGE LIGHT WITH MEDIUMco 0 W Co INTENSITY RAN LIGHT (L-861) ON EXISTING BASE 39 EACH J 13 L-125 REPLACEMENT OF EXISTING RAN THRESHOLD LIGHT WITH MEDIUM W INTENSITY RAN LIGHT (L-861E) ON EXISTING BASE 24 EACH LL o, 14 L-125 REPLACEMENT OF EXISTING TAXIWAY GUIDANCE SIGN ASSEMBLY(L- i 0 858, 4 CHARACTERS, SIZE 2, STYLE 2, CLASS 2) ON EXISTING BASE 4 EACH Q 0 15 L-125 REPLACEMENT OF EXISTING TAXIWAY GUIDANCE SIGN ELECTRICAL o� COMPONENTS 4 EACH 16 L-125 REPLACEMENT OF EXISTING PRECISION APPROACH PATH E. INDICATOR (PAPI) SYSTEM(L-881), STYLE A 2 LAMP) ON EXISTING y BASE 4 EACH SHEET 17 L-125 REPLACEMENT OF EXISTING RUNWAY END IDENTIFIER LIGHT (REIL) REFERENCE NO. TITLE , Ii SYSTEM(L-849(L), STYLE C) ON EXISTING BASE 4 EACH MARK DATE DESCRIPTION -c 18 L-125 RE-MOUNTING OF EXISTING WIND CONE TRANSFORMER ON GI001 TITLE SHEET REVISIONS o EXISTING BASE 1 EACH GI002 SHEET INDEX AND QUANTITIES FOR CANVASS OF BIDS PROJECT NO: 211.015.002 19 L-125 ELECTRICAL JUNCTION CAN (NON-LOAD BEARING) 1 EACH GI003 GENERAL NOTES, ABBREVIATIONS LIGHTING LEGEND AND LEGEND -E- 20 L-125 CONTRACTOR SUPPORT FOR FOLLOW-UP FM FLIGHT CHECK 1 TRIP DATE: JULY2015 21 M-100 MAINTENANCE AND PROTECTION OF TRAFFIC 1 LS GC101 GENERAL AND WORK PHASING PLAN & DETAILS PROJECT MANAGER: D.P.L. o22 M-150 PROJECT SURVEY AND STAKEOUT 1 LS ED101 ELECTRICAL DEMOLITION PLAN DESIGNED BY: D.P.L. a�, 23 M-200 MOBILIZATION 1 LS ED102 ELECTRICAL DEMOLITION PLAN DRAWN BY: W.E.D. ct ADD ON NO. 1 EL101 ELECTRICAL PLAN CHECKED BY: T.J.H. EL102 ELECTRICAL PLAN J ITEM FAA EL501 ELECTRICALDETAILS NO ALTERATION PERMITTED HEREON EXCEPT AS NO SPEC DESCRIPTION QUANTITY UNITS PROVIDED UNDER SECTION 7209 SUBDIVISION 2 ' EL502 ELECTRICAL DETAILS OF THE NEW YORK STATE EDUCATION LAW QA 1 L-108 NO. 8 AWG, 600V, 1/C AIRFIELD LIGHTING CABLE 14,000 LF EL503 ELECTRICAL DETAILS A Q EL504 EXISTING ELECTRICAL BUILDING DETAILS ADD ON N0. 2 SHEET I ITEM FAA o NO SPEC DESCRIPTION QUANTITY UNITS AND QUANTITIES 0 1 L-108 NO. 8 AWG, 600V, 1/C AIRFIELD LIGHTING CABLE 10,700 LF FOR CANVASS o ADD ONNO. 3 OF BIDS Cl- ITEM FM ;12 NO SPEC DESCRIPTION QUANTITY UNITS ri ' N 1 L-108 NO. 8 AWG, 600V, 1/C AIRFIELD LIGHTING CABLE 8,500 LF U I00276" O �� QUANTITIES FOR CANVASS OF BIDS A2 SHEET INDEX SCALE: NOT TO SCALE SCALE: NOT TO SCALE I I 2 3 I 4 Copyright© 1 2 3 4 EDGE LIGHT LENS COLOR LEGEND ` ABBREVIATIONSe W Y 180°WHITE,180°YELLOW t A ABAN.-ABANDONED PCC-PORTLAND CEMENT CONCRETE PAVEMENT ° 180° E APPROX.-APPROXIMATE PI-POINT OF INTERSECTION G R 180 GREEN, RED ASPH.-ASPHALT If. PROPERTY LINE W 360°WHITE B-BASELINE PT-POINT OF TANGENCY GO. A IE LDG.-BUILDING PVI-POINT OF VERTICAL INTERSECTION BM-BENCH MARK PVC-POINT OF CURVATURE(VERTICAL CURVE) CL-CENTERLINE PVC-POLYVINYL CHLORIDE PIPE CIP-CAST IRON PIPE PVT-POINT OF TANGENCY(VERTICAL CURVE) &S Engineers, Inc. CMP-CORRUGATED METAL PIPE R-RADIUS CONC.-CONCRETE RCP-REINFORCED CONCRETE PIPE CSP-CORRUGATED STEEL PIPE ROFA-RUNWAY OBJECT FREE AREA SCHEDULE OF CIRCUITS Syracuse, 9Col. Eileen leen Collins Blvd. New York 13212 DIA.-DIAMETER RSA-RUNWAY SAFETY AREA Phone: 315-455-2000 ELEV.-ELEVATION ROW-RIGHT OF WAY FND.-FOUNDATION RPZ-RUNWAY PROTECTION ZONE CIRCUIT PROPOSED CABLE Fax: 315-455-9667 HP-HIGH POINT RT-RIGHT .cscos.com INV.-INVERT RW-RUNWAY C LT-LEFT SHDR.-SHOULDER RW 7-25 LP-LOW POINT SICPP-SMOOTH INTERIOR CORRUGATED RW 12-30 1 1!C N0.8 AWG,5KV MAX.-MAXIMUM POLYETHYLENE PIPE OF NE(�i MIN.-MINIMUM STA.-STATION �,SQS �p,S 7. ko y0 MISC.-MISCELLANEOUS TOFA-TAXIWAY OBJECT FREE AREA REIL 7,REIL 25, 3-1/C N0.8 AWG,600V -r,, motor. T NA-NOT APPLICABLE TSA-TAXIWAY SAFETY AREA REIL 12,REIL 30 * t - OFA-OBJECT FREE AREA TW-TAXIWAY 11�,�f O.C.-ON CENTER TYP.-TYPICAL ;r PAV'T.-PAVEMENT UD-UNDERDRAIN PAPI 7,PAPI 25, 3-1/C NO. AWG,600V a PC-POINT OF CURVATURE PAPI 12,PAPI 30 L�`� d �b• 082°11 4b46FES S I O\At:S) WC-1 3-1/C NO.8 AWG,600V OBST/3 3-1/C NO.8 AWG,600V SolliN„ �i E i� ! Ci ABBREVIATIONS C2 LIGHTING LEGEND SCALE: NOT TO SCALE SCALE: NOT TO SCALE 11L l ;�, f "�, r COU ,\\�: rCill 1. THE CONTRACTOR'S ATTENTION IS DIRECTED TO SECTION 80,ATTACHMENT A- 1'6. ABANDONED CABLES MAY EXIST IN THE VICINITY OF THE PROPOSED WORK. IF CONSTRUCTION SAFETY AND PHASING PLAN (CSPP)OF THE GENERAL PROVISIONS. ENCOUNTERED, CONTRACTOR SHALL VERIFY THAT THEY ARE ABANDONED PRIOR TO REMOVAL. IF THEY ARE NOT ABANDONED, CABLES SHALL BE REPAIRED AT C/) 2. THESE DRAWINGS HAVE BEEN PREPARED, IN PART, BASED UPON RECORD THE CONTRACTOR'S EXPENSE. DRAWINGS AND/OR CAD FILES FURNISHED BY OTHERS. WHILE THIS INFORMATION Q IS BELIEVED TO BE RELIABLE,THOSE UTILIZING THE INFORMATION ON THESE ¶7. ITEMS OF SPECIFIC MANUFACTURE SHALL BE INSTALLED IN STRICT CL DRAWINGS ARE ADVISED TO OBTAIN INDEPENDENT VERIFICATION OF ITSw ACCORDANCE WITH MANUFACTURER'S PRINTED INSTRUCTIONS AND OR ACCURACY BEFORE USING IT FOR ANY PURPOSE. EK MANUFACTURER'S REPRESENTATIVE DIRECTIONS. LU 3. EXISTING UTILITIES WERE TAKEN FROM PLANS OF RECORD. THEY HAVE BEEN 0 ¶8. ALL GROUND CONNECTIONS SHALL BE MADE USING EXOTHERMIC CONNECTIONS. ------------- EXISTING RUNWAY/TAXIWAYCENTERLINE 0 0 ID 0 SHOWN TO THE EXTENT KNOWN AND ARE OFFERED IN GOOD FAITH SOLELY FOR EAPL z O e INFORMATIONAL PURPOSES. THEY MAY NOT REFLECT ACTUAL LOCATIONS AND �--� EXISTING AIRPORT PROPERTY LINE MAY NOT BE (INCLUSIVE. IT IS THE CONTRACTOR'S RESPONSIBILITY TO LOCATE ¶9. GROUND RODS SHALL BE INSTALLED;NT 500-FT INTERVALS ALONG . ALL UTILITIES PRIOR TO THE START OF CONSTRUCTION. COUNTERPOISE WIRE. EXISTING EDGE OF WATER I0 ;:"-c I=-- W Z -- 12"D-------- EXISTING DRAINAGE LINE 0 8 4. THE ACTUAL LOCATION AND ELEVATION OF ALL UTILITIES SHALL BE FIELD �0. ALL CABLE CONNECTIONS SHALL BE MADE AT LIGHT UNITS OR AT ENDS B o -1 o a • VERIFIED BY THE CONTRACTOR PRIOR TO THE START OF CONSTRUCTION. OF DUCT BANKS UNLESS DIRECTED OTHERWISE. •• EXISTING BOLLARD OR POST z _w (f) z 0 EXISTING TIE-DOWN Q LL u_ < 5. IN THE EVENTT OF DAMAGE TO EXISTING UTILITIES OR CABLES, THE ENGINEER 21. ALL ELECTRICAL EQUIPMENT REMOVED WHICH IS DESIRED BY THE OWNER (n O AND OWNER SHALL BE NOTIFIED IMMEDIATELY. TO BE SALVAGED SHALL BE TURNED OVER TO THE OWNER. THE EQUIPMENT X EXISTING RUNWAY EDGE LIGHT TO BE REMOVED(BASE UP) Z I-- SHALL BE STOCKPILED AT A LOCATION DESIGNATED BY THE OWNER IN PROPERf- W 6. THE CONTRACTOR SHALL REPAIR ALL DAMAGE TO UTILITIES OR CABLES,AS WORKING CONDITION. ALL OTHER MATERIALS SHALL BE DISPOSED OF OFF AIRPORT 3:: ::t EXISTING AIRFIELD GUIDANCE SIGN TO BE REMOVED(BASE UP) CO DIRECTED BY THE ENGINEER, IMMEDIATELY AND AT THE CONTRACTOR'S EXPENSE. PROPERTY AT A PROPER DISPOSAL SITE AT THE CONTRACTOR'S EXPENSE. E EXISTING AIRFIELD GUIDANCE SIGN ELECTRICAL COMPONENTS (' < 0 W iieoTO BE REMOVED I- _ 7. ALL AREAS DISTURBED AS A RESULT OF THE CONTRACTOR'S STAGING AND2. PROVIDE WATERTIGHT TERMINATION FOR ALL BURIED CONDUIT ENDS. * EXISTING EDGE OR THRESHOLD LIGHT TO BE REMOVED Q W (n CONSTRUCTION OPERATIONS SHALL BE RESTORED EQUAL TO OR BETTER THAN ORIGINAL CONDITION AT THE CONTRACTOR'S EXPENSE. 23. WHEN DETERMINING THE NUMBER OF CHARACTERS IN A GUIDANCE SIGN LEGEND X EXISTING REIL UNIT TO BE REMOVED(BASE UP) _J LL 8. DURING THE WORK OF THIS CONTRACT, THE CONTRACTOR SHALL FURNISH, THE CHARACTERS 1 , . (DOT) , -(DASH) WILL BE CONSIDERED ONE HALF )X( EXISTING TRANSFORMER TO BE REMOVED(BASE UP) it CHARACTER. PAYMENT WILL BE FOR THE SUM OF ALL CHARACTERS ON THE ERECT AND MAINTAIN WHATEVER TEMPORARY LIGHTING MAY BE NECESSARY Et -o LONGEST FACE ROUNDED UP TO THE WHOLE NUMBER. CHARACTERS ON THE �� EXISTING LIGHTED WIND CONE TO KEEP THE AIRFIELD PAVEMENTS IN OPERATING CONDITION WHEN OPEN FOR AIRCRAFT. Q o OPPOSITE SIDE OF THE SIGN WILL NOT BE COUNTED. EMH EXISTING ELECTRICAL MANHOLE 01 9. ALL DIRT, DUST, STONES AND LOOSE DEBRIS SHALL BE CONTINUOUSLY EXISTING PULLBOX o-o REMOVED FROM ALL PAVED SURFACES DURING THIS CONTRACT. 24. WHEN DETERMINING THE NUMBER OF CHARACTERS IN A GUIDANCE SIGN LEGEND PB THE SYMBOL ON THE OPPOSITE SIDE OF A RUNWAY HOLDING POSITION SIGN I]JC EXISTING JUNCTION CAN �_ 10. THE CONTRACTOR SHALL RECONSTRUCT AND MAINTAIN EXISTING ACCESS WHICH REPRESENTS THE RUNWAY SAFETY AREA OR THE ILS CRITICAL AREA N ROADS AS REQUIRED FOR ACCESS TO THE WORK AREAS. WILL BE CONSIDERED 4 CHARACTERS. - --- RW 7-25/1- - - - EXISTING AIRFIELD LIGHTING CABLE IN CONDUIT (1) 4WDB _ _ I EXISTING DUCT BANK MARK DATE DESCRIPTION 1511. ALL OF THE CONTRACTOR'S OPERATIONS SHALL REMAIN ON AIRPORT 25. UNLESS OTHERWISE NOTED,ALL MATERIALS DISPOSED OF OFFSITE AT PROPERTY AT ALL TIMES. UNDER NO CIRCUMSTANCES WILL THE CONTRACTOR'S EXPENSE. © NEW BASE MOUNTED EDGE OR THRESHOLD LIGHT(BASE UP) REVISIONS co CONTRACTOR BE ALLOWED ON ADJACENT PROPERTY. pQ NEW BASE MOUNTED OBSTRUCTION LIGHT PROJECT NO: 211.015.002 a 26. ALL EXCAVATION, BACKFILL, RESTORATION INCLUDING TOPSOIL AND HYDROSEEDING U 12. THIS CONTRACT DOES NOT ALLOW FOR PRICE INCREASES DUE TO ESCALATION c SHALL BE CONSIDERED NECESSARY AND INCIDENTAL TO EACH ASSOCIATED ITEM o NEW AIRFIELD GUIDANCE SIGN(BASE UP) DATE: JULY 2015 IN COST OF UNIT BID ITEMS. THE CONTRACTOR SHALL TAKE THIS INTO •� FOR WHICH IT IS BEING PERFORMED. o CONSIDERATION WHEN PREPARING UNIT PRICES FOR BID. o NEW AIRFIELD GUIDANCE SIGN ELECTRICAL COMPONENT ASSEMBLY PROJECT MANAGER: D.P.L. 2 ., DESIGNED BY: D.P.L. 7. CONTRACTOR SHALL VERIFY/TEST CONDITION OF EXISTING LIGHTING CABLE TO a NEW REIL UNIT(BASE UP) a 13. THE OWNER RESERVES THE RIGHT TO ELIMINATE ANY DRAWN BY: W.E.D. ITEMS OF THE CONTRACT AND PERFORM THESE ITEMS WITH OWNER REMAIN; SEE SPECIFICATION L-125. CS) SUPPLIED FORCES AND MATERIALS.THE ITEMS TO BE COMPLETED BY ® NEW PAP(UNIT(BASE UP) CHECKED BY: T.J.H. a, THE OWNER WILL BE SPECIFIED PRIOR TO THE AWARD OF THE CONTRACT. ❑� NEW TRANSFORMER J NO ALTERATION PERMITTED HEREON EXCEPT AS NEW JUNCTION CAN PROVIDED UNDER SECTION 7209 SUBDIVISION 2 14. ALL ELECTRICAL WORK SHALL CONFORM TO APPLICABLE LOCAL, STATE AND DSC OF THE NEW YORK STATE EDUCATION LAW QQ NATIONAL ELECTRICAL CODES. /� NEW AIRFIELD LIGHTING CABLE IN NEW CONDUIT A N c) - -/-- -/ - - -/- - -/- EXISTING AIRFIELD LIGHTING CABLE IN CONDUIT TO BE REMOVED A WORK AREA LIMITS GENERAL NOTES, 0 N 0 0 ABBREVIATIONS, ,..„--(872) KEYED NOTE O= O SIGN NUMBER FOR SIGNS TO BE REPLACED(BASE UP) LIGHTING LEGEND 0 r AND LEGEND u_ o C-Z Noi D r M ' r I Lo N O V G1003 a) -io cso U- Al GENERAL NOTES A3 LEGEND SCALE: NOT TO SCALE SCALE: NOT TO SCALE I I 2 3 4 Copyright© 1 2 3 4 I cas BENCHMARK DATA COMPANIES DESCRIPTION COORDINATES ELEVATION ADD ON No. 1 N C&S Engineers, Inc. lvd. BM 1 IRON ROD SET N 380739.960 9.42 Syra ulse,leen New Yoolrk ins 132 2 E 2541939.999 Phone: 315-455-2000 Fax: 315-455-9667 /,��►ill' BM 2 IRON ROD SET N 380669.843 8 98 ADD ON NO.2 www.cscos.com C I .Qy ff � _ -11/74 � /� E 2541818.782 � C w of NE BM 3 TOP OF N 380339.530 ��P ��Ps J. ,�° To�� \ 8.38 �� �, � „ � i �1�, ��G \� MONUMENT MON-134 E 22355844013128349178.5..47328020 541247.420 * tgri `�`�a�, \\ BM 4RUNWAYENDN 380653.370, Q ADD ON NO.3 `` r ,,,rte „' �-' #41. « PK-E2 E 2541990.060 9.16 '�� ��os2o�� w, p*OFESSIMAt'y NOTES: ff,°11114004/ 11 1. ALL ELEVATIONS REFER TO USGS �I pf S0040-- . '' NAVD 27 DATUM. I s • 6t '� / o • e or Nv - ��� - Ci3SURVEY DATAADD ON CABLE KEY 4o UP SCALE: NOT TO SCALE C4 SCALE: NOT TO SCALE so 1/4%,--loom 0 X11 %i-\ \ , UP O ••••• • • ,I • UP \ •, • C� k ••UP _ — _ /4 Q / fX * co 4111L // �i ���UP ° �. ! NOTES: 0- 14W♦ I � � / 60, 1. CLOSED RUNWAY MARKINGS SHALL BE CeN r---- ,--)/ ��}i11 ► YELLOW AS MANUFACTURED BY NEUBERT Q '�U, �,+�►�� �"'��. OBSTRUCTION 7 "O' AERO CORP.,TAMPA FLA.,OR APPROVED W CC�� / ► / �� , � EQUAL. IN LIEU THEREOF,CONTRACTOR CD 0 0 0 ♦ ♦ 'i BM1 >- ♦ , / ELECTRICAL / U9 \ / , `\ MAY CONSTRUCT CLOSED RUNWAY Q 0- J• / BUILDING �`(// / �/ / / / 2,5; MARKINGS FROM ANY OF THE FOLLOWING Z 0 / BM200\ B , \ MATERIALS: DOUBLE LAYERED PAINTED Ur =• �PQ / / _ �\ SNOWFENCE,COLOREDPLASTIC, PAINTEDQW• / RUNWAY SHEETS OF PLYWOOD,OR SIMILAR V) Z \ � '��\ / / / .�� ,�,d � / ` -- - - -�-- -------- - MATERIALS. a D 00 B ,, /� \\ / \\ / \\ 2. CLOSED RUNWAY MARKINGS SHALL BE Z W C/) Z \ . SECURED TO PREVENT MOVEMENT BY Q LL Q 240' \ /� *, �� ,� `14 PROP WASH,JET BLAST,OR OTHER WIND _J 1a:_.,_ . c:, ci_ co , i. — STM- — RUNWAY 12 PAPI\\-.: --\\_,17! .\-- .N... / _ ' 11! // // % ���i `- // RUI�W�1Y 25 REIL(TYP.) CURRENTS. z I 0 „_. _ . 14 / � � a , ,/ �� ID \\ O I— \ ll = CO ilt j /7 !I ____ Ct -_`�-__ _ / ir Taw r_\ - �/ % j�j ,. / / % RUNWAY 25 PAPI \` \\\ /// `1. J __I ~ _ _ _ — _ \ / RUNWAY 30 PAPI \ \\\ ♦•/ a W �— �,-4._ • LLJ ”- " -.... _ NWAY 30 REIL(TYP.) \ LL CC rn RUNWAY 12 REIL // ""' _- - - - ` / y _ / - z -- — ® — — �- �► \\ \ .'�- ( i TS TS (TYPI RUNWAY 7 REIL _ ® -' y� -- `�,4r \\ '%- 'CC 0 �/ ///� / / - _ ' \ \ '- ,� CLOSED RUNWAY MARKING DETAIL N / / "--�_ ( .-„, /(\ ,,,/.„--- o // ♦• SCALE: NOT TO SCALE o— • �/ / / / �� / / /�� '� ti ABSIRUCTION 1 /r // // / �� 000/ / / ` ..... , r, ; 1 / C // / ✓ I / / OBSTRUCTION CIRCUIT '` ,-,_ _ ` _ �� _ _, /� \\ �� TRANSFORMER/DISCONNECT _ ❑ � �� —Cl) 1 / '� — % OBSTRUCTION 3 • °' �� \\ __ / / --\ ,i, 000 14, — .` • .Li: ® MARK DATE DESCRIPTION "6 _ % -- / C. / / �♦ ♦� ~�- -- — ---� • 1. CONTRACTOR'S STAGING AREA / / J 2. RUNWAY SAFETY AREA (RSA) REVISIONS �' /// OBSTR ION 6//�J1� OBSTRUCTION 5 a /1 / ��•* OBSTRUCTION 2 up ES �'-'-' 1 ❑ ogo ,, ' / „ ��/ ,�-_ MINI `� (ROFA) PROJECT NO: 211.015.002 3. RUNWAY OBJECT FREE AREA ROFA • Q • //o \ i \ \\ ./ _ _- `.,..0 6. CONTRACTOR'S ACCESS ROUTE TO WORK AREAS AND STAGING DATE: JULY 2015 7/ II/ \ \ �) -� AREA. �/ \ \ ' / OBSTRUCTION 4 7. CONTRACTOR'S ACCESS ROUTE TO WORK AREAS. PROJECT MANAGER: D.P.L. to a I - �,. 8. WORK AREA "A" DESIGNED BY: DPI. Q� RUNWAY 7 REIL 11. TEMPORARY CLOSED RUNWAY MARKING. ITEM M-100, SEE DETAIL if) / �P (�'P•) DRAWN BY: W.E.D. cu ,••fY "B4" THIS SHEET, CHECKED BY: T.J.H. 13. ADD ON NO. 1 ALL NO. 8 AWG. 600V, 1/C AIRFIELD LIGHTING CABLE, c;) c ITEM L-108, FOR THE OBSTRUCTION LIGHTING CIRCUIT SHOWN WITHIN -cc ♦ THESE LIMITS SHALL BE PAID FOR UNDER ADD ON NO. 1 IF AWARDED. NO ALTERATION PERMITTED HEREON EXCEPT AS : * PROVIDED UNDER SECTION 7209 SUBDIVISION 2 14. ADD ON NO. 2 - ALL NO. 8 AWG, 600V, 1/C AIRFIELD LIGHTING CABLE, OF THE NEW YORK STATE EDUCATION LAW EA /i ITEM L-108, FOR PAPI 12 AND REIL 12 CIRCUITS SHALL BE PAID FOR /� UNDER ADD ON NO. 2 IF AWARDED. pN 15-1-1"---- . is / . ADD ON NO. 3 - ALL NO. 8 AWG, 600V, 1/C AIRFIELD LIGHTING CABLE, 11� ��' ITEM L-108, FOR PAPI 25 AND REIL 25 CIRCUITS SHALL BE PAID FOR O UNDER ADD ON NO. 3 IF AWARDED. GENERAL AND a WORK PHASING J I 0 PLAN & DETAILS Q0 rn Z 9. N O 1- r r N 101 A4 7,00 GENERAL PLAN 200 200 400FT. KEYED NOTES Al 111111 SCALE: 1"=200' 200' SCALE: NOT TO SCALE 1 2 3 4Copyright�c; 1 I 2 I 3 I 4 / / .._- ___ -- , A Q�' / / rr Q0 ' � -- � � ' 4r' QFQ\1\ 839 ri \ 'Y 84 ro . - . , , A RW 12 30/1,A i' .../ ////://// / / ° 1 840 ,Y O' REIL 30/3, / rr /� A � s ____ - - \\ \\ '� ,I _ PAPI 3013 , �4� C O 1 V 1 ' E7` 7 / - x Y' 844 1 ,Y' \• REIL 2;,� �' / ' / 839 a �y 3T0/s, /�� / - - C&S Engineers, Inc. / / / / ,Y, ',i /'I ��1 �83 / °° 499 Col. Eileen Collins Blvd. // v // P � /1 '�Y /rte /r, \,^\^ ;\/. Syracuse, New York 13212 Phone: 315-455-2000 y 835 Fax: 315-455-9667 / SII N i �- ,i'' a/ �--C844> a � � Iry - o Ci II II A, ��' �►' C \024 ,-- ,-- /// l l ,r/ , ,, 'Y L �Qx°° ^,. a�_ w �� oF' NE, y 854 / i--434� r ,� ,,!/1 ` w ,s�' �,E.s J. No °� 4 838 / /„..„- p/- 4 8 / / Y' 840 ��' `may a.' w ��° ,;,, fi ��y --\---,-____ __,_ _ _,_ =---,_ _, ��-t-- ��- f= ��EIL/1213 - - - �/- - f-- F -- - - _�- >_ moo]-��� -A- -# f t -� - -� - - -� �7 - f- -f .ftEIL1213,PAP112/3�- - - - - -s - -s - -s - - -- - - �/- - f --f - -s fl-JC f - -f - -s - - - - �- - f ki 854 - - - - t Y' 83 w a J3air A. w rf- /- - -,�- -i- t- -t - -f- - -I- REL � - -1- -1--f- - -I 4',Y ./ 41:4, .c� � 824 839 83 / / I >; / / 839 82 844 ► / 8391 840 ,4- - - �RW7/L511 f - -f - -f- - - - - - -t - ' I x' p 301�y' o �dA�,a o82p2� 54 JCS // PB-7 �- - f-� ,;�\�- - t - -� - -s - -� - _� _ �4 /' pxp �wA2 cr.) ��F �Pti 4[p-J,_ _ ,_ _f - -1_ - -s- RWAI2-301x- - t- -t - -/- - -f- - -re- - f- -t --s-- -/- � - '- - -I- --t - -A - i- - �- - RWi12-304- t- -t --s i JG� - t- -f -A - -' - - t - - - -f - -�� - - t- -A RWi12301x- - 1- f --f - -f y� C839� / 83 / A '� ESS�o .1' '�f / 1- \836` *k N 836 �, 1 Y RW 7-2511 REIL 7/3, 839 1 840 839 Y , .A y r Y _,7- Cr) ,71114.11'1.:24:1{711,511,,61,1,11,1i-, a Iy 839 YN 839 I Y 839 �-PAPI 713 ' 839 oy e, \a 8010- 44'.../. 83835ii IrIrI83583 /'/ R35 839 G j` ' 4/846 39 835 I,I0841 iiI�I�I RUNWAY 1230 /- p"°° 11 �.!m: fi "r .�' � 5TI 1 II Irr ' 836 iii I I / ct./ ,,4!''' #,,u 1- -I- .,-• + ml Ij -+---+ -I- --�-. -�- + ,,,', �S � - --- - - --- - -------- ------ - -- -- o �- Imo- ---- ------�- --._.-.- 10+00 "--- ------� 11+00 ----- -------f---------+-------� �l � 4-w, � "� � 0+00-- +- 1+00 � 2 00 � 3+00 f-------4+00 -i--------5 00 � . _ 6 00 W.11 +---- II�� 7 00 �------ 8 00 a------- 9 00 �'----/% ` �' �i . Cli r v\i-- / 1„h ./ I �� 433 --\ 839 839 I Y 433. -xY I 821 Y._'`.Y 83 839 3I Y U) �p[D-JG�-- t- - - -f- - -f- RW/12-30/Y- - 1- - t- -A - -I- - -o-JG-�- - f - -A - -I- --f- - �r -/- - -/- - t- -f- -f---O Jci- - f- - - -,_ - -,_ RW/12-301 - - f- -t - -/- - -� �C[�.,, I 'r �ii� 83 f -C47- t- -A -A - -s--i--j APB-8 /--- 41::) 0- f_- 4- - �- - J� -�. Q 854 t� / / ,x Q'c, ./' `ti 1 �84V 4i 1- -f --t - -s - -f- t- -4- -4,4W74511 -A- - �- - 4- - 1- - t - -FCL 839 / / g39/\ \' a ° P � ` 840 �� � -f- -f - -f -f- - I-- -�- - W / / 839 (A' y -'' -4'' ,'�, JC 840U] / // y�. 0, ___\ 1rYS' a ,4 �. '/'r /Y 843 OB /3-t- -A -- #_. -�_ - Q 0 0 �- �824 , C - 844 �; t - 1:�`'�,x r' Z 0 / / a �c° 4/ 8400] ,•83 C� 1 4/ 0Q IW / / 823 0 0cb, , A, I- Z / / ° a CO 0 B //// ,r/ , °' `� ' �(i,(i',0 ,i,,� Z W CO Z .�6. 0 �, / / ,Y y \ r° ,'Y 843 QQ // / '4/ , AA .,- z ,A--�•I / ,,fi'' ,Y 0 = 0 / / a' ,Y/ • �` 840 '4 ' /r Z ~ 83 ,' Lu Z CO (r2 / / �`���\� N1��\\ •' 0 \• '1' ''1 ' x'839 0 N 0 W / 854 a K840 r a Cn LL / / �,' Y ' 83 ,r/r' <3 Q U-1 , o J / / r/ /' 4, �p ,i, LL/ , / // ,r/ ° 840U] �, ("RQ a' 83 cm / CC / / 83 r N A / Y' 840 ,Y ' �zA' x' / r 821. REMOVE TAXIWAY GUIDANCE SIGN HOUSING, TRANSFORMER, CABLES AND CONNECTORS, SIGN / // C$25 /,r, Y, r 1aS�N' A'' 822. REMOVE ALL BASE TO T TAXIWAY GU DANCE SIGN INTERNAL ELECTRICAL COMPONENTS, SIGN BASE TO 843 REMAIN. ITEM L-125. it / / C$24 .1, 823. + /r/' ,'� 823. REMOVE EXISTING PRECISION APPROACH PATH INDICATOR (PAPI) SYSTEM. ITEM L-125. MARK DATE DESCRIPTION t . / // \ ° j_432 ,/A1Y ,'r DISCONNECT/XFMR NEMA ENCLOSURE TO REMAIN. REVISIONS / G824. REMOVE EXISTING RUNWAY END IDENTIFIER LIGHT(REIL) DISCONNECT UNITS, TRANSFORMER AND p , •;.� /' �� //k ,r' CABLES. FOUNDATIONS TO REMAIN. ALL WORK SHALL BE CONSIDERED INCIDENTAL TO ITEM L- PROJECT NO: 211.015.002 U �G°° 836 �, fi' 125. DISCONNECT/XFMR NEMA ENCLOSURE TO REMAIN. Q / / 824 .� DATE: JULY 2015 '` / 825. REMOVE EXISTING CONDUIT AND REIL CABLES, ITEMS L-108 AND L-110. a / / �' 1 ,Y o 826. REMOVE EXISTING CONDUIT AND OBSTRUCTION LIGHT CABLE, DISPOSE OF OFF SITE, ITEMS L-108 PROJECT MANAGER: D.P.L. o / / R 8 ,4/ ,' AND L-110. DESIGNED BY: D.P.L. / 846 a' ,Y 835. REMOVE EXISTING RUNWAY EDGE LIGHT UNIT, TRANSFORMER, CABLES AND CONNECTORS, LIGHT / / �, �,' ,�, }per BASE TO REMAIN. CONSIDERED INCIDENTAL TO ITEM L-125. DRAWN BY: W.E.D. / a, (2,. 843 -���•.�"' 836. REMOVE EXISTING RUNWAY THRESHOLD LIGHT UNIT, TRANSFORMER, CABLES AND CONNECTORS, CHECKED BY: T.J.H. cm / / : • �' �, -<,, 40 ���'��_ LIGHT BASE TO REMAIN. CONSIDERED INCIDENTAL TO ITEM L-125. J / // ,Y ',/ �.\ '/�"' 837. REMOVE EXISTING OBSTRUCTION LIGHT UNIT, CABLES AND CONNECTOR AND BASE FOUNDATION. NO ALTERATION PERMITTED HEREON EXCEPT AS SHALL BE CONSIDERED INCIDENTAL TO ITEM L-125. PROVIDED UNDER SECTION 7209 SUBDIVISION 2 76 / / , /'Y •Y'/ �® /�� 838. REMOVE EXISTING REIL 12 CABLES BETWEEN JUNCTION CAN AND TRANSFORMER, ITEM L-108. OF THE NEW YORK STATE EDUCATION LAW OBSTRUCTION 4 QA /// ,'r ,r, 0826 839. REMOVE EXISTING RUNWAY 12-30 CABLES BETWEEN EDGE LIGHTS, GUIDANCE SIGNS, PULL A o _ - _ / / • ,/x 3Y' ��/ BOXES, ELECTRICAL MANHOLE, JUNCTION CANS AND ELECTRICAL VAULT, ITEM L-108. '_ - _ _ / \° �J, �5� 840. REMOVE EXISTING RUNWAY 7-25 CABLES BETWEEN EDGE LIGHTS, GUIDANCE SIGNS, PULL 11171 BOXES, ELECTRICAL MANHOLE, JUNCTION CANS AND ELECTRICAL VAULT, ITEM L-108. i / ` \1 i ��' /a /� 841. REMOVE EXISTING RUNWAY 7-25, REIL 7 AND PAPI 7 CABLES IN EXISTING DUCT BANK, ITEM L-108. ELECTRICAL o / / \ �\ ,A' 8244] - 842. REMOVE EXISTING RUNWAY 12-30 CABLE IN EXISTING DUCT BANK, ITEM L-108. / \ OBST•UCTION 5 82 /'1' i� - 843. REMOVE EXISTING OBSTRUCTION LIGHT CABLES BETWEEN ELECTRICAL MANHOLE, JUNCTION DEMOLITION / C ,Y �'� CANS AND ELECTRICAL VAULT, ITEM L-108. o / \\ j/ �\ \ 843 - ,_ -®PB �-_ " "\\x C$26� �� BLOCK ISLAND SOUND 844. REMOVE EXISTING REIL 7 AND PAPI 7 CABLES BETWEEN ELECTRICAL MANHOLE, JUNCTION CANS PLAN \ _ f- - h AND ELECTRICAL VAULT, ITEM L-108. dZ /// \ TI3 f- - -I"" f "f \�' ,� �,'r I� 845. REMOVE EXISTING REIL 12 AND PAPI 12 CABLES BETWEEN ELECTRICAL MANHOLE, JUNCTION �nO _ _�� -f - �- O� % CANS AND ELECTRICAL VAULT, ITEM L-108. oil, - i / i:4 -1�_ " f- -/ - ", \ �� C826 --....)01:000. 846. REMOVE EXISTING REIL CABLES BETWEEN JUNCTION CANS, ITEM L-108. OBST'U ION6 I \ 847. REMOVE EXISTING RUNWAY 12-30, REIL 30, PAPI 30, REIL 25, PAPI 25, OBST AND WC 30 CABLES IN rim • EXISTING DUCT BANK, ITEM L-108. =-N-c7 \ \ I \ 854. REMOVE EXISTING REIL CABLES .-Na - \ N - A ED 1 01 -... Al ELECTRICAL DEMOLITION PLAN 50 50 0 50 100FT. A4 KEYED NOTES SCALE: 1"=50' SCALE:NOT TO SCALE 1 I 2 I 3 4 Copyright© 1 1 2I 3 4 ® 821. REMOVE TAXIWAY GUIDANCE SIGN HOUSING, TRANSFORMER, CABLES AND CONNECTORS, / - SIGN BASE TO REMAIN. ITEM L-125. i ® ��® p \`,,,z.;/- 4 / 3> 822. REMOVE ALL TAXIWAY GUIDANCE SIGN INTERNAL ELECTRICAL COMPONENTS, SIGN BASE TO N oREMAIN. ITEM L-125. \ �, 823. REMOVE EXISTING PRECISION APPROACH PATH INDICATOR (PAPI) ' OF• 824 SYSTEM. ITEM L-125. SEE PLAN CONTINUATION DISCONNECT/XFMR NEMA ENCLOSURE TO REMAIN. C a± / - 824. REMOVE EXISTING RUNWAY END IDENTIFIER LIGHT(REIL) DISCONNECT UNITS, 4> DETAIL B4, THIS SHEET. TRANSFORMER AND CABLES. FOUNDATIONS TO REMAIN. ALL WORK SHALL BE CONSIDERED CO IVI A I ,5 / V-X INCIDENTAL:Om!TEM L-125. DISCONNECT/XFMR NEMA ENCLOSURE TO REMAIN. 826. REMOVE EXTING CONDUIT AND OBSTRUCTION LIGHT CABLE, DISPOSE OF OFF SITE, ITEMS / \� L-108 AND L- 10. yC&S Engineers I �� _ •\ 835. REMOVE EXG RUNWAY EDGE LIGHT UNIT, TRANSFORMER, CABLES AND CONNECTORS, , Inc ...iii- 3 86> }�� LIGHT BASE TO REMAIN. CONSIDERED INCIDENTAL TO ITEM L-125. 499 Col. Eileen Collins Blvd. t 836. REMOVE EXISTING RUNWAY THRESHOLD LIGHT UNIT, TRANSFORMER, CABLES AND Syracuse, New York 13212 APRON 6 .� CONNECTORS, LIGHT BASE TO REMAIN. CONSIDERED INCIDENTAL TO ITEM L-125. Phone: 315-455-2000 \ -r, Q0839. REMOVE EXISTING RUNWAY 12-30 CABLES BETWEEN EDGE LIGHTS, GUIDANCE SIGNS, PULL Fax: 315-455-9667;G� �� BOXES, ELECTRICAL MANHOLE, JUNCTION CANS AND ELECTRICAL VAULT, ITEM L-108. WWW.CSCOS.COITI 840. REMOVE EXISTING RUNWAY 7-25 CABLES BETWEEN EDGE LIGHTS, GUIDANCE SIGNS, PULL BOXES, ELECTRICAL MANHOLE, JUNCTION CANS AND ELECTRICAL VAULT, ITEM L-108. ® ,,� 836 g_ 836 , x/ r C ,I, 840 \\_ \ / 843. REMOVE EXISTING OBSTRUCTION LIGHT CABLES BETWEEN ELECTRICAL MANHOLE, �+ OF NEW ��� / ...'-•\ \\ /a: JUNCTION CANS AND ELECTRICAL VAULT, ITEM L-108. ,�,,, ,ANS J. I7p y0,`, 4 • yJA� /'/, . '� 836> T43)- x/ N N 847. REMOVE EXISTING RUNWAY 12-30, REIL 30, PAPI 30, REIL 25, PAPI 25, OBST AND WC 30 f' ��p ._ , 4f>y .-. /. ,I� ;. CABLES IN EXISTING DUCT BANK, ITEM L-108. * '4 � �.r ?t_ r /' \ �� \ \ Alit'849. REMOVE ESTING REIL 30AND PAPI 30 CABLES BETWEEN PULL BOXADJUNCTIONCANSx ./ 836 - /1 9 �' \ \ ^ C.44 S r 840 , ° /_.K54) - G \ \ 850. REMOVE EXISTING REIL 25 AND PAPI 25 CABLES BETWEEN PULL BOX AND JUNCTION CANS, d moo. ono :\ y :: I' ,`1x° r„,,e ,� \ \ ITEM L-108. A��FESSIOS��' `� �,� �, 824 ,I`% ,i G 4854 \N \ 851. REMOVE EXISTING REIL 25 CABLES BETWEEN TRANSFORMER AND JUNCTION CAN, ITEM L- to.v \ 108. \� I ,'r , ‘/;1z!!'":/' ,��' I' ,I' r $24> \ \ 852. REMOVE EXISTING OBSTRUCTION LIGHT CABLES BETWEEN TRANSFORMER AND PULL �.:rz �� x ��/ 840 ,1' ,r �' \\ \ BOXES, ITEM L-108. c:ft I 10::;\ • \ A' ,�� ,r \ 853. REMOVE EXISTING CONDUIT AND RUNWAY 12-30 CABLES, ITEM L-110 AND L-108 ��'1 ► � ��\ 1 ''° r' i C$51 �',r ' N\ G' \ 854. REMOVE EXISTING REIL CABLES ,11 t� - / ` xp 83 \ 855. REMOVE EXISTING OBSTRUCTION LIGHT UNIT, CABLES AND CONNECTOR. BASE FOUNDATION , .' I Irl tf \` Y 'r 840> r',r a',�L' \G9 \ TO REMAIN SHALL BE C:ONSIDERFD INCIDENTAL TO ITEM L-125 ° }'v, / 848 840 /,r', 840 ,j y :: x , �, r \ �cs \ C4 KEYED NOTES L .....etI Q� r ... ,I, r' \ 'Pp N SCALE:NOT TO SCALE u Q } \\` 'x/ ° , ',r , \ zxx RW 7-25/1 , `,, A ,' r '' \ \ ,j -1 :: ,' p �� r y�3 Opp \ N r I •R ix \\ `��� ® i'j ,Y 840 ,'�,�'� N \ -- — — o 1840 \ -----' , I ,I \ \ I W • I I A' / 5�N/r Az 'YEt � \ \ 411P I- -c I I '�' 1 823 '�I ,r \ \ • OBSTRUCTION 7 w / / 1tiI� / 835 r' ,�Y,,t-\\_( �, \ Et U I` � .L / k ; / xp° '��,.,,� ,r , 43 \ \ W co %�r} . // /// y :�� x ,' ' Ct �/ \ \ 843 W o�� r O 840 • 840 �' �� 'YID \ \ C7 Q O + 1 , .- A L., x 1 4:. -6 , Ia- �P Y �� \ \ Q Cl) = Lli 835 Kbx°° �J� x� x- a- \\ \ ,'� 0 D Z \\ NB z - 1 Q I/ 1' ''I , o A. ,ter ,r' �3 \ �Qe — - , � Z o � ��. Lt i- )- \ \ / - m _ � 1V3, \N \ \ 1/- 43 = Q Q W v 840 ����ti,a N \ 824 C7 N f— _ .... , _ _ -111 N _ '�I 'I -'" - \ N 854 8 •.• U— ,�� '� r r'�x ',Y 843 - \\ T 0 W r % $47� P� A' �' - - Rw30WCf3 \ LL c cr) \\gyp , - 01 ` - gip.�, ° . 840 64 PLAN CONTINUATION to 00 O\ \\ \\ -\��/l SCALE:NOT TO SCALE �° 434 -\ p23) N \ 83 -- a 'O JC \ \ \j ��, /`�°'�. 849 849 - -� - '- - J- ,t® - - - - -y- - \ \ 1-6 it N n�\y Z 839 .y - - - - - /- - REIL 30+� ?AEA 3013 I% '� -�` '-'REIL 30/3 _A - _� - - - _ 854 \\ \\ MARK DATE DESCRIPTION f II I i �_ _ REVISIONS -C \ \, \ f -t - - - -s- - i --/- - 1- - f- -s - -m-JG,- - ,- -A - -A - -f-- - I- - -A- -/- - t- -f - -A --A- - i- - -s- -f- - �, - - ,,_ \ \ o � ` 85 839 3839 839 0 �'- -[454) ,�__ \ \ PROJECT NO: 211.015.002 U ,�-' PB 5 i 854 DATE: JULY 2015 'c � - - f- -t - -f - -f RW'1230/Y- - - - - - f- - - JGt - -e --e- - -e-- -e- - -,/ -v--e- -f - -f- - -� - _Fie_ -t - -f- - -s- - i RWi12-301x- -t - -f - -A - -i - -{die - -A - /- - -/-- -1 - 1- - t - -f - -f- - -e- - lice- - t- -A - -A - -f- - i - -1-- -1-- t- -f - -ASC-[l* N N • 1 , JC PROJECT MANAGER: D.P.L. c".) W Y Y W Y W 824 .y, y -- " Iy $3g 839 839 839 �839 .Q- DESIGNED BY: D.P.L. �S DRAWN BY: W.E.D. �°' 1 I RW 12-3011,REIL 30/3,PAPI 30/3, 836 CHECKED BY: T.J.H. , '-'111 i ' REIL 25/3,PAPI 25/3,OBST/6,WC 30/3 835 83 83 83 ,,III 836 a, I�I I I RUNWAY 12-30 i II C839 T NO ALTERATION PERMITTED HEREON EXCEPT AS v I�I 0-) PROVIDED UNDER SECTION 7209 SUBDIVISION 2 -4_ 1 d — I �r------ �_-.�_.— 1 — — 1--------- QA FQ01 I 14+00 15+00 16+00 17+00 18+00 19+00 20+00 ---- OF THE NEW YORK STATE EDUCATION LAW III 21+00 22+00 A CD , III •* 84 CD ,�l11 7836)- 1) II I;; �83 I 839 836836 IIIELECTRICAL 0 N...39 Y . W 1•I N Y . W 839 Y -.:e1;- 3 89 NY ;I:2-44,3 9N... \ 839 Y : s - -A - -s - - - f- - - -I - -� - C 843 DEMOLITION 824 854 i OBST'UCTION 3 PLAN 0 �f% � - -Jce>- - t- -f - -f - -I- -IN--I- --I- - f- -f - -f- - -o-JC,- - t- -A - - - -I- - i- - -/- - RW12.80/1-A - -i - -�-J� -7,- - -Ai- - t - -f - A - -A- - - - -A- - i- - t -O-JC -.- - y- - 7, - -r- -r - r- i- - -r- - y - - r - -r -❑o JC 34f3- -/ - -/- -CIJC _ - 7,_ f-T II _� _ _`�• o Q PB-6 839 -�839� �43 --�853� 826 _f__�_ oBs • TION 2� -f-- t -- -OBST --f--t --A---t--�-SPI • �Z 839 _-gyp - - f- -t - -f - -.- - .- - -/- - - - - t- -A - -A - /- - -�- - -/-- -/-- t- -f - -A-- -/- --/- - 1- - e o - - t (144 �� 82 _ �_ _ � t JLC El-pdAlk AillbopLelf......w.-- 1/- 43 0 843 �-- _ -oQST13 f '6 ) y _ _ _ -� --� 125' / 35� BLOCK ISLAND SOUND cNI- �v f- -f -_ I �_ _ f _ZS `- - -� _ _0 - -_, -A - -f- - - - - - � 826 OBSTRUCTION 1 ED102 `a)°_ Al ELECTRICAL DEMOLITION PLAN 50 0 50 100FT. v oi, - _ - SCALE: 1"=50' 50 m,. m. 1 2 I 3 I 4 Copyright© I 2 3 4 t -/ / Q\ \ , 1638 / // � ' — — 636 ,'/ �\�QP ,, ,, � / / ,`)(<> 654\\ *" CI ik. / / --- _- j ,,' 654 �G Q. f RW 12 30/1 / — ,�� 79 REIL 30/3/\�2 f ,' , PAPI 3���, \\� GOY PA IES' / ' / — - , ' - I\ A o RE/ 13, p ,' , ' o�G C62 © 125/3, / / - / , 7,, ,,, ,'�'- 62 ��/:\ C 3013 \` C&S Engineers, Inc. / /z'/ �� �'��� \ ��" 499 Col. Eileen Collins Blvd. / Q�� , --`� �,1�^\ Syracuse, New York 13212 / /1 / 3QP ,'' ,` 73 %\� Phone: 315-455-2000 '1 Fax: 315-455-9667 � I I �N www.cscos.com C 816 ,-- I I �, 820i ,', � ;' ° �� -' Ci JC0,1,,k ., /43+ 631 / / / - / ,-• = �y i 4 I '`° 773 PaI-Uti J. o -,o ` _ - - - — - - - - - - - - - - - D J ' REIL 1213,PAPI 12/3 AJC 654 -� i., ,;+� fi. ` - - - - - 793 w rrF,, trAitt l .� 4`\ - - - - \ P�_! / / r REIL 713,PAPI 713 -'1 - ' s w 81817- 2' 2 ---7\(: i. ' ci- *-\ 1�y\ti ,, -,y ' i--- 2 __� RW 7-2511 _ - 00 • 2' M �jj RW123011 RW123011 PB7 ,'- - °'kZ7 ---- : A�°FESSI4 Q cz+ ® 654)-- oY ..\, N �654)-- o Y N654 aY I I 793 W a 654 WQY // y 'Y Y' ~ \ N N ® o 2:�. 1(•r 62 773 ® ® I I i 1 i"1i�I 773 773 �.Hi >�© ' ° zq �� 774 of l ��l`,r, °k°° Q ' „ " `i _ I l �I I I z 634 I I i i HIL�I RUNWAY 12-30 C — — + ► f I 1�iriri I --- – s- _ „I airy- I I I I I I I ► I _ .� w 0+00 1+00 2+00 3+00 4+00 5+00 6+00 III irr 10+00 11+00 I c w Ni.4V� "91104*- - A,�, 7+00 8+00 9+00 �, , aft 4/ att 633 I i," 12+00 13 J — , Ct 774 � i i i�i�I _ `�-,��,c� X° 73 �. ' ® ® 773> II ii����� ® 73� Q 54 �Y 54 WOY K654)-w :'Y 1654 G ,WQYrsir • Y II ,; 654 54 0 JCI°AJC RW 12-30/1 -AJC lJC RW 12-30/1 JC�', I I PB 8 ,O p\�'' �654� / 654 \ -- - - -- - _ - J� _ - - - \ ® �� / / Q, X23 ' � - --- - -- - - - - - - -- _ -- - - - - - Q / _ _ - - - - - - ---- - RW72511 / - � ,o- _ 627Ct ' LLJ „c)_/' JC 635 / - --- - - - o / •T- .t ', ft; 65+-\I ��,I2c,\2 773 62 ,,' - - ___ _ _ - _ W CK / OBST/3--_ _ _ _ Q 0 O (819 / / �� ®/ 636 �\' \'`�, (634 LLI / / 31 c; • -- -- -\ 773 *A''%, z Q i-*, Q Z 8 / / 09 815 .����� �« ,o.,'� / / - ' $ ,` B a o a / / � o ,E,,C� Z W (n z // / 816 \ / " ,' 634) Q V- L.L. J / ' , � J o /vv % 62 o = o Z F— / �81 - ��"°° 654 — W Z A / VJ / // \���3 ��y\ 62 654 ' ��e = Q o Et LLI \\ 628 �, _ / /634 /773 ' '-' ,' —� C� / / / \\ dbca o W W Ox `rfi \ ,40. 54> Pyr, o Qo '.E, / / / ,- \ A / ,' w is -/, / / ,' -,' �Q .li ,' NI / / , ® , cz)co // / 162 , tr) \ o El. / / • S /,' /'l."° �,- 627. 1-NO. 8 AWG, 5KV, 1/C AIRFIELD LIGHTING CABLE, ITEM L-108, IN EXISTING CONDUIT. / / �1�54 628. 1-NO. 8 AWG, 5KV, 1/C AIRFIELD LIGHTING CABLE, ITEM L-108 IN EXISTING DUCT BANK. / / 820 -' / -'� ,' \__( 34 631. RE-ROUTE 3-N0. 8 AWG, 600V, 1/C AIRFIELD LIGHTING CABLES, ITEM L-108, IN 2" PVC it CONDUIT IN TURF, ITEM L-110 AROUND EXISTING BASE. SEE DETAIL Al/EL502 (BASE BID) MARK DATE DESCRIPTION -5 / / , 654/ 633. 6-NO. 8 AWG, 600V, 1/C AND 1-NO. 8 AWG, 5KV, 1/C AIRFIELD LIGHTING CABLE, ITEM L- v / / d � ® , / .�\C? ''/ r 108, IN EXISTING DUCT BANK. REVISIONS • 0 / / (IIS S ,'' ° ` ,'/ ,' 634. 3-NO. 8 AWG, 600V, 1/C AIRFIELD LIGHTING CABLE, ITEM L-108, IN EXISTING CONDUIT. PROJECT NO: 211.015.002 O V / / (818 �G�� '�" ` -' 635. 3-NO. 8 AWG, 600V, 1/C AIRFIELD LIGHTING CABLE, ITEM L-108, IN 2" PVC CONDUIT IN . / / `. ® ,°( TURF, ITEM L-110. SEE CONDUIT TRENCHING DETAIL A3/EL501. DATE: JULY 2015 o / / .\\`R �,' ��, 636. 6-NO. 8 AWG, 600V, 1/C AIRFIELD LIGHTING CABLE, ITEM L108, IN EXISTING CONDUIT. PROJECT MANAGER: D.P.L. / ° • i 638. 1-NO. 8 AWG, 5KV, 1/C AND 18- NO. 8 AWG, 600V, 1/C AIRPORT LIGHTING CABLE, ITEM L- / �� �� ` 108, IN EXISTING DUCT BANK.12 DESIGNED BY: D.P.L. m / / /, ' ,� 641. CONTROL CABLE INCLUDED ami ` / i' ` DRAWN BY: W.E.D. ` �if�i/ ' a // // °° ® �,� o��� 636 654. 2-NO. 8 AWG, 5KV, 1/C AIRFIELD LIGHTING CABLE, ITEM L-108, IN EXISTING CONDUIT. CHECKED BY: T.J.H. J / / 1, ° i' `�� / ���'��� 657. 2-NO. 8 AWG, 600V, 1/C AIRFIELD LIGHTING CABLE, ITEM L-108, IN 2" CONDUIT IN TURF, �' # \ dodo ITEM L-110. SEE CONDUIT TRENCHING DETAIL A3/EL501. / �G i "\\- 3 NO ALTERATION PERMITTED HEREON EXCEPT AS / e ® e' No 3 �® �� 761. SINGLE AIRPORT OBSTRUCTION LIGHT WITH BASE, ITEM L-119. SEE DETAIL B4/EL503. PROVIDED UNDER SECTION 7209 SUBDIVISION 2 `E / T ' # 765. JUNCTION CAN, ITEM L-125. SEE DETAIL C3/EL502. OF THE NEW YORK STATE EDUCATION LAW *-TA r i OBSTRUCTION 4 / / `� i' ••• 773. ELEVATED BASE MOUNTED MEDIUM INTENSITY LED RUNWAY EDGE LIGHT ON EXISTING o — — — _� ' / 1774 '' •./ CONCRETE BASE, ITEM L-125. SEE DETAIL AVEL501. Lr) _ — — _ / �f, ��� � 774. ELEVATED BASE MOUNTED MEDIUM INTENSITY RUNWAY THRESHOLD LIGHT ON � ' / 0634 G*O �.� •• EXISTING CONCRETE BASE, ITEM L-125. SEE DETAIL Al/EL501. N , ` 1 i' P� 792. TAXIWAY GUIDANCE SIGN, ITEM L-125. SEE DETAIL CVEL501. O I\ j moi' 819 EP.•• 793. TAXIWAY GUIDANCE SIGN ELECTRICAL COMPONENT ASSEMBLY, ITEM L-125. SEE // \ OBSTRUCTION 5 �63�1' dodo/ DETAIL C2/EL501. ELECTRICAL O= // \ _ _ rl � - 815. PRECISION APPROACH PATH INDICATOR SYSTEM, ITEM L- SEE DETAIL A4/EL502. PLAN co // _ _ - -- -o-F6 - ��/ •• BLOCK ISLAND SOUND 816. PRECISION APPROACH PATH INDICATOR DISCONNECT/TRANSFORMER UNIT, ITEM L-125. SEE DETAIL A3/EL502. //6 \\-) \ �' 817. PRECISION APPROACH PATH INDICATOR MASTER POWER AND CONTROL UNIT, ITEM L- NZ /j 34 \ - _ _ OBSTI3- - �.' dodo �, _ _ _ i // 125. SEE DETAIL AVEL502 (ALTERNATE BID NO.1) N \ _ _ — /��� --- --- \ ' ' ♦0818. RUNWAY END IDENTIFIER LIGHT(REIL)MASTER UNIT, ITEM L-125. SEE DETAIL AVEL503. 819. RUNWAY END IDENTIFIER LIGHT(REIL)SLAVE UNIT, ITEM L-125. SEE DETAIL Al/EL503. �� \ • 820. RUNWAY END IDENTIFIER LIGHT(REIL) DISCONNECT/TRANSFORMER, ITEM L-125. SEE-N"o \ \ \ DETAIL 63/EL503. _Eco EL101 -aco� Al ELECTRICAL PLAN 50 50 0 50 100FT. A4 KEYED NOTES SCALE: 1 50 SCALE:NOT TO SCALE I I2 . I .. 3 4 Copyright© 1 2 3 4 ��� �, - - _ 0 ,7,,,... \ , __ _____\___ _ _/ 611. RE-MOUNT ENISTING WINDCONE TRANSFORMER ON EXISTING BASE, ITEM L-125. SEE ` \ ® \�® ® o \ / 634DETAIL B3/EL502 C ( \ 627. 1-NO. 8 AWG, 5KV, 1/C AIRFIELD LIGHTING CABLE, ITEM L-108, IN EXISTING CONDUIT. / / \ OF. 819 `\ 628. 1-NO. 8 AWG, 5KV, 1/C AIRFIELD LIGHTING CABLE, ITEM L-108 IN EXISTING DUCT BANK. - a 1M„ - - 631. RE-ROUTE 3- NO. 8 AWG, 600V, 1/C AIRFIELD LIGHTING CABLES, ITEM L-108, IN 2" PVC - , / i o , • •�. CONDUIT IN TURF, ITEM L-110 AROUND EXISTING BASE. SEE DETAIL Al/EL502 (BASE BID) 11111 CO n q ' / i ®* �� 633. 6-NO. 8 AWG, 600V, 1/C AND 1-NO. 8 AWG, 5KV, 1/C AIRFIELD LIGHTING CABLE, ITEM L- OBSTRUCTION 74'\ /~ \ 108, IN EXISTING DUCT BANK. ' `\ 634. 3-NO. 8 AWG, 600V, 1/C AIRFIELD LIGHTING CABLE, ITEM L-108, IN EXISTING CONDUIT. C&S Engineers, Inc. �� _ - � � � \\ 635. 3-NO. $AWG, 600V, 1/C AIRFIELD LIGHTING CABLE, ITEM L-108, IN 2" PVC CONDUIT IN ,� \ \\ TURF, (ITEM L-110. SEE CONDUIT TRENCHING DETAIL A3/EL501. ,' 499 Col. Eileen Collins Blvd. \\ \• \ 636. 6-NO. 8 AWG, 600V, 1/C AIRFIELD LIGHTING CABLE, ITEM L-108, IN EXISTING CONDUIT. Syracuse, New York 13212 APRON �; `\ 637. 3-NO. 8 AWG, 600V, 1/C AIRFIELD LIGHTING CABLE, ITEM L-108, IN 2" PVC COATED RGS 634 �� Phone: 315-455-2000 @?. \ O'R CONDUIT IN TURF, ITEM L-110. SEE CONDUIT TRENCHING DETAIL A3/EL501. QUANTITY / ' Fax: 315-455-9667 ®, ` SHALL BE DETERMINED BY ENGINEER DURING CONSTRUCTION. WWW.cscos.com \ \\'p ,,/ � 638. 1-NO. 8 AWG, 5KV, 1/C AND 18- NO. 8 AWG, 600V, 1/C AIRPORT LIGHTING CABLE, ITEM L- �� C �7.7.11111111111.111111............„ N 108, IN EXISTING DUCT BANK. ,' • 641. CONTROL CABLE INCLUDED C� OF NEW P ,\� / \ \ 1 A SAS J. XD O • I �.�:L�'\ / /� '611\ N �'�--��34> 654. 2-NO. 8 AWG, 5KV, 1/C AIRFIELD LIGHTING CABLE, ITEM L-108, IN EXISTING CONDUIT. ¢O ; r �j `� ,' `� c4 \ 664. COUNTERPOISE WIRE, ITEM L-108. SEE DETAIL B1/EL501 �� * Of if -., 1 *- /")cie.) �� \ �� \ 763. DOUBLE AIRPORT OBSTRUCTION LIGHT, ITEM L-119. SEE DETAIL B4/EL501. i / r. s/ 1 /./ `\ `O,G Li-818\�� \ 764. OBSTRUCTION LIGHT TRANSFORMER/DISCONNECT, ITEM L-119. SEE DETAIL B3/EL503 �I - - - _ c-,, ;i. s,, , - - _ _ v ,' N 773. ELEVATED BASE MOUNTED MEDIUM INTENSITY LED RUNWAY EDGE LIGHT ON EXISTING - - _ - - - - -- -- 0820 �d 410 Z\ \ • " �\,\,,,o �G *��/ \ CONCRETE BASE, ITEM L-125. SEE DETAIL A1/EL501. AQP - ' - . - - A�°FESSIO�P\' \\ - 0 ,/ ,/ O 774. ELEVATED BASE MOUNTED MEDIUM INTENSITY RUNWAY THRESHOLD LIGHT ON `\ - - \\ I ,. �� K2O ,' 'cSO EXISTING CONCRETE BASE, ITEM L-125. SEE DETAIL A1/EL501. ` ,,, ® ,� 792. TAXIWAY GUIDANCE SIGN, ITEM L-125. SEE DETAIL C1/EL501. `\ 34 \\ '/ 793. TAXIWAY GUIDANCE SIGN ELECTRICAL COMPONENT ASSEMBLY ITEM L-125. SEE 819 S00:47 -,. ' .\ .' DETAIL C2/EL501. \\ '� 4 Q \ ' 1".s;' .q ./ ' 11 N:' -‘, `\\ ''/ �'�x/® 62 /,''// 815. PRECISION APPROACH PATH INDICATOR SYSTEM, ITEM L-125. SEE DETAIL A4/EL502. l'" 163 \ �� ' • / \\ �6 �• 816. PRECISION APPROACH PATH INDICATOR DISCONNECT/TRANSFORMER UNIT, ITEM L-125. \ I I ` .' 654> ,'/ SEE DETAIL A3/EL502. w ' ' I+ \ \ att628 y c�\ 817. PRECISION APPROACH PATH INDICATOR MASTER POWER AND CONTROL UNIT, ITEM L- C4PLAN CONTINUATION , . . . d I I ` '� 125. SEE DETAIL A1/EL502 (ALTERNATE BID NO.1) SCALE:NOT TO SCALE 41013._ " e'' ,- \ , \`\\ /,•'' \���, ,''/,' 818. RUNWAY END IDENTIFIER LIGHT(REIL) MASTER UNIT,. ITEM L-125. SEE DETAIL A1/EL503. 0 .� eOUNT �' \fig \ \p-, 819. RUNWAY END IDENTIFIER LIGHT(REIL) SLAVE UNIT, ITEM L-125. SEE DETAIL A1/EL503. / I �� A G ,'� p0 05\3 0�5� 820. RUNWAY END IDENTIFIER LIGHT(REIL) DISCONNECT/TRANSFORMER, ITEM L-125. SEE �' / hx ' ' \ / � /• r��• ,' DETAIL B3/EL503. �` 0 872 I I Q��o _ ®��'' 872. SEE DETAIL B4 THIS SHEET FOR PLAN CONTINUATION / • ,\\ e LECTRICAL \\ 162 -- , J / I C �� \'`' 873. SEE DETAIL C4 THIS SHEET FOR PLAN CONTINUATION / \\. BUILDING \ w I 11 �,\If? ---<634) / 875. DISCONNECT EXISTING AIRFIELD CIRCUITS IN ELECTRICAL BUILDING AND REMOVE. \ \\\ I- I RECONNECT NEW CABLES TO EXISTING EQUIPMENT.COST INCIDENTAL TO ITEM L-108. 0 \ Q coCLLLI T<�n \ 1 0 I xpp �� ,' '�,' \ \ Lu W 1 c \ I / ' I CO �,'' 29 / \\\ L1-1 ~ g o `�co �� � � 631 ,'/ > \\ / Q J // /// P ti� '' EXISTING 8-WAY I _W o . ' p \�� <7 DUCT BANK TO Q . 0 65 ® °k° ,%,' \\ ELECTRICAL VAULT CO ~ Z \,W<, 0 (TO REMAIN) I B 0 J 0 \ 0 � •�... s�\`� ' 636 \ . \\ \\ `\ ,- _Z Z /) Et CO z ,� ,�' itIb' \ �, \ \\ \.?\ \ 0 0 W ,' /'s\\/ / --I -1 O / � ,///PQ�o,- p W �J\� / '// '/, - - - -- - ' I - - ' f/ �\�',O ////iOff`// //// \\y , LJ �--- \�a7 638 ���� ,` - - RNj30WCI3 - ,v\ s Q,/,-z,','. \� -- - - _ , �,• ,�``' /�\��'�//, g�\p ' '\� Et �" �- KEYED NOTES PLAN CONTINUATION o \ SCALE:NOT TO SCALE B4 SCALE:NOT TO SCALE N N G \\\ �� /`i°<9 816 \\ \\ N \\ a 9'O/ _ -_ AJC - - _ \ \ N� °0�3 36 63 -- - _ f(634) _ _ - _ - 820 \\\ `\ 36 \`\ - _ _- _ REILzA9132.;13_______4_____-y81I - - - - _ '' • \ \ MARK DATE DESCRIPTION U- o3013,P - 1 - - REIL 30/3 - ___ • • \ \ REVISIONS \ \� o- -- - _ - - 818 \ \�, JC �81 63' _ -- - \ \ I 62 -- - - _ _ \ \ PROJECT NO: 211.015.002 � 627 62 6 I Jo - - - _ \ \ U ,- - - -IBJPB-5 JC \ \ DATE: JULY 2015 1© ❑ RW 12-3011- D �j� RW 12-3011 D �� -{� o�° .. PROJECT MANAGER: D.P.L. `� Y _ 654 Y' W I I YC -- 541) a 654 ®® ® I >--� / / / / ° 54 654 Alit- DESIGNED BY: D.P.L. Q '- ,�'e DRAWN BY: W.E.D. �, I�i i 1 ® I I ® ® ® ® Yii/ CHECKED BY: T.J.H. H12 ,IICID I I I 633 RUNWAY 12-30 V1 J -,I I I I M PROVIDED UNDER SECTION 7209 SUBDIVISION 2NO ALTERATION PERMITTED HEREON EXCEPT S II 1 M OF THE NEW YORK STATE EDUCATION LAW q 17+00 18+00 19+00 20+00 21+00 22+00 a: A A 1 m 14+00 15+00 16+00 IJ I I * vl O ,II ILII ® H �l ark I. o 17\ YAW 654 Y• W 54 Ye 654 YAW 654 664 \Y,CW �� �� ° ELECTRICAL _ ✓ � N � I • • • I OBSTR CTION3_ I' a oNL • _ ‘tile ® _ o ® _ _ _ -_ PLAN O - - - - - AJC I+ III-JC RW 12-30/1 -LI-JC ❑ Lt ❑JC - ,1- - JC u_ - - - - -QPB-6 819 __REIL 3013 y- - - --_ APB 2 O , 634 63� _ _ ---�"'� OBST CTION 2 / �ST-F3 l 3,t --j 63,1 -/i 4 763 aZ I _ _ _ - - flJC B 63 JOHNS �� 636 _ _ - - - - - �~� �_� �.� o o - -- - 634 _ �.a ��` M� 634A 0 634 __ ___ - o13sT13-- - N I 764> - - -_ - - - - ` / BLOCK ISLAND SOUND 125 35 m _c,..o _ OBSTRUCTION 1 ELI 0 2 --20 A "1 ELECTRICAL PLAN 50 0 50 100FT. SCALE: 1"=50' 50 1 2 3 4 Copyright 1 2 I 3 4 PROPOSED FM APROVED QUARTZ PROPOSED GUIDANCE SIGN L-858 GUIDANCE SIGN DOUBLE SIDED, ELECTRICAL COMPONENT SIZE 2,STYLE 2,CLASS 2 ASSEMBLY(INTERNAL TO SIGN) C ib. ( ,- ,, I CO A 1ESS I I /^1 ____ L c^I I I /-1 r...{1 L-2,,,,:, .... 0L� i I r -- I r / I 1 _ . _ _ . _ _ I I I ,� ,� I _J L� \ I I 1 I EXISTING JUNCTION CAN i i 1 - r, i 1\ I-� I EXISTING JUNCTION CAN PROPOSED L-810 RED LED C&S Engineers, Inc. I [ExIsTINGCONDUIT_ I L EXISTING CONDUIT [ OBSTRUCTION LIGHT, ITEM L-119 499 Col. Eileen Collins Blvd. � r Syracuse, NewYork _ Phone: 315-455-20002 231 , • \ di/ \i6 , a a D p I> p ° \ ►/ G ° 4 a p 11111p ° ° v vFax: 315-455-9667 11 = D ° v av a a D ° v v , v d -° Q =11111 D ° v ° v a =11111 D ° v aa ° a VWW.CSCOS.COn D ° v l� ° v ° ° ap ° i1 ° �° ° ° Q ° DD ° a ° a ° ° � v __1'a p D D a ° v ' -GSSMSSS; a ati i 4 a 4 ° a D a °V •. Nav C Dv ° A D D ° D ° 7 / v ° A D p D p D C pF NEW PROPOSED L-823 CONNECTOR PROPOSED BRICK PROPOSED L-823 CONNECTOR PROPOSED BRICK .t AS ►. y0 IIII• IIINII c. �oNoil '7" PROPOSED L-830 TRANSFORMER PROPOSED L-830 TRANSFORMER Y PROPOSED AIRFIELD PROPOSED AIRFIELD //' 'r:'''. /7 rtli l' 1 ". LIGHTING CABLES,ITEM L-108 LIGHTING CABLES,ITEM L-108 L 4f 1-.0.rtizizr„, ,". d iv-0. 0820 'w� �40FESSIci ) L-810 RED LED DOUBLE OBSTRUCTION LIGHT • NOTFS NOTES 24" 1. REPLACE GROUND ROD IF IN TURF. 1. REPLACE GROUND ROD IF IN TURF. 2. THE CONCRETE BASE AND SIGN 2. THE EXISTING CONCRETE PROPOSED 2"PVC COATED ' ; BASE SHALL REMAIN. HOUSING SHALL REMAIN. RGS CONDUIT,ITEM L-110 � . ''"'ryl 4 _ Iii DETAIL (TYPE MODIFIED GUIDANCE SIGN DETAIL (TYPE 2 MODIFIED GUIDANCE SIGN 1 ) C2 ) � �,� �� . ��N �. �� ci SCALE: NOT TO SCALE SCALE: NOT TO SCALE PROPOSED 2" ',.. 'COUP s�t_co-1 FRANGIBLE COUPLING zrz r PROPPROPOSED I9 PROPOSED CONNOECTOR KIT SED L-823 SECONDARY DUCT BANK EXISTING BASE PLATE EXISTING KITL-8CLASS 1, HYDROSEEDING,ITEM T-906. COUNTERPOISE WIRE I INCLUDE COST IN COUNTERPOISE III EXISTING III ~ EXISTING CONCRETE SIZE B LIGHT BASE COCOUNTERPOISE WIRE I EXISTING v, WIRE AND TRENCH EXISTING 1 I1I� DUCT BANK Ct I DUCT BANK �„ll PROPOSED II OR CONDUIT PAVEMENT EDGE f III •rte _. 3"TOPSOIL,ITEM T-905,INCLUDE I DUCT BANK I � � � � j 1J1, �, Q COST IN COUNTERPOISE III I v ° ,, 0- WIRE AND TRENCH 11 ° , ° . \- W , r EXISTING GRADE - III CONNECT TO EXISTING ° • .° a , '° °A PROPOSED GRADE \ �1 5' vCOUNTERPOISE WIRE 5' _ III 5' - Ct N�/ 11111=11�II-11111=11111= 11 I=IIIII=11111-11111 III r ° ° ° ';"7---77M-_, ° ° PROPOSED SAFETYLL=11111,-11111=IIIII= IIIII=IIIII=IIIII= p ° o ° GROUND JUMPER Zo A,v° ' o ° PROPOSED 2"PVC wUr' O Q O DETECTABLE 5' 1 - ° a ° a _ RGS CONDUITOR PVC (TYP.) Q BEDDING I WARNING TAPE Ill I �� CONNECT TO 1 (( r , ` / )) z ce 0 I I I EXISTING 0 � j _ COUNTERPOISE WIRE I ..• = lil = . III COUNTERPOISE - - °. ° -° °- - - Z W III III WIRE d a a Q I Z AND TRENCH ::•d !y - - — — — — — — — — — — — —I — — — — — — — — - - - " v ° v ° ! a;� J — — — — I — — — — IIT EXISTING 2 RGS A a ° a . ° a ° \\ U) 0 D — — — — STUB (TYP.) ° ° ° ° V B a W O B 3" 3" I PROPOSED GROUND ROD,(TYP.)IOIII ° ° ° 4 ° ° v a ° ,a PROPOSED GROUND ROD I- III WITH EXOTHERMIC CONNECTION I ° ° ° 4 A W W v °° ° .a v a z coo z • CENTERLINE OF CABLE TRENCH °°° o o°° A °°o o ° Q V- OR CONDUIT TRENCH,SEE DETAIL a v a _I SECTION VIEW "A3",THIS SHEET CENTERLINE OF COUNTERPOISE v ° ° (9 �_— 0 WIRE AND TRENCH,SEE SECTION VIEW ° ° 4 ° ° 4 A ° a o ° Z — ° a 4 4 ° PROPOSED 2"LIQUID-TIGHT w Z COUNTERPOISE INSTALLATION NOTES: 4 ° a �'411111 a IIIII IIIII VIII 111114 a FLEXIBLE CONDUIT(TYP.) I- M CO DUCT CROSSING IIIII=11111_=111''11111. = N O 1. FOR INSTALLATIONS NOT PARALLEL WITH AND 3. DETECTABLE WARNING TAPE SHALL BE INSTALLED 12 = =IIII 1 I 2 I 3 I 4 NOTES: 'qr 1.CALCULATIONS BASED ON FAA ADVISORY CIRCULAR 150/5340-30. 2.CONTRACTOR SHALL VERIFY ALL a. �® 11*ELEVATIONS PRIOR TO INSTALLATION /� PAN C C OF PAPI SYSTEMS AT EACH RUNWAY 3/8"GALVANIZED STEEL COVER. ALLOW ENOUGH EXTRA SLACK SO CONNECTORS CO 1 V 1 P/'1 I V,I LTJ END. 3.THE PAPI SYSTEM FOR EACH RUNWAY STAMP CIRCUIT ID ON COVER CAN BE LIFTED 1 FT ABOVE GROUND LEVEL. END SHALL BE TESTED AS SPECIFIED PAPI AIMING TABLE L-867 CLASS 1A, SIZE B LIGHT BASE SEE CONDUIT TRENCHING C&S Engineers, Inc. IN THE CONTRACT DOCUMENTS. ROUTE COUNTERPOISE WIRE CONCRETE SLOPE TO DRAIN(TYP.) DETAIL,A3/EL501 g 4. AFTER INITIAL TESTING,THE PAPI AROUND JUNCTION CAN(MIN.4") 499 Col. Eileen Collins Blvd. SYSTEM WILL THEN REMAIN INACTIVE GLIDE THRESHOLD GLIDE THRESHOLD FINISHED GRADE RUNWAY PAPI AIMING RUNWAY PAPI AIMINGJUNCTION CAN NOTES: Syracuse, New York 13212 AND TAKEN OUT OF SERVICE UNTIL PATH CROSSING STATION ELEVATION PATH CROSSING STATION ELEVATION END UNIT ANGLE END UNIT ANGLE THE FAA PERFORMS AN OFFICIAL ANGLE HEIGHT(TCH) ANGLE HEIGHT(TCH) p' 6 °°�' 1I ° 12"TO 18" 1. ALL JUNCTION CANS SHALL HAVE A MINIMUM OF TWO CONDUIT PhFax: 315-455-9667 FLIGHT CHECK AND CERTIFIES THE A ° ° SOLID BARE COPPER STUBS SPACED 180° APART.CAP CONDUIT IF STUB IS NOT ° ' SAFETY WWW.CSCOS.COM SYSTEM. BOX A(NEAREST BOX A(NEAREST ° °O °- 12" ° . ° 4„ COUNTERPOISE WIRE, OCCUPIED.ADDITIONAL CONDUIT STUBS MAY BE REQUIRED, 7 3.75° 24 FT TO RUNWAY) 4.00° 3+23 7.8 FT 12 3.00° 21 FT TO RUNWAY) 3.25 3+30 10.7 FT (TYP.) o .aPP) `v GROUND ITEM L-108 SEE PLANS FOR NUMBER AND LOCATION OF STUBS. C 5. ALL ELEVATIONS REFER TO USGS ° ° ; N JUMPER NAD 27 DATUM. S ° 4 , ° ° S 2. INSTALL A JUNCTION CAN AND L-823 CONNECTORS AT INTERVALS OF NE p- BOX B 3.50° BOX B 2.75° - NOT EXCEEDING 500 FT.WHERE THERE IS NOT ACCESS FOR PULLING 't`, p,S J. N y0 ,5 - - / ' d CABLES AND TESTING. c, �O � 0 'f'f ,f BOX A(NEAREST ° ° BOX A(NEAREST ° ° • d a a ' 25 3.00° 20 FT 3.25 14+45 9.3 FT 30 3.00 20 FT 3.25 20+00 6.7 FT AIRFIELD LIGHTING D D D 3. CONNECT A SAFETY GROUND JUMPER TO THE EXTERNAL GROUND * i ,''� 1 �: TO RUNWAY) TO RUNWAY) ° ° ° a ° 4 ° LUG AND ATTACH IT TO A 5/8"DIA.x 8 FT LONG MIN. GROUND ROD. r". x CABLE(TYP.), °° ° ° ° °° °. °° 2"PVC CONDUIT, (MIN.) ✓ ,` ' ni a w ITEM L-108 ° ° ° r:: ms's BOX B 2.75° ''=VIIIIIIII-=VIII=VIII=VIII= ITEM L 110 art, BOX B 2.75 4.AT INTERVALS NOT EXCEEDING 1,000 FT,CONNECT THE COUNTERPOISE l 2"RGS CONDUIT ''_hill=uill=Ilio=hill= GROUND 'STUB(TYP.) 111Un_. LUG WIRE TO A 5/8"DIA.x 8 FT LONG(MIN.)GROUND ROD. �h `' pg2�ti� GROUND ROD p'OFESSI01 - L-125 2"LIQUID-TIGHT r„;,,,,22.-- ,,z... ,,, FLEXIBLE CONDUIT(TYP.) $ * SO01 . CA i r ��' Itrl TABLE JUNCTION CAN DETAIL G 1 �`' " I C1 PAPI AIMING . NOT TO SCALE SCALE:NOT TO SCALE 1\ Iii I' EXISTING JUNCTION' TO AIRFIELDPROPOSED TILT SWITCH CONTROL ` , BASE BID ELECTRICAL CAN(TYP.) WIRING IN EXISTING 2"SCHEDULE EXISTING TRANSFORMER, VAULT DISCONNECT/ /-- 40 PVC CONDUIT 3KVA,600V-120/240V, 5 TRANSFORMER, ❑ E EXISTING FLEXIBLE SQUARE D CAT.NO.3S4F SEE NOTE 2 JC JC CONDUIT RE-MOUNT EXISTING 24H x 20W x 10D F- NEMA4X ENCLOSURE TO MASTER POWER AND r CONTROL UNIT AND PROPOSED POWER AND (n NOTES o ¢ I I / I TRANSFORMER CONTROL WIRING PER w 1. WIRING IS SHOWN SCHEMATICALLY. PROPOSED 2 N0.8 AWG, >- �¢ O Q Q O I I rr F=---1 i - MANUFACTURER'S VERIFY FINAL WIRING,CONDUIT AND SPLICE 600V,1/C AND(1 NO.8 AWG Z w I I 1 I 1 I I EXISTING 2"RGS RECOMMENDATIONS .."<.Z. CAN CONFIGURATION WITH THE MANUFACTURER. IN EXISTING 2 SCHEDULE 11 i 1 I I I i CONDUIT WITH LONG EXISTING SLEEVE C - 40 PVC CONDUIT I I / 1 1 I I I I SWEEP ELBOWS FOR GROUND CABLE Ll 2. DISCONNECT/TRANSFORMEIR SHALL BE LED LED i i i i I I 1 1 1 LOCATED OUTSIDE THE RUNWAY OBJECT FREE oxca x PAPI 1 I I -I- 1-i___ I � � o UNIT o UNIT 11 � I c� I U O 0 O AREA.EXISTING NEMA 4X ENCLOSURE TO ITEM L-108,L-110 ITEM L-125 00 CO �L/ - i_ ...- REMAIN,SEE DETAIL A3,THIS SHEET. • -- -- - I J 3. CONTROL IS LOCATED WITHIN EACH LED MASTER BOX L..--- PROPOSED 2".040 PVC Z � O PAPI UNIT.SEE DETAIL Al,THIS SHEET. I iPI� COATED RGS CONDUIT CONTRACTOR o i I O SHALL MOUNT ( Q = w EXISTING GRADE PROPOSED F- z PROPOSED FRANGIBLE PROPS C B ALTERNATE TO AIRFIELD EXISTING JUNCTION PROPOSED TILT SWITCH CONTROL COUPLING(TYP.) EXISTING B a J O c /� ELECTRICAL i CAN(TYP.) WIRING IN EXISTING 2"SCHEDULE -_ _ FOUNDATION zLU coz BID N0. 1 VAULT DISCONNECT/ PAPI 40 PVC CONDUIT -- 1 7 ° D ° S TRANSFORMER, MASTER 1 1 I DI I PQ SEE NOTE 2 CONTROL El ❑ EXISTING FLEXIBLE I I I I ° AI U-- Q UNIT JC T JC CONDUIT(TYP.) EXISTING BARE COPPER I I I i ° 1 1 °°v I- WIRE WITH EXOTHERMIC a . 1 1 0 = 0 01-- CONNECTIONS I I. o I - I i I I I D 1 EXISTING 2"RGS CONDUIT AND EXISTING Z z m 1 I 1 CONCRETE LL] o ¢ 1 1 SWEEP ELL WITH EXOTHERMIC f- (n PROPOSED 2 N0.8 AWG, ¢ a O O EXISTING bEXISTING ° ° ' I TERMINATION AND WATERTIGHT BASE = mct NOTFS z w GROUND ROD COUPLING ° ° ° A I _ N O Li j 600V,1/C AND�1 N0.8 AWG 1. WIRING IS SHOWN SCHEMATICALLY. IN EXISTING 2'SCHEDULE C. C. ° I EXISTING CABLE AND CONDUIT _ 40 PVC CONDUITct ° ° ° ° ° PLAN �' ° D ° D J 1 T VERIFY FINAL WIRING,CONDUIT AND SPLICE -11111=11111=_= -1 U) QUARTZ QUARTZ =/nil-uiu= 0 W - CAN CONFIGURATION WITH THE MANUFACTURER. >8°3 PAPI x PAPI .. LL EXISTING EXISTING CABLE AND CONDUIT ._I 2. DISCONNECT/TRANSFORMER SHALL BE ITEM L-108,L-110 ITEM L-125 UNIT m UNIT CONCRETE If I I LU LOCATED OUTSIDE THE RUNWAY OBJECT FREE AREA.EXISTING NEMA 4X ENCLOSURE TO LL o, REMAIN,SEE DETAIL A3,THIS SHEET. MASTER BOX ELEVATION o/-\ . a11 , I Q N ' O w, B1 PAPI LAYOUT SCHEMATIC B3 •WIND CONE TRANSFORMER RE-MOUNTING DETAIL ; o SCALE:NOT TO SCALE SCALE: NOT TO SCALE I i S - r' - PROPOSED STYLE A, ALTERNATE I CLASS II,2-LAMP PAPI SYSTEM PROPOSED ELECTRICAL (L-881(L)LED-BASE BID OR REMOVE AND DISPOSE OF A PROPOSED TRANSFORMER, METAL TUBING SUPPORT I I L-881-ALTERNATE BID N0.1) BASE BID EXISTING PAPI CONTROL UNIT AND LEGS, BID N O. 1 3KVA,6SED TRANSFORMER, a) LEGS(TYP.)OR PER it ITEM L-125. IMARK DATE DESCRIPTION PROPOSED POWER SQUARE D CAT.NO.3S4F MANUFACTURER'S EXISTING 24H x 20W x 10D NEMA4X OR APPROVED EQUAL PROPOSED 1.5"FLEXIBLE LIQUID ami n &CONTROL UNIT RECOMMENDATION uill hill will REVISIONS ENCLOSURE TO REMAIN TIGHT CONDUIT OR PER = PROPOSED j n PROPOSED PHOTO CELL 1 11 1 MANUFACTURER'S RECOMMENDATION E CAP EXISTING FOR AUTOMATIC DAY/NIGHT I PROPOSED 2P,30A,240V,NEMA PROJECT NO: 211.015.002 DETECTABLE ������ INTENSITY CONTROL(24 VACNDC) PROPOSED 3P,3i0A,600V,NEMA4X 3R WITH SOLID NEUTRAL GENERAL . ' / PROPOSED FRANGIBLE 2"RGS CONDUIT _ DUTY FUSIBLE SAFETY SWITCH / COUPLING(NP.) Q WARNING ������ STAINLESS STEEL HEAVY DUTY NON- I U TAPE ������������C PROPOSED RGS CONDUIT FUSIBLE SAFETY'SWITCH MOUNTED , , I DATE: JULY 2015 PROPOSED ������ 1 PROPOSED FLOOR ������ 1 •iii/ . i•a.1 int COUNTERPOISE ������ ON BACK OF THE ENCLOSURE WITH 1 EXISTING ■ . ■ FLANGE TYP.) PROJECT MANAGER: D.P.L. ♦♦♦♦♦ COUNTERPOISE WIRE NON CORROSIVE PADLOCK °' WIRE,ITEM L 108O EXISTING GRADE 1 A �� .�► PROPOSED FRANGIBLE I PROPOSED CORROSION RESISTANT GRADE ;n (CONNECT TO EX. , JUMPER WITH EXOTHERMIC COUPLING(TYP.) i INDUSTRIAL GRADE PADLOCK �I DESIGNED BY: D.P.L. COUNTERPOISE) CONNECTIONS 1 ' ` ' 1 •• • 1 1 • DRAWN BY: W.E.D. m °Qe °Q� J !`__1 PROPOSED 1"NIPPLE BETWEEN 1 I SAFETY SWITCH AND ENCLOSURE 1 I CHECKED BY: S.H.S. c BACKFILL WITH _ ` - - I ..� PROPOSED 2".040 PVC EXISTING BARE COPPER D I I rn SUITABLE ONSITE - - - - - PROPOSED �- NO ALTERATION PERMITTED HEREON EXCEPT AS -1 MATERIAL COATED RGS CONDUIT WIRE WITH EXOTHERMIC : 1 I DETECTABLE CONNECTIONS o°o: 0 • �� PROVIDED UNDER SECTION 7209 SUBDIVISION 2 WARNING TAPE EXISTING GRADE R o a �, OF THE NEW YORK STATE EDUCATION LAW `� PROPOSED PROPOSED PROPOSED FRANGIBLE o:. o . . . o QA BEDDING . , ° v: COUNTERPOISE t °:°. COUPLING(TYP.) o o ° A ''r:; . .�. :.:. IIII _ _ _ _ r .. . .°. EXISTING ... . ..V . ,..v cN1 - v. �. I I - i -I WIRE,ITEM L-108 v .. A • • °. O / _� - ,_ ,_ ! ' °. GROUND ROD =VIII= s EXISTING CONCRETE 0 o D ° D ° D II -I n n .. o ` ' BACKFILL WITH 1 I 11=I Ili___,,,,___,,,,,_ `�' A ° .- •I?:'' SUITABLE ON-SITE ° ° I 1 0 1 V I D - "'II=VIII=11111=IIIlL=-11111=lull FOUNDATION 0 90"SWEEPS - - EXISTING 2" _ _ 1 1 1 b ° I a ° ""'=Hill=Ilio=" _III!/= _11111=III =11111 MATERIAL PVC CONDUIT _IIIII_IIIII 11111= EXISTING BARE COPPER 1 1 I I °q I °° DRILL INTO EXISTING CONCRETE BASE TO RE ROUTE =11111 VIII= g^ g II111_III - WIRE WITH EXOTHERMIC ° 4 1 1 i i 'i G ° AND ANCHOR PAPI UNIT LEG FLANGES ELECTRICAL CONDUIT AROUND GROUND PROPOSED(3)N0.8 AWG,600V,1/C EXISTING BASE- 90°SWEEPS ROD AND(1) NO.B AWG IN EXISTING 2" CONNECTIONS a ° 11 I ° ELEVATION PER THE PROPOSED UNIT FOOTPRINT O TO RE-ROUTE E i 1 EVISTIOG 2" SCH DULE 40 RGS CONDUIT TO PAP/UNITS AND PER THE MANUFACTURERS DETAILS H PVC CONDUIT CONDUIT AROUND PROPOSED(2)NO.8 AWG,600V,1/C a ° EXISTING CONCRETE a.�, • • RECOMMENDATION. EXISTING BASE PROPOSED AND(1) NO.8 AWG IN EXISTING 2" r-- EXISTING O PROPOSED(2)NO.8 AWG,600V,1/C BEDDING SCHEDULE 40 PVC CONDUIT +-OUNDATION TO REMAIN GROUND ROD ' 4 A ° .a A NOTES: u_ AND(1) NO. AWG,ITEM L-108 IN ° . ° . °° • PROPOSED(3)NO.8 AWG,600V, P EXISTING CONCRETE FOUNDATION ° ° 1/C ANEW NO.8 AWG IN EXISTING 1.ALL WORK ITEMS FOR PAPI UNITS SHALL 2.THE LIGHT UNIT ELEVATION IS THE CENTER PROPOSED 2"PVC CONDUIT,ITEM L-110. ° a-Z (PROVIDE WATERTIGHT CONNECTION =11111-VIII = 2"SCHEDULE 40 PVC CONDUIT BE PAID FOR UNDER ITEM L-125,PRECISION OF THE OPENING AT THE FRONT FACE OF THE OEXISTING CONDUIT) ELEVATION PROPOSED(3)NO.8IAW L-108,1/C ELEVATION III°-_Im1= APPROACH PATH INDICATOR(PAPI)SYSTEM, PAPI UNIT.THE FRONT FACE OF THE PROPOSED ••O �a " N PROPOSED 2 NO.8 AWG 600X,1/C INCLUDING GROUNDING,PAPI UNITS, PAPI LIGHT UNIT SHALL MATCH THE STATION OF N 1- NOTES: PROPOSED 2 PVC CONDUIT,ITEM L-110. NOTES: ( ) M 1.COORDINATE CONTROL EQUIPMENT LAYOUT WITH EQUIPMENT 1.COORDINATE CONTROL EQUIPMENT LAYOUT WITH EQUIPMENT EXISTING AND(1) NO.8 AWG IN EXISTING 2" DISCONNECT/TRANSFORMER,PAPI MASTER THE EXISTING PAPI LIGHT UNIT FRONT FACE. CONCRETE FOUNDATION TO SCH DOLE 40 PVC CONDUIT POWER AND CONTROL UNIT AND ALL CABLE N MANUFACTURER. MANUFACTURER. REMAIN AND CONDUIT BETWEEN DISCONNECT/TRANSFORMER, 3.STENCIL AIMING ANGLES ON THE SIDE OF 2.PAID FOR UNDER ITEM L-125. ELEVATION POWER UNIT AND PAPI UNITS. EACH PAPI UNIT. .8 3.CONDUIT SHALL BE ROUTED AROUND EXISTING BASE. 2.PAID FOR UNDER ITEM L-125. EL502 zNOO Al PAPI MASTER CONTROL UNIT MOUNTING DETAIL A3 PAPI DISCONNECT I TRANSFORMER MOUNTING DETAIL A4 PAPI MOUNTING DETAIL SCALE:NOT TO SCALE SCALE:NOT TO SCALE SCALE:NOT TO SCALE 7 2 3 4 Copyright© 12 3 4 k40.- r-o-- iCI 12-3Q COM,,,, A I S' 23, PROPOSED PROPOSED L-849 — PROPOSED L-810 RED LED C&S Engineers, Inc. REIL,STYLE C REIL,STYLE C _ LIGHT UNIT NUMBER OBSTRUCTION LIGHT, ITEM L-119 499 Col. Eileen Collins Blvd. PROPOSED -CIRCUIT IDENTIFICATION Syracuse, New York 13212 FLASH HEAD Phone: 315-455-2000 TB1 TB1 ---- \(-- Fax: 315-455-9667 E1 1 2 3 4 El 1 2 3 4 1 0 0 0 � i www.cscos.com 0 0 0 o Q IDENTIFICATION TAG NOTES: p C 1. AN IDENTIFYING NUMBER TAG SHALL BE C ti OF NEw PLACED ON EACH ELEVATED LIGHT UNIT. ,et, ,jo,S J. go y�� 0 0 0 0 0 0 0 0 2. THE TAG SHALL BEA 2"DIA. DISK OF "�i " El 1 2 3 4 TB2 El 1 2 3 4 TB2 NON-CORROSIVE COPPER BASED METAL WITH / r=�- ",° iNUMBERS PERMANENTLY STAMPED OR ETCHED. "' 7'' IA AI ' w MASTER INDIVIDUAL SLAVE INDIVIDUAL 9� CONTROL CABINET CONTROL CABINET 3. NUMBERING SYSTEM FOR TAGS SHALL BE � b � C. TB1 TB1 COORDINATED WITH AIRPORT OWNER PRIOR A�� �� 4' �d moo. os2o2� 11 12 1 2 3 4 5 6 7 8 9 E2 1 2 3 4 5 6 E2 TO ORDERING TAGS. FESSIO ~ 0 0 �1Q QI�Q10 0 0 0 0 0 Q 010 0 0 I\l It I 4. TAGS SHALL BE SECURELY ATTACHED TO THE LIGHT UNIT BY SET SCREW OR WIRE BAND. N --7v:22 1 1 RESET /77 1 /77 ( " PROPOSED(1)N0.12 AWG,600V, A ,� �, RESET COMMON 2/C SHIELDED CABLE PROPOSED 2"PVC COATED + �i,' 1 1 RGS CONDUIT,ITEM L-110 ,r _ -,"'I ' L — On IDENTIFICATION TAG DETAIL '`' ,` C� PROPOSED BASE PLATE, ` 120 VAC SCALE:NOT TO SCALE JAQUITH INDUSTRIES ��, �� PART N0.AP1402 — NEUTRALWITH PROPOSED 2 UI'�1`+ ,, 120 VAC PROPOSED TRANSFORMER, APPROVED EQUAL.NPS TAP FRANGIBLE COUPLING / PROPOSED 30 3KVA,600V-120/240V, PROPOSED L-823 SECONDARY �' AMP DISCONNECT SQUARE D CAT.NO.3S4F CONNECTOR KIT AND TRANSFORMER EXISTING 24H x 20W x 10D NEMA4X OR APPROVED EQUAL PROPOSED L 867 CLASS 1, 120 VAC IN EXISTING NEMA 4X ENCLOSURE WITH PANEL. NEUTRAL i ENCLOSURE SIZE B LIGHT BASE PROPOSED 2PA ,30A,240V,NEMA PROPOSED 3P,30A,600V,NEMA4X 1 3R WITH SOLID NEUTRAL GENERAL CO 120 VAC STAINLESS STEEL HEAVY DUTY NONI _ DUTY FUSIBLE SAFETY SWITCH _a FUSIBLE SAFETY SWITCH MOUNTED I ;�� j��: Q ON BACK OF THE ENCLOSURE WITH 1 i ° / CL PROPOSED(3)NO.8 AWG,600V, I 1 °° v , , v NON CORROSIVE PADLOCK I ° L u 1/C AIRFIELD LIGHTING CABLE I PROPOSED CORROSION RESISTANT o v a �, ° PROPOSED GRADE I I I INDUSTRIAL GRADE PADLOCK a ,° ct I I 12" _ 12" A 6" a' A v PROPOSED SAFETY L-125 L-108/L-110 j IT 1 I i °� v v v v v N / GROUND JUMPER w I O I - _- 1 ° ° � PROPOSED I4 - Jo'"---- r ... 2"PVC Q �"' �— PROPOSED 2".040 PVC (( 1 - - ° a _, (20R PVC�_ COATED RGS CONDUIT 0 ���������\ _�����% COATED z 0 o o - — A ° a . . . a , , . . a^�A ° RGS CONDUIT 0 Q w EXISTING GRADE PROPOSED FRANGIBLE ° ') Q 1' z COUPLING(TYP.) PROPOSED A 4 ° a ° 4 o . B 2"RGS STUB (TYP.) ° o ° ° °. B 0 w O z a ° a ° v a s4tPROPOSED GROUND ROD ° v ° a A I la A Ia .° V a c� v v vav EXISTING BARE COPPER I I I °a 1 ° ° ° a v° ° ° a vC. ° a ---� WIRE WITH EXOTHERMIC ,a G 7,4V . V v ° ° a o ° ° 0 CONNECTIONS a ° I I I I I I V A a ° a ° a ° z b�• L I I I I a V a v a a ° a a s .a a s a PROPOSED 2"LIQUID-TIGHT w Z EXISTING A a 0 10 =11111=11111=11111=VIII=11111= FLEXIBLE CONDUIT(TYP.) ° av ''=11111-11111-1111111111= 2 O GROUND RODCONCRETE IN12 Q W 4° A°° a° °v° PROPOSED(3)NO.8 AWG,600V, -°°-11111-I1u- v a v — — — ACCORDANCE WITH �_ N I— ° ° A V 1/C AND�1) N .8 AWG IN EXISTING ITEM L-125 11111-11�II 2"SCHEDULE 40 PVC CONDUIT TO J . 1 CO Viii l= REIL UNITS W JL PROPOSED(2)NO. AWG,600V,1/C L-108,L-110 L-119 L-119 L-108,L-110 _ L i_ EXISTING AND(1) NO.8 AWG IN EXISTING 2" CONCRETE FOUNDATION SCHEDULE 40 PVC CONDUIT w TO REMAIN U_ ELEVATION CD Q M `, 61 REIL WIRING DIAGRAM 63 REIL DISCONNECT I TRANSFORMER MOUNTING DETAIL 64 OBSTRUCTION LIGHT DETAIL (WITH BASE) J W1 o SCALE: NOT TO SCALE SCALE:NOT TO SCALE SCALE:NOT TO SCALE 0 r- 0 PROPOSED L-849(L) MARK DATE DESCRIPTION it REIL,STYLE C m REVISIONS a� a n n PROJECT NO: 211.015.002 9 PROPOSED PROPOSED CONTROL CABINET, PROPOSED 2 NO.8 AWG,600V AND DATE: JULY 2015 Q FRANGIBLE COUPLING NEMA 4X OR FIBERGLASS 1 NO.8 AWG GROUND IN EXISTING U c PROPOSED 3 N0.8 AWG,600V AND PROJECT MANAGER: D.P.L. 2"SCHEDULE 40 PVC CONDUIT 1 NO.8 AWG GROUND IN PROPOSED a ® VAULT � AIRFIELD 2"SCHEDULE 40 PVC CONDUIT DESIGNED BY: D.P.L. ROPOSED 2".04 PVC EXISTING 2 POLE ' I COATED RIGID GALVANIZEDca CONTACTOR IN A NEMA 1 _ STYLE C DRAWN BY: W.E.D. m II ENCLOSURE 2401600V I 600/120-240 RUNWAY 3KVA 6 AMP I 15 AMP CHECKED BY: S.H.S. /y 3KVA0 � I�III � I I v A N 7,12,3 c =1111 u_"" II °=1111111111= - EXISTING BARE COPPER WIRE - v' I 11111=11111=" - - - ° � I v .="11111 _ � NO ALTERATION PERMITTED HEREON EXCEPT ED WITH EXOTHERMIC CONNECTIONS - - PROPOSED PROVIDED UNDER SECTION 7209 SUBDIVISION 2 v ? -,. N - - - - D / 1 I • L-849 REIL OF THE NEW YORK STATE EDUCATION LAW T'D _ _ _ 6 AMP I N 15 AMP STYLE C A LE C: A ��1 RUNWAY 25 -fr - - o 0 240V - _0-i o v ° ° O as a o °4 ° PROPOSED 30A NONN__ _f_ EXISTING 30AFUSABLE I FUSIBLE DISCONNECT ELECTRICAL a a ° AND DISCONNECT,PROPOSED TRANSFORMER O EMER EXISTING CONCRETE SAFETY SWITCH(TYP.) o a` ° A FOUNDATION STEP UP DRY TRANSFORMER v (TO REMAIN) DETAIL"B3"THIS SHEET DETAILS 0 u u_ 20 CI-Z Ng SFCTION ch ' NOTE. c7, REIL UNITS SHALL BE L-849 APPROVED FM _o m EQUIPMENT IN ACCORDANCE WITH AC 150/5345-51. T)" if EL503 _Ecoo_ co, .. _.,..._ Al REIL SYSTEM MOUNTING DETAIL A3 REIL ONE-LINE DIAGRAM SCALE: NOT TO SCALE SCALE: NOT TO SCALE 2 3 I 4 Copyright© 11 1 2 I 3 I 4 uur Q CO A . s° 8 X 8 HIGH VOLTAGE WIREWAY C&S Engineers, Inc. • O 499 Col. Eileen Collins Blvd. Syracuse, New York 13212 C7 a Phone: 315-455-2000 Fax: 315-455-9667 • f CONTROL EQUIPMENT www.cscos.com . C zm z / ROOM ROOM (00 w o © 1 tr OT NEW 30 31 1 ,sQ,`S. 0 J. bo��o :� • RUNWAY RUNWAY * �� ,i. 'A ; r---7-25 12-30 . L-828 L-828 ' RUNWAY RUNWAY EXISTING — /� ��� w EXISTING 7-25 12-30 PULL BOX ,. •.f PULL BOX L-828 L-828 © 30 31 © 6 X 6 LOW VOLTAGE WIREWAY X 'lj ��. O82oti1 IL__ II II II II A��FES S I O�py CONTROL �'z� 0 ROOM EQUIPMENT ROOM RELAY SECTION 0-®CABINETL-841 -. EXISTING ELEVATION B6,&,..141,1%;';A:'''-i:,:r.v:rs:ki'l°:1:1:111-477-::--1171‘:{ �— PILOT CONTROL =_ C3 NOT TO SCALE '� 04 OA MAIN RECEIVER L-854 ® � ' DISTRIBUTION A -> �, PANEL O r� 1 I*C) CL •- • 0 w PILOT CONTROL N I I I- ® Q RECEIVER IllWRELAY L-854 N S1 GND S2 O Q O L-821 CABINET CC I Q CL J L-841 CC L 1 z W 0 • PILOT CONTROL ORM' 1 TO RUNWAY 0 = Lu RELAY PANEL 2 L2 Q Z ORM B a J O a NOTE: "Mil 3 z w ci) z THIS DETAIL IS SHOWN FOR LL L.L. J REFERENCE PURPOSES ONLY. 7.5KW L-828 CCR REGULATOR DRY 0 = OZ73 TYPE,3-STEP 6.6A OUTPUT,240V INPUT Z I— — Ill Z X 6 X 6 LOW VOLTAGE WIREWAY _ CO 0 0 w NOTE:EXISTING PILOT CONTROL I-- _ RELAY EQUIPMENT TO REMAIN. J (/) NOTE: o W THIS DETAIL REPRESENTS BOTH RUNWAY REGULATORS. J SECTION ©_© IJJ LL W EXISTING ELECTRICAL BUILDING PLAN . � < 61 B3 SOUTH WALL ELEVATION B4 EXISTING RW REGULATOR ONE-LINE DIAGRAM o NOT TO SCALE NOT TO SCALE NOT TO SCALE O 1 WINDCONE CONTACTOR 2 OBSTRUCTION LIGHTS DISCONNECT , 3 PAPI 25 CONTACTOR MARK DATE DESCRIPTION 4 PAPI 7 CONTACTOR 5 REIL 7 CONTACTOR REVISIONS LOUVER Q 6 PAPI 30 CONTACTOR U 7 REIL 30 CONTACTOR PROJECT NO: 211.015.002 8 PAPI 12 CONTACTOR O DATE: JULY 2015 '(7) 9 REIL 12 CONTACTOR ALLDETAILS ON THIS SHEET SHOWN FOR REFERENCE PURPOSES PROJECT MANAGER: D.P.L. °' Y a a E_ 67 Y_ 10 OBS: 0NTToR UCTION LIGHTS CACONLY. NO WORK IS PROPOSED WITHIN THE VAULT. E_ a n a E a 11 REIL TRANSFORMER DESIGNED BY: D.P.L. o 0 0 0 0 0 12 PAPI 25 TRANSFORMER DRAWN BY: W.E.D. 2 3 4 5 I 6 I 7 8 9 13 PAPI 7 TRANSFORMER �' J _ I._L_ _— 4 EMT CONDUIT 14 REIL 7 TRANSFORMER CHECKED BY: S.H.S. cm T- 15 15 PAPI 30 TRANSFORMER -i 10 1i— 16 REIL 30 TRANSFORMER NO ALTERATION PERMITTED HEREON EXCEPT AS 7573 _ - 12 13 14 15 16 17 18 17 PAPI 12 TRANSFORMER PROVIDED UNDER SECTION 7209 SUBDIVISION 2 OF THE NEW YORK STATE EDUCATION LAW 11 MAIN 18 REIL 12 TRANSFORMER QLE A ~ DISTRIBUTION N19 PHOTOCELL CONTROL RELAY 19 n PANEL 20 HOA SWITCH O 20 22 21REIL 25 CONTACTOR EXISTING 23 24 25 26 27 28 29 222 REIL 25 DISCONNECT N n 21 23 PAPI 25 DISCONNECT ELECTRICAL O ,E— g 24 PAPI 7 DISCONNECT j 6 X 6 LOW VOLTAGE WIREWAY BUILDING 25 REIL 7 DISCONNECT p 26 PAPI 30 DISCONNECT LL CONTROL 27 REIL 30 DISCONNECT 2O SURGE 28 PAPI 12 DISCONNECT DETAILS 2g EQUIPMENT ROOM (TYP)TOR ROOM 29 REIL 12 DISCONNECT 30 RUNWAY 7-25 7.5KW REGULATOR e.-,i 31 RUNWAY 12-30 7.5KW REGULATOR —L N SECTION I—® N EL504 � o _u-7 Al NORTH WALL ELEVATION EXISTING ELECTRICAL EQUIPMENT LIST SHEET NOTES NOT TO SCALE A3 NOT TO SCALE A4 NOT TO SCALE 1 1 2 3 4 Copyright©